Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Exhibit
5/11/2016 Detail by Entity Name etail by Entity Name Florida Profit Corporation LAWN KEEPERS OF SOUTH FLORIDA, INC. Filing Information Document Number P00000061037 FEI/EIN Number 65-1019275 Date Filed 06/22/2000 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 01/19/2005 Event Effective Date NONE Principal Address 21550 SW 184 PL MIAMI, FL 33187 Changed: 08/12/2005 Mailing Address P.O BOX 770763 MIAMI, FL 33177 Changed: 03/06/2002 Registered Agent Name & Address BORREGO, DAVID 21550 SW 184 PL MIAMI, FL 33187 Name Changed: 03/21/2006 Address Changed: 02/07/2007 Officer/Director Detail Name & Address Title PD BORREGO, DAVID 21550 S.W. 184 PL MIAMI, FL 33187 http://search.sunbiz.org/Inqui ry/Corporati onSearch/SearchResul tDetai I?i nqui rytype= Enti tyN am e&directionType= Initial &searchN am eOrder=LAW N KEEPERSS... 1/2 5/11/2016 Detail by Entity Name Annual Reports Report Year 2014 2015 2016 Filed Date 04/28/2014 03/20/2015 03/07/2016 Document Images 03/07/2016 -- ANNUAL REPORT 03/20/2015 -- ANNUAL REPORT 04/28/2014 -- ANNUAL REPORT 01/29/2013 -- ANNUAL REPORT 02/26/2012 --ANNUAL REPORT 03/17/2011 -- ANNUAL REPORT 04/09/2010 -- ANNUAL REPORT 04/15/2009 -- ANNUAL REPORT 01/07/2008 -- ANNUAL REPORT 02/07/2007 -- ANNUAL REPORT 08/21/2006 -- ANNUAL REPORT 03/21/2006 -- ANNUAL REPORT 08/12/2005 -- ANNUAL REPORT 01/19/2005 -- Amendment 01/14/2005 -- Amendment 04/28/2004 — ANNUAL REPORT 02/20/2004 -- Amendment 12/22/2003 -- Amendment 05/20/2003 -- Amendment 02/21/2003 -- ANNUAL REPORT 03/06/2002 -- ANNUAL REPORT 07/20/2001 -- Amendment 04/27/2001 -- ANNUAL REPORT 06/22/2000 -- 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 View image in PDF format View image in PDF format View image in PDF format i.;ooyrk t (c;' 27Yyyi to rsrivaCv i'ot :.Yt {��. f r"141' id Gar %}(•::C 43r !C nt of http://searchs unbiz,org/Inquiry/CorporationSearch/SearchResultD etai I?I nqui rytype= EntityN am e&di rectionType=Initial &searchN am eOrder= LAW N KEEPERSS... 2/2 5/11/2016 Detail by Entity Name Detail by Entity Name Florida Profit Corporation SUPERIOR LANDSCAPING & LAWN SERVICE INC. Filing Information Document Number P98000044604 FEI/EIN Number 65-0838100 Date Filed 05/18/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 07/09/2014 Event Effective Date NONE Principal Address 2200 NW 23RD AVE MIAMI, FL 33142 Changed: 01/12/2005 Mailing Address PO BOX 35-0095 MIAMI, FL 33135 Changed: 03/22/2012 Registered Agent Name & Address OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142-6551 Address Changed: 01/04/2005 Officer/Director Detail Name & Address Title PD OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title TD http://search.sunbiz,org/Inquiry/Corporate onSearch/SearchResul tDetai I?i nqui rytype= EntityN am e&di recti onType=Initial &searchN am eOrder=SU PER IORLAN D... 1/3 5/11/2016 Detail by Entity Name VALDES, MARIA 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title Quality Control Officer Rassi, Salvador P PO BOX 35-0095 MIAMI, FL 33135 Annual Reports Report Year 2014 2015 2016 Filed Date 02/10/2014 01/11/2015 01/22/2016 Document Images 01/22/2016 -- ANNUAL REPORT 01/11/2015 -- ANNUAL REPORT 09/09/2014 -- AMENDED ANNUAL REPORT 07/09/2014 -- Amendment 02/10/2014 -- ANNUAL REPORT 11/13/2013 -- AMENDED ANNUAL REPORT 03/04/2013 -- ANNUAL REPORT 03/22/2012 -- ANNUAL REPORT 02/22/2011 -- ANNUAL REPORT 04/01/2010 -- ANNUAL REPORT 03/12/2009 -- ANNUAL REPORT 04/25/2008 -- ANNUAL REPORT 01/15/2007 -- ANNUAL REPORT 01/17/2006 ANNUAL REPORT 01/11/2006 -- ANNUAL REPORT 04/19/2005 -- ANNUAL REPORT 01/04/2005 -- ANNUAL REPORT 01/30/2004 -- ANNUAL REPORT 03/24/2003 -- ANNUAL REPORT 04/01/2002 -- ANNUAL REPORT 02/12/2001 -- ANNUAL REPORT 01/24/2000 -- ANNUAL REPORT 02/19/1999 -- ANNUAL REPORT 05/18/1998 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF formatM^N~ 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 http://search.sunbiz.org/Inquiry/C orporati onSearch/SearchResul tD etai I?i nqui rytype=EntityN am e&di rectionType= Initial &searchN am eOrder=SU PER IOR LAND... 2/3 5/11/2016 Detail by Entity Name Copyridnt: © and Pri,A.xy Poes State cif. Florda, Der,ier trnerd of tetie http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?i nquirytype=EntityName&directionType=lnitial&searchNameOrder=SUPERIORLAN D. 3/3 i 00400. PROPOSAL BID .FORM: (Page 1nf17) City ofMiami, Florida Office of the City Clerk City Hal[18t Floor 85UOPan American Drive Miami, Florida 33133'56O4 Firm'sWamo: = Address: 8ubmittedom Date The, undersigned, as Bidder, hereby declares that the only persons Interested in this bid uo principal are narned herein and that no person other than herein mentioned has any interest in this bid or In the Contra(,-,',, tohwentered into; that this bid ismade without connection with any other, person, firm, or parties makinu bid; and that it is, In all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that It has examined the site of the Work and Informed Itself fully of all conditions pertaining to the place where the Work is to be done; that It has exa mined the contract Documents arid ail addenda thereto furnished before the open Ing of the bids, as acknowledged below; and that it ha's satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, If this bid is accepted, to contract with the City, a State of Florida municipal corporation, pursuant to the terms and conditions of the Contract Documents and tnfurniuh all necessary matehain, equipment, machinery, tools, apparatus, rneans, of transportation, arid all labor necessary to construct and complete within the time kmMa specified the Work covered by the Contract Documents for the Project Bid No: 15'16-020 Title: S,VV.8mSTREET "CALLE OCHO"LANDSCAPE MAINTENANCE CONTRACT M'0112 The Bidder also agrees bofurnish the required Perfom1anoeBondondPaynoo Bond oralternative form ofsecurity, ifpermitted by the City, each for riot less than the total bid price plus albamote>o'ifany, and tn furnish the required CerOficate(a)ofInsurance. The undersigned further agrees that the bid guaranty accompanying theb|dahns||beforheiiadUBiddorfai|o to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond nrfails to furnish the required Cerbfimtm( )of\nauranoew/kh(nf|fto*n(15)oa|endardayuafterbo|ngnoi0ednftho award nfthe Contract. In the event of arithmetical errors, the Bidder agrees that Unwme errors are errors vvh\ h may be corrected bythe City, In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words ehmU govern, Bidder mgraao that any unit prima listed in the bid Is to be multiplied by the stated quantity requirements in order to arrive at the total, In case of an error in the extension of prices, the numerical unit price will govern, Bid No, 15-16-020 . � 00400, PROPOSAL BID FORM: (Page 2 of 17) Note: Bidders are bidding on a total bid cost basis for tho purpose of determining the lowest responsive and responsible bidder. However, Bidders will be paid based on the line item breakdown, contained in the Bid Form, with payments based on actual work performed, Bidders must submit bid prices for all items. Failure to bid on all items will result in the bid being relected as non -responsive, The City will award a Contract to the lowest responsive responsible Bidder based on any of the Combined Bid Price stated below. Refer to Section 01000 - Supplemental Conditions. Our items and lump sum bid prices include the total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead 8i profit required, in accordance with the Bid Specifications. BASE BID: The sum of all items 1 through 56 based on a one (1) year completion time: 4,24t--417/ Written Am ier27 TOTAL BID: Twice the BASE BID based on a two (21 Leers completion time: ((V Base Bid Written Amount of Total Bid * * * * * A w * * * * * * * Note to Bidders: The City reserves the right to reject any and all bids. The City may opt to renew (OTR) the Contract for four (4) additional one (1) year term subject to the availability of funding and the contractor's performance, The Total Bid price Is for a one year, three hundred sixty five (365) calendar day's completion time. The second year term of the contract will be based on the Total Bid prices and no additional compensation will be allowed, The price of the four option to renew terms is based on the Total Bid prices and no additional compensation wit! be allowed, At the option of the City, the price under Unscheduled Additive Items may be added to the appropriate Total Bid items for determining the total oast of a Work Order, The price shall be paid from Special Provisions and it is the same for any OTR. No additional compensation will be allowed, Bid No. 15-16-020 Page 19 /7C 00400 BID FORM: (Page 3*f1?) DIRECTIONS: COMPLETE PART|OR PART.|L WHICHEVER APPLIES, AND PART UL Part !* Listed below ore the dates ofimouoforeaVhAddondun received hlconnection with this Bid: Addendurn No. 1, Dated Addendum No. 2, Dated Addendum No. 3,Dated Addendum No. 4, Dated PartU: L-' Noaddendum was received mconnection with this Bid, Part III; Certifications— The Bidder, by virtue of signing the Bid Form, affirms that the Bidder baware of tho following, and shall comply with all the stated requirements. 1Affirmative Action P\on Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy: and 2. First Source Hiri�g Bidder certifies that (u)he has read and understood the provisions of City of Miami Ordinance No. 10082, pertaining to the implementation ofa"First Source Hiring Agreement'. Eve|ueiion of bidder's responsiveness to Ordinance No, 10032 may be a consideration In the award of a contract, Violations of this Ordinance may be considered cause for annulment of a contract between the SUCCeSSfUl bidder and the City of Miami; and 3. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract in which this Bid pertains; that this, Bid is made without connection urarrangement with any other person; and 4. DruoFree VVorkDka_ge 'The undersigned Bidder hereby certifies that it will provide a drug4free workplace program by: (1) Publishing u statement notifying its employees that the un)amfu| manufacture, distribution, dispersing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; Bid No, 16-16-020 0040.PROPSAL BIDPORIVI� (Page 4ofi7) (2) Establishing a continuing drug -free awareness program to Inform its employees about: (i) The dangers of drug abuse In the workplace; (U) The Bidder's policy ofmaintaining adrug-free workplace; (|U) Any available drug counseling, rehabilitation, and employee assistance pmQramo;and (|v) The penalties that may be Imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the -Contract a copy of the statement required byaubparagraph(1); (4) Notifying all emp|oyeea, in writing, of the �31:ahsment required by muhparaQruph (1)' that as a condition ofemp|oymentor) acovered Contract, the employee shall, (i) Abide by the terms of the. statement; and -' (ii) Notify the employer in writing of the employee's coriviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (6) Notifying the City In writing within ten (10) calendar days after receiving n0tlCe under Subdivision (4) 0) obo*a, from an employee or otherwise nace|vinQmdua| notice Of Such conviction. The notice shall include the position title ofthe employee; (8) Within thirty (80) calendar days after receiving notice under subparagraph (4)cf u oonviot|un, taking one of the following actions with respect to an employee who is convicted of dn/g abuse violation occurring inthe workplace: (\) "Fiking appropriate personnel action against such employee, up to and Including termination; or (||) Requiring such employee to participate satl,,,factorily in a drug abuse assistance- or rehabilitation pnogrorn approved for such purposes hyafederal, xbahe, or local health, |awmn[nrnement, or other appropriate agency; and (7) Making good faith effort to maintain a drug -free workplace program through Implementation ofouhparmgrapho(1)through (8)|and 5, L4bbWnq The undersigned certifies to the best of his or her knowledge ind bellef, 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 any agericy, a I'VIeniber of Congress, an officer or employee of Congress, or on empioyee of o Member of Congress in connection with the awarding ofany Federal contract, the making ofany Federal grant, the making nf any Padmna| loan, the entering Into ofany cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreerrient, Bid No. 15-16-020 ` OO40O.'PROPOSAL BID RlRM,(Page 5uf17) (2)K any funds other than Federal appropriated fund,, have been paid to any person for Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," � (3)Thiu undersigned shall require that the language of this certification be Included in the award documents for "All" sub -awards at all tham (including xubonntroda, mub'gnanta, and contracts under grants. |oena' and cooperative agreements) and that all Sub -recipients shall nortUy and d(odoua accordingly. i Th{n certification is material napnaaontmUon of fact upon which reUanoe was placed wheri this | transaction was made or entered into, Submission of this certification is a pre -requisite for rnal<ing or � entering 'into this transaction imposed by Section 1362, 7lde 31. U.S. Code. Any person who fails ho ! file the required certification shall be subject to a 0|v|| penalty ofnot less than $10.000 and not more than $10O.000for each such failure, / ~Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it \ applies tmcovered oontrecVgranttransactions over $100'O0O(per OK88). � O. Debarment, 8unDmno|onand Other Roapomdb|\UyMatters The Bidder certifies to the best of Its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions byany Federal department oragency, b. Have not within o(hnoefeer period preceding this proposal been convicted of or had o civil judgment rendered against them for commission of fraud or a criminal offense in connection with obLa{n|ng, attempting to o&ain, or performing a public (Federal, Staha, or local) transaction o, contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction oYrecords, making false statements, mrreceiving stolen property; u. Are not presently indicted for or otherwise criminally or civily charged by agovernment entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1 ,b of this certification; and d. Have not withinu three-year period preceding this app|ioadurVpropoau( had one or more public / transactions (Faderm[.State, orlocal) terminated for cause ordefault. Where the prospective Bidder is unable to certify to arty of the statements in this certification, Such Bidder shall submit enexplanation tothe City ofMiami, ' ~ 00400. PROPOSAL BID FORM: (Page 6 of 17) Attached is a Bid Bond f 1, Cash j 1, Money Order [ Unconditional/Irrevocable Letter of Credit Treasurer's, Check [j, Bank Draft { ], Cashier's Check , or Certed Check [ I No 5:14:72041?e for 6_2 rc Dollars ($ The aidder shall acknowledge this bid and certifies to the above stated in Part ill and IV by signing and completing the spas provided belay:. Firm's Name: Signature: Printed Nam &Title: City/State/Zip: Telephone No.: — Facsimile No.: Social Security No. or Federa,1 6.? Address: Dun and the sum of Bradstreet No.: If a partnership, names and addresses of partners: Bid No. 16-'16-020 7--41-57776:a _2;7 (if pplicable) 00400, PROPOSAL BID FORM: (Page 7 of 171 I Epy cERTfY CERTIFICATE OF AUTHORITY (IF CORPORATION) „ that at a meeting of the Board of Directors of eV .corporation organized and existing under the laws of the State of • • of the oorporiation and providing t his/her executloh thereof, attested by the secretary of the corporafion, shall be the official act and deed of the corporation, I further certify that sald resolution remains tn WI force and effect. IN WITNE.$.5 I hereunto set my hand this /L., day of 20/4-, Secretary: , hyl,o4he // day of Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of — , held on the day of ..., _ a resolution was duly passed and adopted authorizing (Nam as (Title) of the to execute, bids on' behalf of the .• partnership and provides that his/her execution thereof, attested by El partner, shall be the official act end deed of the partnership, 1 further certify that said partnership agreement remains in full force and effect, IN WITNESS WHEREOF, 1 have hereunto set my hand this day of Partner: Print: CERTIFICATE. OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the portion signing this bid is authorized to sign bid documents on behalf of the joint Ventura, If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, portdorship, or individual), CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) HEREBY CERTIFY that, 1 (Name) , Individually and doing business as (d/b/a) (If Applicable) have executed and am bound by tho terms of the; bld to which this attest a, on Is attached. IN WITNESS WHEREOF, I have hereunto set: my hand this day of , 20 . Signed: Print: Bid No. 15-18-020 Page 24 00400, PROPOSAL BID FORM: (Paag,_8 of 17) NOTARIZATION STATE OF ) SS: COUNTY OF p((kityll ) The foregoing instrument was acknowledged before me this day or I2 2OR, by who Is personally known to me I 1 (ill seas Identification and who (did / did not) take an oath, SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Bid No, '1516-020 I State of Florida .k MY COMMISSION # FF 159306 OF %. Expires: September 11, 2018 Of who has produced Johanna Estrada Pogo 25 00400. PROPOSAL BID FORM: (Page 9 of 13) 1 2 S.R. 90 S.W. 3TH STREET) SW. 27 AVE TO S.W. 4 AVE Landscaping Contract Furnish all equipment, labor and material necessary for limited landscape maintenance services including but riot limited to raking, blowing, mulching, herbicide and insecticide, for the first 180 days on ail of the newly planted groundcaver. No Hedge trimmini, mowinghedging, pruning, or trimming for the first 180 days. {After establishment period of 180 days) Ftonisn all equipment labor and material necessary to $ a complete landscape maintenance service including but not limited to mowing, hedge trirnrning, weeding, edging, pruning, trimming, raking, blovving, mulching, herbicide and insecticide on all groundcover on a 13 visit maintenance cycle as directed by the City Engineer andfor Project Manager. Furnish all equipment, labor and material necessary for VVeekly litter pick up. Contractor shall remove all debris (palm fronds, cups, paper trash, bags, bottles, etc.) and trash bags from the $t71 area on the same day of pick up. - S.R. 90 (S.W. 87'1 STREE I ) S.W. 27 AVE TO S.W. 4 AVE Landscaping Contract Furnish all equipment, tabor and material necessary for complete landscaping services including hedge trimming, mowing, weeding, edging, trimming, ground cover and grass areas inside the swale, blowing, mulching, fertilizing, herbicide spraying, insect spraying the entire area, on a 26 visit maintenance cycle as directed by the City 1 Engineer and/or Project Manager. Furnish all equipment labor and material necessary for Weekly litter pick up. Contractor Shell remove all debris (palm frOnds, cups, paper trash, bags, bottles, etc.) 2 and trash bags from the area on the same day of pick up. 3 SPECIAL PROVISIONS Contingency Allowance Bid No. 15-16-020 Page 26 1 visit visit 1 visit 13 times a year 52 times a 7/3 year 26 times a year 52 times a t year $50,000 00400. PROPOSAL BID FORIM:(Pmue18of13) gi Ni 17 Unschoduted Additive Items in Maintenance Contracl (To be used as needed): At the option of the City, the prices below for the items identified by the Order Request and no additional compensation will City Engineer may be added to the appropriate Base Bid itern, for determining the totai cost of a Work be added. finstalfafion of 5,000 square ft. of solid sod St. Augustine Tloratam'�- Refer to DIVISION 2B- 4� j�SODDING on an 'as needecr basis. $4 5,000 square feet, N/A IS allation of 50 cubic yards of top soil, An evenly blended mbdure of 30% organic "Everglades 30% coarse ('sharp edged") sand, 20% decomposed pine bark or wood chips, and 20% 5 adian Peat moss on an -as needed� basis. 1 50 cubic vards stall 250 cubic yard of Spanish Gold Mulch Grade 'A�, at any location, including removat -C the. eyisting mulching, on an "as needed' basis. yards Furnishing all labor, material and equipment necessaryfor installing 5 palm trees (10' ft. of ey wood and 4" dbh minimum) including watering and I years warranty on an "as needed" 7 ;basis- 6 Palms removal and installation 1 NIA !$ Furnishing all labor, material and equipment necessary for installing 5 trees (16' ftheight, 5'41L spread, 4�' dbh mk-nimum, T CP, including watering and I year warranty on an 'as 2 -d" basis. Tree S T NIA re�r oval and installation r-Urnishing all labor, materials and equipment necessary for the planting of I t000 1 shrub/plant (3-gal) including removall of deceased plant, planting anew one of same species and size. watering, and mulchirig for a (1) one year period, along 2-11 locations 1,000 plants. N/A remova and hstallation 0040E , PROPOSAL BID FORM,%,.j,Paci 11 of 13) Unscheduled Additive Items; At the option of the City, the price below for then item identified by the City Engineer may be added to the scope of work. 11 Agave or century Plant,,- 7 gal.. 14 1b 16 Midnight -Wine Wedelia, Wadelia trilobata -- 3 gal, Mexican Petunia -- 3 gat, Red Mammey Croton -3 gal, Cuban Gold Duranta, Duranta erecta - 3 gal. Copper leaf, Acalypha wilkesiana -- 3 gal. 17 Dwarf Pinch Apple Plant- 7 gal. 16 -Shrimp Plant, Justicia brandegeana 3 gal. 1t3 Blueberry Flax Lily, Dianella tasmanica- 3 gal. 20 Wild Coffee, Psychotria nervosa - 3 gal, Croton, Codiaeurn variegatum - 3 gal. Dwarf f3ouganville<a - 7 gal, 23 African Queen Lilly - 7 gal. 24 Limelight Hydrangea Shrub, Hydrangea panioulata -•• 7 gal. 25 i Philodendron- Xanadu -•• 7 gal. 26 Pink Goldmound Spiraea - 7 gal. 27 Arboricola Trinette, Dwarf Schefflera - 3 gal, 28 Cacoplum shrub 3 gal 29 Red Sister Cardyline, Cordyline Fruticosea - 3 gal. 30 Grand Crinum Lily - 7 gal, 371 Pink Tabebuia Tree - 4" dbh minirnum,14 ft G A.. min. 32 Monstera dolioiosa -7 gal. 33 Asiatic,jasmine, trachelospernum asiaticum "Mlnirna"-1 gal. 34 Fire Bush, Hamelia patens-- 7 gal. 35 Green island Ficus, Ficus Macrocarpa •- 3 gal. 36 Beach Creeper, Coughbush, Ernodea littoralis- 3 gal. [31d No. 15-16-020 Each - E ach _ Each Each Each Each Each Each Each ... Each Each ... Each Each Each Each Each Each Each Each Each_..... Each Each Each Each Eacla 00460. PROPOSAL BID FORM: (Page 12 of 13.) , 37 .- .•= -.-- 1 " ' ,i Dwarf Natal Plum, Carlssa macrocarpa (Eckion) -- 3 gal. 38 Red Sister, Cordyllne Pruticosa-7 gal. Each $. $ V .9 - $ 7 $ .. 39 40 Pigmy date palm, Phoenix roebelenii — 4" dbh minimum, 6ft. Clear Trunk min. Bismarck Palm, Bismarckla nobilis-- 4" dbh MiniMum, 6 ft. Clear Trunk min. Each Each Each Each 41 2 Alexander palms, Archentophoenix alexandre— 4" dbh minimum, 6ft. grey wood main SKer Button Tree, Conocarpus erectus — 4" dbh minimum, 12 ft OA. min. 43 Foxtall Palms, Wodyetia bifurcate - 4" dbh minimum, eft. grey wood min. Each. —I- 44. Christmas Palm, Adonldia merrillii - 4" dbh minimum, 6ft. grey wood min, 45 Florida Thatch palm, Thrinax radiate - 4'' dbh minimum, 6ft, grey wood min. 46 Royal Palm, Roystonea elate - 10' ft, grey wood min. Each $,/ t"-- 47 Japanese Fern Tree, FilidlUM declplens - 4" dbh minimum, 14 ft oa min. Each $699 48 Dwarf Blue -stem Palmetto- 1 gal. Each Each Each _ $1, $ 49 50 Perennial Peanuts, Arachis glabrata- 1 gal. ..,„ aontgomety Palm, veithchia montgomeryarta-10' CT 51 Highrise Live Oak, Quercus virginiana-16HT, 5' SP, 4"dbh, ! CT Each - $,,, Unscheduled Additive Items: At the option of the City, the price below for the items identified by the City Engineer may be added to tho appropriate Base Bid Item for determining the total cost of a Work Order and no additional compensation will be allowed. Bid No. 15-16-020 Pap 29 CI 00400. PROPOSAL BID FORM: (Pacie 17 of 17) SUB.CONTRACTORS Contractor shall identify below all Sub -Contractors. Categories shall be added as necessary. If no Subcontractors are to be used, insert the word "Self' in the spaces under "Name of Subcontractor". The work performed by all subcontractors listed below cannot be more than 10% of the total work for this contract. TYPE OF WORK 1. 2, 3 4. 5 6 7, Bid No. 15-16-020 NAME OF SUB -CONTRACTORS SUBCONTRACTOR'S COUNTY -MUNICIPAL OCCUPATIONAL LICENSE NUMBER l'ago 30 00410. BID BOND FORM (Page 1 of 3) State of Florida County of Dade) SS City of Miami ) KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, as Surety, are held and firmly bound unto The City of Miami, in the penal sum of Dollars lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents, THE CONDITiON OF 'LHtS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated , 20 , for: S.W. am STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT M-0112 NOW THEREFORE: (a) if the principal shall not withdraw said bid within ninety (90) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) in the event if the withdrawal of said bld within the period specified, or tho failure to enter into such contract and give such bond within the time specified, if the principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required work and supplies, If the latter amount be in excess of the former, then the above obligation shall be void arid of no effect, otherwise to remain in full force and virtue. Bid No. 15-16-020 Pap 3 t 00410, BID BOND FORM (Page 2 of 3) |NWITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this day of .A^D.' the narne and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body, WITNESS: (If Sole Ownership, Partnership, orJoint Venture, two (2)Witnesses are required. IfCorporation, Secretary only will attest and affix seat,) Surety Secretary Bid No. '15-16-020 (Name of Firm) ` City State Zip (Signature ufAuthorized Officer) � (T�a) (Name dLocal Insunnm�����/) Address TQIephone Number ~ 00410. BID BOND FORM (Page 3 of 3) CERTIFICATE ASTOCORPORATE PR1NC\PAL [ ^ certify that | am the Secretary of the Corporation named as Principal In the within bond; that of said corporation; that \ know his nignsdura.and the signature hereto is genuine; and thatomNbond was duly signed, sealed and attested for and in behalf of said corporation by authority of Its governing body. STATE OFFLORIDA \ COUNTY OFDADE ) SS Before me, a Notary Public duly cmmmisoioned, and qualified, personally appeared _home well known, who being bymefirst duly sworn upon oath. says that he/she is the attornoy-|n-fart,for —the and that he/she has been authorized by toexecute the foregoing bond onbobm|fofthe Contractor named therein \nfavor ofThe City ofMiami, Florida. Subscribed and sworn tobefore methis day of___A� D`2O_- |NSTRUCT|ONS: Bid Bonds must beaccompanied by aPower ofAttorney, |n compliance with Instructions toBidders Bid No. 15-16-020 a at Large Notary MyCommission Expires: 00500, SUPPI-NIENT TO BID FORM: WESTIONNAIRE THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, SUBMISSION OF THE FORM OR ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, MAY BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. FAILURE TO SUBMIT THE FORM OR ADDITIONAL INFORMATION UPON REQUEST EY THE CITY SHALL RESULT IN THE REJECTION OF THE BID AS NON -RESPONSIVE. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business while possessing one of the licenses, certifications, or registrations? Specially Sonar Herbicide applicator's license. License/Certification/Registration Name and Number C-• 1A. What business are you In? 2. What is the last project of this nature that you hay .,ornpleted? AJE 7/- 47, Years Jek__ 3. Have you ever failed to complete any work awarded to you? If so, where and why? 4. Give owner names, addresses and telephone numbers, and Surety and project names, for all projects for which you have performed work, where your Surety has intervened to assist in completion of the project, whether or not a claim was made, 5. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have p ormed work: 17,007coir -iv c?'?--?6 /4///,11v7) , (narne) (address) (phone It) — 15— V /6, ..., /c_e:".,5— (address) (phone #) (address) (phone 4.) Bid No, 16-16-020 Page 34 6. List the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co -venture, list the information for all co -venturers,) NAME OF OWNER & PROJECT PHONE # -,k2/3-7 e9e' TOTAL DATE OF CONTRACT COMPLETION VALUE PER gaNTR6CT /3 ier/b-P-2 (Continue list on Insert sheet, if necessary.) 7. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? % OF COMPLETION TO DATE 0/ Yes No 8. Will you subcontract any part of this Work? If so, provide the following details for each subcontractor(s) that will perform work in excess of ten percent (10%) of the contract amount. (Attach additional sheets if necessary) Subcontractor Name Approx. MNVBE Description of Work Percentage Status The foregoing list of Subcontractor(s) may not be amended after award of the Contract without the prior written approval of the Contract Administrator, whose approval shall not be unreasonably withheld, 9. What equipment do you own that Is available for the Work? • /7--ac 414- 10. What equipment will you purchase for the proposed Work? Bid No. 16-16-020 Page 35 11, What equipment will you rent for the proposed Work? 12. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience In managing similar work. "7 el,V/ i/2e- //7 13. State th'e true, exact, correct and complete name of the partnership, corporation or rade name under which you do business and the address of the place of business, (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners, if a trade name, state the names of the individuals who do usiness under the tra e ilarne). 1:3.1 The correct name of the Bidder is 4,2 13.2 The business' is a (Sole Proprietorship) (Partnership) (Corporation). 13.3 The address of principal place of business Is 13,4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: 1341 No. 15-16-020 Pap 36 7 115 List all organizations which were ppsdmoem.snrm\oBidder or in which the principals or officers of the Bidder were principals or officers. 13,6. Ust and describe all bankruptcy petitions (voluntary or involuntary) whkh have been filed bymagainst the Bidder, its parent or subsidiaries or predeces,*,or organizations during the past five (5) years. Include in the description the disposition of each SM61-1 petition. ' - ------- ---- 137, List and describe all successful Performance or Payment Bond claims mad e to your ) during the last five (5) years. The list and descriptions ohuu!d|odud*daima against the bond of the, Bidder and its predecessor organization(,$). 13,8 Llstali claims, arbitrations, mediations, civil action,,.;, administradve hearings and lawsuits brought bymragainst the Bidder nrIts predecessor organizat|on(a)during the. last five (5)yaara, The list shall include all case narries; case, arbitration or healring identification numbers; the noma of the project over which the dispute omaa: m description of the subject matter ofthe dispute: and the final outGomoofthe o>8im, 13,9. List. and describe all criminal proceedings mhearings mncorning buiiness related offenses in which the Bidder, its principals or officers or predeopssor organizalion(s) were defendants. 1110. Has the BWdor, debarred or suspended from bidding byany government during the last live (0)yoana? Kyes, provide 13,11. Under what conditions does the Bidder' request Change Orders? 13.12. What Is the nature and amount of the three largest change orders submitted by the bidder within the past five years, and their disposition? /674 Bid No. '15-16-020 Pug° 38 00502. SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page of 2) COntraotors shall furnish the names, addresses, and telephone numbers government organizations for which the Contractor has provided services and complexity over a three (3) year period. I) Company Name Address Contact Person/Contract Amount Telephone No. /Fax No. 2) Company Name 4) Witiskle Bid No, 15-16-020 Address Contact Person/Contract Amount Telephone No. /Fax No. --I-, Company Name Address of a minimum of five (5) firms or for projects of similar size, scope 1.7> r Contact Person/Contract Telephone No. lFax No, Company Name Address / 6)* :5 re v Contact Person/Contract 0 — Telephone No. /Fax No J.vol4A11..e. Pago39 1 00502. SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page 2 2) /3C/6)---) 5) Company Name eT) Address - -4y - Contact Person/Contract Amount Telephone No. /Fax No. 6) Company Name Address Contact Person/Contract Amount_ 'Telephone No. /Fax No. fl Company Name Address Contact Person/Contract Amount Telephone No. /Fax No, , ,47e7 //r.- •("7/-x-;' 8) Company Name Address Contact Person/Contract Amount_______ Telephone No. IFax No. eau5.040.4./m ORO Eid No, 15-16-020 Page 4 0 00510, OFFICE LOCATION AFFIDAVIT (Page 1 of 2) Please type or print clearly, This Affidavit must be completed in full, signed and notarized Qi\IL.JLJE YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE 1.11VIITS OF THE CITY OF MIAMI t-/V/1C/6, Legal Narne of Firm: Entity Type: (Check One) Partner hip Sole Proprietorship Corporation ,-----)z2em906 ---;) Corporation Document No: 7 occupational Licerse No: 6 . e.27 0 0 Date Established ‘')/ Date of Issuance AmpvIlomiablrINA4V, 'fAfiritgilACRETWAMIke t;',1 PRESENT Strept)A,,ps,,59: City: ? PREVIOUS Street Address: State: 1-3 How long at this location: City: State How long at this location: According to Section 18-S5 of the City of Miami Code, as amended: The "City Commission may offer to a responsible and responsive local bidder, who maintains an office in the City of Miami, the opportunity of accepting a bid at the low bid amount. if the original bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsiblo and responsive bidder." The intention of this section is to benefit local bona fide bidders/proposers to promoto economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not boon established with the sole purpose of obtaining the advantage granted bona fide 10Cai bidders/proposers hy this section. Bid No, 16,16-020 P Eigo 00510. 0 E LOCATION ebAVIT (Page 2 of 2) Atitholize-'Signature .72 ''''9/1e/a-"-e-,5 Print Name (CAirplfa \s, ( Autho gnature Authorized Signature Print Name Title Authorized Signature (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture,) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: NM, r-'eft ) personally appeared before me and acKnowledged the foregoih6 Instrument as his/her act arid deed. That heishe has produced as Identification. /- NOTARY PUBLIC: ilk( t My Commission ExPires:; Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Mlami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to v4.3rify the location of the fires office. ckY Johanna Estrada State of Florida MY COMMISSION # FF 159306 q. Expires: September 11, 2018 Bid No, 16-16-020 Page 42 0550 Local, Small, Disadvantaged and Minority/Women Business Enterprise Participation Project No.: / ' X Title: . "r T fil ar Ifs' HZ'4F Bidder/Contractor: t� � 6 c�,r 2 As previously stated In the Contract Documents, the City encourages the participation of local, small anti minority owned businesses, Based on this ongoing effort the City requires that with the submission of the bid, first payment requisition, and al the request of City representative, the Contractor shall submit this report entitled. Failure to submit the report may delay the Issuance of payment to the Contractor. Contractor shall submit an updated report when a subcontractor has been added or changed. The following certified local, small, disadvantaged, minority or women ownod firms have been awarded subcontracts for this Pro]ect, The legend Is to be used in compfoting the appropriate columns, rIName of Finn (Bidder and Subcontractors) %r es of Firm 813E•- Black- (African -American) owned Business Enterprise CSBE - Community Small Business DBE -- Disadvantaad Business Enterprise lYli3E - Hlspanio Ownc,d Business Enterprise Local Loral Firrn within City of Miami city limit _� V1B Minority Business Enterprise None -.ITO Testa! desigfietion .. _ _ SBl Small Business Enterprise Wt3� --Woman-Owned Business Enterprise NOTE; COPIES OF CERT1F1CA77ONS MUST BE ATTACHED, AFFIDAVIT BBE Local BBE Local BBE Local Business Designation (check all that apply) CSBE or SCE MBE CSBEEorSBE MBE CSBE or SBE MBE BBE CSBE or SBE Local MBE BBE Local BBE Local CUE or SSE i DBE MBE CSNE or SERE MBE Certifying Agency (A(toncles) 1_rst sli spl+ricabfe DBE l EtBE WBE Norm DBE HBE WEE None DBE HBE WB(. None DBE l-ih3t_. WEE None 44 HPE NJBE f None Bid No. '15-16-020 DBE WEE LEGEND None Certlfyint7 E�ntfties CM - City of Miami BC -Broward County FDOT Florida De>7a<-bnent of Trans i :part iY1on FG_Federal Oovernment _.,... MO - Miami Dade County MDPS -- Miernl Dada Public Schools Other - please identify Value of Percentage Worst of Total Assigned/A Work or warded Contract LOCAL FIRMS SHALL A TIACH THE LOCAL OFFICE NV. 43 000466 Local Business Tax Receipt Miami —Dade County, State of Florida --THIS IS NOT A BILL — 00 NOT PAY 4501582 BUSINESS NAME/LOCATION LAWN KEEPERS OF SOUTH FLORIDA INC OPERATING IN DADE COUNTY MIAMI FL 33999 RECEIPT NO. RENEWAL 397'1497 OWNER SEC_ TYPE OF BUSINESS LAWN KEEPERS OF SOUTH FLORIDA INC 213 SERVICE BUSINESS Employee(s) 5 EXPIRES SEPTEMBER 30, 2016 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $75.00 08/21/2015 CREDITCARD—•15-041897 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holdermust comply with any governmental or nongovernmental regulatory laws and requirementswhich apply to the business. The RECEIPT NO, above must be displayed on ail commercial vehicles — Miami —Dade Code Sec 8a 276. For more information, visit www,miamidade.gov/taxcollector J 0066542 11-24 Office AU 0 121518) RCI111tter: LAWN KEEPERS OF SOUTH FLORIDA INC. Purchaser. DAVID BORRE00 Purchaser Account: 1000016614316 Operator I.D.. f1009203 Funding Source Paper Items(s) PAY TO THE ORDER OF CASHIER'S CHECK ***CITY OF MIAMI*** ***Five hundred dollars and no cents*** Payee Address: Mer11(): BID NO: 15.16 -020 WELLS FARGO BANK, N.A. 13500 SW 120TH ST MIAMI, FL 33186. FOR INQUIRIES CALL (480) 394-3122 0066642 11-24 Office AU A 1210(8) Remitter: LAWN KEEPERS OF SOUTH FLORIDA INC. Operator LD.: 0009203 NOTICE TO PURCHASER --IF THIS INSTRUMENT IS LOST, STOLEN OR DESTROYED,YOU MAY REQUEST CANCELLATION AND REISSUANCE. AS A CONDITION TO CANCELLATION AND REISSUANCE, WELLS FARGO & COMPANY MAY IMPOSE A FEE AND REQUIRE AN INDEMNITY AGREEMENT AND BOND, Purchaser Copy CASHIER'S CHECK PAY TO THE ORDER OF ***CITY OF MIAMI*** *** *** ***Five hundred dollars and no cents*** Payee Address: Memo: BID NO: 95. 16 - 020 WELLS FARGO BANK, N.A. 13500 SW 120TH ST MIAMI, FL 33186 FOR INQUIRIES GALL (480) 394.3122 v6651,201,E2411` 1:12L00021481:►,861 5L3221,11' SERIAL #: 6654201624 ACCOUNT#: 4861-513224 April 11, 2016 **$500.00** VOID IF OVER US $ 500.00 NON-NEGOTIABLE 6654201624 April 11, 2016 *$500.00** VOID IF OVER US $ 500.00 CONTROLLER The City of Miami, Florida SPECIFICATIONS CONTRACT DOCUMENTS S.W. 8TH STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT M-0112 Department of Public Works Eduardo Santamaria, RE, CGC 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130 0 u, BID NO. 15-16-020 S.W. 8TH STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT PUBLIC WORKS DEPARTMENT PROJECT NO. : M-0112 Due Date: Thursday April 11, 2016 Due Time: 11:00 a.m. Mayor Thomas Regalado Commissioner Wifredo (Willy) Gort, District 1 Commissioner Ken Russell, District 2 Commissioner Frank Carollo, District 3 Commissioner Francis Suarez, District 4 Commissioner Keon Hardemon, District 5 City Manager, Daniel J. Alfonso Issued By: City of Miami Public Works Department 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 Section Article No. No. TABLE OF CONTENTS Title Page No. NOTICE TO CONTRACTORS 5 No Bid Form 6 00100 GENERAL INSTRUCTIONS TO BIDDERS 7 1 General 2 Scope of Work 3 Location of Work 4 Contract Term 5 Performance Bond 6 Subcontractor 00200 DEFINITIONS 9-10 00300 INSTRUCTIONS TO BIDDERS 11-17 1 Examination of Contract Documents and Site 2 Pre Bid Interpretations 3 Submitting Bids 4 Printed Form of Bid 5 Bid Guaranty 6 Acceptance or Rejection of Bids 7 Determination of Award 8 Evaluation 9 Contract Price 10 Postponement of Date for Presenting and Opening of Bids 11 Qualifications of Bidders 12 Addenda and Modifications 13 Occupational Health and Safety 14 Environmental Regulations 15 "Or Equal" Clause 16 Protested Solicitation Award 17 Financial Stability and Strength 18 Local, Small and Disadvantaged Firm Participation 19 Minority /Women Procurement Program — Not Applicable 20 First Source Hiring Agreements 21 Documentation of Community Participation Benefits 22 Cone of Silence 23 Public Entity Crime 24 Commodities manufactured, grown, or produced in the City of Miami, Miami -Dade County and the State of Florida 00400 PROPOSAL BID FORM 18-25 00402 SCHEDULE OF BID PRICES 25 -29 Pay Item Description (8 Pages) Subcontractor's Affidavit (Page 17 of 17) 30 00410 BID BOND FORM 31-33 Bid No. 15-16-020 Page 1 Section Article No. Title Page No. No. 00500 SUPPLEMENT TO BID FORM: 34 QUESTIONNAIRE 00502 SUPPLEMENT TO BID FORM: 39 CUSTOMER REFERENCE LISTING 00510 SUPPLEMENT TO BID FORM 41 OFFICE LOCATION AFFIDAVIT 00550 LOCAL, SMALL, DISADVANTAGED, AND 43 MINORITY/WOMEN BUSINESS ENTERPRISE PARTICIPATION 00600 Articles CONTRACT 44-54 1 Scope of Work 2 The Contract Sum 3 Partial and Final Payment 4 Time of Completion 5 Additional Bond 6 Contract Documents 7 The Contract Term 8 Contingency Clause 9 Escalation Clause 10 Notices 11 Materiality and Waiver of Breach 12 Severance 13 Applicable Law and Venue 14 Amendments 15 Prior Agreements 16 Public Records Request 17 Event of Default 18 Notice of Default -Opportunity to Cure 19 Termination for Default 20 Remedies in the Event of Termination for Default 00710 FORM OF PERFORMANCE BOND 55-57 00720 FORM OF PAYMENT BOND 58-60 00721 CERTIFICATE AS TO CORPORATE PRINCIPAL 61 00735 PERFORMANCE AND PAYMENT GUARANTY FORM 62-63 UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT 00800 GENERAL CONDITIONS 1 Contract Documents 2 Intention of City 3 Preliminary Matters 4 Performance Bond and Payment Bond 5 Qualification of Surety 64 Bid No. 15-16-020 Page 2 Section Article No. Title Page No. No. 6 Indemnification 7 Insurance Requirements 8 Labor and Materials 9 General Requirements 10 Worker's Identification 11 Royalties and Patents 12 Weather 13 Permits, Licenses and Impact Fees 14 Resolution of Disputes 15 Inspection of Work 16 Authority of the City Project Manager 17 Superintendence and Supervision 18 Method of Performing the Work 19 City's Right to Terminate Contract 20 Assignment 21 Contractor's Use of the Work Site 22 Interfering Structures 23 Site Investigation and Representation 24 Contractor's Responsibility for Damages and Accidents 25 Accidents 26 Safety Precautions 27 Warranty of Material 28 Manufacturer's Instructions 29 Manufacturer's Warranty 30 Defective Work 31 Taxes 32 Subcontracts 33 Separate Contracts 34 Continuing the Work 35 Changes in the Work or Terms of Contract Documents 36 Supplemental Instructions 37 Field Directives 38 Change Orders 39 Value of Change Order Work 40 No Damages for Delay 41 Force Majeure 42 No Interest 43 Material Safety Data Sheets & Product Data 44 Stop Work Order 45 Cleaning Up; City's Right to Clean Up 46 Local and Minority/Women Participation Reporting — Not Applicable 47 Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act 48 Contingency Allowance 49 Payment and Performance Bond 50 Davis Bacon Act — Not Applicable 51 Terms of Contract 52 Pricing and Payment Bid No. 15-16-020 Page 3 Section Article No. Title Page No. No. 53 Materials and Equipment 54 Method of Award 55 Additions/Deletions of Services Required 56 Estimated Quantities 57 Emergency/ Disaster Performance 58 Contract Hierarchy 59 Third Party Beneficiaries 60 Warranty, Fitness for Purpose 01000 SUPPLEMENTAL CONDITIONS 83 1 Scope of Work 83 2 Location 83 3 Description of Work 83 4 Fencing Around Excavation 84 5. Providing Access to Residences and Businesses 84 Establishments 6 Permits 84 7 Maintenance of Landscaping 84 8 Root Guard 84 9 Planting 85 10 Sodding 85 11 Terms of the Contract and Extensions 85 Pricing and Payment 85 Materials and Equipment 85 Code Compliance 85 Proper Equipment and Operation 85 01002 Location 87 Site Inspection 88 Description of proposal 88 Environmental Protection 87 Construction Schedule 88 Revisions to General Conditions 89 Additions and revisions to instruction to bidders 90 Provisions for Special Items 90 Division 2A Technical Specifications 91-101 Bid No. 15-16-020 Page 4 INVITATION TO BID No. 15-16-020 NOTICE TO CONTRACTORS Sealed bids will be received by the City of Miami, Office of the City Clerk, City Hall, 1st Floor, 3500 Pan American Drive, Miami, Florida 33133-5504, until 11:00 A.M. on Thursday April 11th, 2016, for the project entitled: S.W. 8TH STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT M-0112 Scope of Work: The project consists of landscaping services for the following location: S.R. 90 (S.W. 8TH STREET) FROM S.W. 27 AVE TO S.W. 4 AVE. Landscaping service consists of but is not limited to landscaping installation, (i.e. trees, palms and ground cover vegetation), hedge trimming, mowing, weeding, edging, pruning, trimming, raking, blowing, mulching, herbicide and insecticide, etcetera. 26 times per year; Litter pick up (cups, paper trash, bags, bottles, palm fronds, etc.) Shall also be provided on a weekly basis. NOTE: Additional locations for landscaping services may be added to this contract as maintenance responsibilities are transferred to the Public Works Department. The work performed by the subcontractors cannot be more than 10% of the total work specified in this contract. Minimum Requirements: THE PROSPECTIVE BIDDER MUST HAVE A CURRENT CERTIFIED CONTRACTOR'S LICENSE 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'S CONTRACTORS CERTIFICATE OF REGISTRATION AS ISSUED BY MIAMI-DADE COUNTY CODE, WHICH AUTHORIZES THE BIDDER TO PERFORM THE PROPOSED WORK. THE SELECTED CONTRACTOR SHALL HOLD A MIAMI-DADE COUNTY MUNICIPAL OCCUPATIONAL LICENSE ISSUED BY MIAMI-DADE COUNTY IN THE APPROPRIATE TRADE (Landscaping). A 5% Bid Bond is required for this project. A 100% Performance and Payment Bond is required for this project. Bid packages containing complete instructions, plans and specifications may be obtained at the Public Works Department, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, Telephone (305) 416-1200 on or after March 25, 2016. An electronic copy can also be requested by calling (305) 416-1200. Bid packages will be available in hard copy form and a non-refundable fee of $20.00 will be required. A bid package can also be mailed to bidders upon written request to the Department, and shall include the appropriate non- refundable fee plus $10 for shipping and handling using regular U.S. Mail. All bids shall be submitted in accordance with the Instructions to Bidders. Bids must be submitted in duplicate originals in the envelope provided with the bid package. At the time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH SECTION 18-74 OF THE CITY OF MIAMI ORDINANCE NO. 12271. Bid No. 15-16-020 Page 5 Bid No. 15-16-020 S.W. 8TH STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT M-0112 NOTICE TO PROSPECTIVE BIDDERS NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to: City of Miami Public Works Department 444 SW 2nd Ave., 8th Floor Miami, FL 33130 Facsimile No. (305) 416-1278 NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: Our Company does not handle this type of product/service. We cannot meet the specifications nor provide an alternate equal product. Our Company is simply not Interested in bidding at this time. Due to prior commitments, I was unable to attend pre -proposal meeting. Insurance requirements are too excessive. Other. (Please specify) We do — do not — want to be retained on your mailing list for future bids for this type of product and/or service. Signature: Title: Company: Note: This form is for information purposes only. The City of Miami uses this information to update its vendor's list. Bid No. 15-16-020 Page 6 00100. GENERAL INSTRUCTIONS TO BIDDERS: General: The following instructions and those set forth in Section 00300 herein are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a [ X ] box which may be checked. If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. For additional information, please refer to the Public Works Department — STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS. 2. Scope of Work: The Work specified in the Contract Documents consists of furnishing all labor, machinery, tools, means of transportation and debris disposal, supplies, equipment, materials, water, diesel fuel and services necessary to perform the complete landscaping maintenance of the public right of ways listed below. The work includes, but is not limited to, the following: • S.R. 90 (S.W. 8TH STREET) FROM S.W. 27 AVE TO S.W. 4 AVE. (YEAR-1) Landscaping installation consists of the installation of new groundcover vegetation and new trees (SEE Landscaping Plans). Limited landscape maintenance services including but not limited to raking, blowing, litter pick up (weekly), mulching, herbicide and insecticide for the first 180 days on all of the newly planted groundcover. No Hedge trimming, edging, pruning, or trimming for the first 180 days. (After establishment period of 180 days) 13 times per year including but not limited to mowing, hedge trimming, weeding, edging, pruning, trimming, raking, blowing, litter pick up (weekly), mulching, herbicide and insecticide. Cycle frequency may be adjusted due to weather conditions and at the discretion of the City Engineer and/or Project Manager. Adjustment to cycle frequency will not increase the number of maintenance service visits, which will not exceed 13 service visits within the first year. • Landscaping maintenance services — (2nd Year Option through 5th Year Option) 26 times per year including butnot limited to mowing, hedge trimming, weeding, edging, pruning, trimming, raking, blowing, litter pick up (weekly), mulching, herbicide and insecticide. Cycle frequency may be adjusted due to weather conditions and at the discretion of the City Engineer. Adjustment to cycle frequency will not increase the number of maintenance service visits, which will not exceed 26. • Litter Pick Up (all type of litter such as cups, paper, disposable plastic, trash, bottles, palm fronds etc.) — every week at all locations during the term of this contract. • Pruning — Shrubs shall be trimmed as needed to provide an informal shape, fullness and bloom. Remove the palm fronds that are pointing down to the ground that are browning/yellowing- • Raking/Blowing — 26 times per year at areas around trees, palms, shrubs and ground cover that shall be raked or moved using a blower and disposed of accordingly. • Tree/ stump removal — "as needed". • Tree/Palm Planting — "as needed". Planting trees and palms (As per Specifications). Every palm must be guaranteed for 1 years from date of acceptance. • Visual obstruction removal — "as needed". • Planting Shrubs "as needed". Every new shrub shall be guaranteed for 1 year from date of acceptance. • Sodding — "as needed". • Mulching — "as needed". • Watering —"as needed". Bid No. 15-16-020 Page 7 • Additional information to the Scope of Work and or supporting documents is found in Section 01000 SUPPLEMENTAL CONDITIONS of these Specifications and in Attachment A contained herein. 3. Location of Work:: The project is located at the following rights of ways: • S.R. 90 (S.W. 8TH STREET) S.W. 27 AVE TO S.W. 4 AVE. • Locations may be added or deleted by City Engineer and/or Project Manager. Any additions or deletions that materially affect the contract will be addressed by change order. 4. Terms of the Contract: The initial term of the Contract shall be one (1) year, which shall commence ten (10) days after a Notice to Proceed is issued by the City of Miami. The City, at its sole discretion, may execute and option to renew (OTR) the Contract for four (4) additional one year term periods contingent upon availability of funding and contractor's performance. 5. License Requirements: THE PROSPECTIVE BIDDER MUST HAVE A CURRENT CERTIFIED CONTRACTOR'S LICENSE 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'S CONTRACTORS CERTIFICATE OF REGISTRATION AS ISSUED BY MIAMI-DADE COUNTY CODE, WHICH AUTHORIZES THE BIDDER TO PERFORM THE PROPOSED WORK. THE SELECTED CONTRACTOR SHALL HOLD A MIAMI-DADE COUNTY MUNICIPAL OCCUPATIONAL LICENSE ISSUED BY MIAMI-DADE COUNTY IN THE APPROPRIATE TRADE (Landscaping). 6. Performance Bond: A 100% Performance and Payment Bond is required for this contract. 7. Subcontractor: The work performed by the subcontractors cannot be more than 10% of the total work specified in this contract. Bid No. 15-16-020 Page S 00200. DEFINITIONS: 1. Definitions: Whenever the following terms or pronouns in place of them appear in the Public Works Department — STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS, the intent and meaning shall be interpreted as follows: 1.1. Bidder means any individual, firm, incorporated or unincorporated business entity, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.2. Change Order means a written document ordering a change in the Contract Price or Contract Time or a material change in the Work. A change order must comply with the Contract Documents and the Procurement Ordinance of the City. 1.3. City means the City of Miami, a Florida municipal corporation, having its principal offices at 444 SW 2nd Ave., Miami, Florida 33130, which is a party hereto and /or for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.4. City Commission means the governing and legislative body of the City. 1.5. City Manager means the Chief Administrative Officer of the City. 1.6. Contract means the part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.7. Contract Documents Clarification means any request for additional information or clarification, pursuant to the Cone of Silence, must be received in writing no later than ten (10) calendar days prior to bid opening. Bidders may fax or mail their requests to the attention of Eduardo Santamaria, PE, CGC, Director of Public Worls, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130. The facsimile number is (305) 416-1278. 1.8.. Contract Administrator means the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. The Contract Administrator for this Project is the Director, Department of Public Works. 1.9. Contract Documents means the Invitation to Bid, specifications, the Notice for Bids, Addenda, if any, the Bid Form, the record of the award by the City Commission, the Performance Bond and Payment Bond, the Notice of Award, the Notice(s) to Proceed, the Purchase Order, Change Orders, Field Orders, Supplemental Instructions, and any additional documents the submission of which is required by the Contract Documents, are the documents which are collectively referred to as the Contract Documents. Bid No. 15-16-020 Page 9 1.10. Contract Value means the original amount established in the bid submittal and award' by the City, as may be amended by an eligible and authorized Change Order. 1.11. Contract Period means the original time between commencement and expiration, including any the exercising of any options to renew, established in Article 2 of the Contract, as may be amended by Change Order. 1.12. Contractor means the person, firm, or corporation with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.13. Field Order means a written order which orders minor changes in the Work but which does not involve a change in the Contract Price. 1.14 Contract Period means the approved set time to complete the project as per bid proposal by set working days. 1.15. Inspector means an authorized representative of the City assigned to make necessary inspections of materials furnished by Contractor and of the Work performed by Contractor. 1.16. Materials means materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17. Notice(s) to Proceed means written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18. Program Manager means the City employee designated by the Contract Administrator to provide day to day management of the Project. 1.19. Contract Commencement Date means the date upon which the Contract Period commences. 1.20. Working Day: Refer to Public Works Department — STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS. 1.21. Subcontractor means a person, firm or corporation having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. The work performed by the subcontractors cannot be more than 10% of the total work specified in this contract. 1,22. Surety means the surety company or individual, authorized to transact surety services in the State of Florida, which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.23. Work means the complete desilting/maintenance and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. Bid No. 15-16-020 Page 10 00300. INSTRUCTIONS TO BIDDERS: 1. Examination of Contract Documents and Site(s): It is the responsibility of each Bidder before submitting a Bid, to: 1.1 Examine the Contract Documents thoroughly, 1.2. Visit the location site(s) or structure(s) to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work, 1.3. Take into account federal, state and local (City and Miami -Dade County including, without limitation the City Purchasing Ordinance and Florida Building Code ) laws, regulations, ordinances that may affect costs, progress, performance, furnishing of the Work, or award, 1.4. Study and carefully correlate Bidder's observations with the Contract Documents, and 1.5. Carefully review the Contract Documents and notify City of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder/Proposer that Bidder/Proposer has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 2. Pre -Bid Interpretations: Only questions answered by written Addenda will be binding. Oral and other interpretations or clarifications will be without legal binding effect. All questions about the meaning or intent of the Contract Documents are to be directed to the Public Works Director, 444 SW 2nd Avenue, 8th Floor, Miami, Florida 33130. Requests for clarification or interpretation may also be sent via facsimile to (305) 416- 1278 to the Public Works Director. Interpretations or clarifications considered necessary by the City's Public Works Department in response to such questions will be issued by City by means of Addenda mailed or faxed to all parties recorded by the City's Public Works Department as having received the Bidding Documents. A copy of such response will be forwarded to the City Clerk's Office. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City to respond to questions received less than ten (10) calendar days prior to bid opening. 3. Submitting Bids: All bids must be received in duplicate by the City of Miami, City Clerk's office located at City Hall, First Floor, 3500 Pan American Drive, Miami, Florida 33133, before the time and date specified for bid opening, enclosed in a sealed manila envelope, legibly marked on the outside: BID NO.: BID FOR: 15-16-020 S.W. 8TH STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT M-0112 4. Printed Form of Bid: All bids must be made upon the blank City of Miami Bid Form provided herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. Please refer to the Public Works Department — STANDARD CONTRACT. DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS, Instructions to Bidders, Section 1. 5. Bid Guaranty: All bids shall be accompanied by either an original bid bond executed by a Surety meeting the qualifications as specified in Section 6 of the Public Works Department — STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS, Instructions to Bidders, or by cash, money order, certified check, cashier's check, issued to City of Miami, treasurer's check or bank draft of any national or state bank (United States), in the amount Bid No. 15-16-020 Page 11 of 5% of the total bid amount, payable to City of Miami, Florida, and conditioned upon the successful Bidder executing the Contract and providing the required Performance Bond and Payment Bond and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, and provide the required Performance Bond. The Bidder Awarded this contract will be required to provide a Performance and Payment Bond and Certificate(s) of Insurance, within fifteen (15) calendar days after notification of the award of the Contract. The time for execution of the Contract and provision of the Performance Bond, Payment Bond and Certificate(s) of Insurance may be extended by the City's Capital Improvements and Transportation Department for good cause shown. Bid Securities of the unsuccessful Bidders will be returned after award of Contract. 6. Acceptance or Refection of Bids: The City reserves the right to reject any or all bids prior to award. Refer to the Public Works Department — STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS, Section 8. 7. Determination of Award: Except where the City reserves the right to reject any or all bids and subject to other applicable restrictions. The City Commission shall award the contract to the lowest responsive and responsible bidder. Bidders are bidding on a lump sum, not to exceed basis for the purpose of determining the lowest responsive and responsible bidders. However, Bidders will be paid based on the line item breakdown, contained in the Bid Form, with payments based on actual work performed. The City in its sole discretion reserves the right to award any or all portions of the Bid, in a manner that is in the best interest of the City. In determining the lowest responsive and responsible bidder, in addition to price, there shall be considered the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. The City reserves the right to reject any bid where the fine item pricing is determined to be unbalanced. Such determination will be made at the sole discretion of the City. 8. Evaluation: An interim performance evaluation of the Contractor may be submitted during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the Contractor is forwarded for approval. The City of Miami shall provide a copy to the Contractor. Such performance evaluation(s) will be combined with any previous and future performance evaluations to determine a Contractors performance rating which will be used by the City as a factor in considering the responsibility of the Contractor for future bids with the City. 9. Contract Price: The Contract Value is to include the furnishing of all labor, materials, overhead expense and profit, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. No additional compensation will be allowed. Bid No. 15-16-020 Page 12 10. Postponement of Date for Presenting and Opening of Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least five (5) calendar days notice of any such postponement to each prospective Bidder. 11. Qualifications of Bidders: Bids shall be considered only from firms normally engaged in performing the type of work specified within the Contract Documents. Bidder must have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to City. In determining a Bidder's responsibility and ability to perform the Contract, City has the right to investigate and request information concerning the financial condition, experience record, personnel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and the claims/litigation history of the Bidder. 12. Addenda and Modifications: The City shall make reasonable efforts to issue addenda within five (5) calendar days prior to bid opening. All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as changes to the Contract. 13. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: 13.1. The chemical name and the common name of the substance. 13.2. The hazards or other risks in the use of the substance, including: 13.2.1. The potential for fire, explosion, corrosion, and reaction; 13.2.2. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the substance; and 13.2.3. The primary routes of entry and symptoms of overexposure. 13.3. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the substances, including appropriate emergency treatment in case of overexposure. 13.4. The emergency procedure for spills, fire, disposal, and first aid. 13.5. A description in lay terms of the known specific potential health risks posed by the substance intended to alert any person reading this information. 13.6. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 14. 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 not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 15. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and Bid No. 15-16-020 Page 13 quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of the City, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PUBLIC WORKS DEPARTMENT. 16. Protested Solicitation Award: Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the Director of Purchasing/Chief Procurement Officer who shall have the authority, subject to the approval of the City Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission. Bidders are alerted to Section 18-103 of the City's Code describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS. 17. Financial Stability and Strength: The bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. Bidders/Proposers shall submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a Joint Venture, each Bidder/Proposer involved in the Joint Venture must submit financial statements as indicated above. Any Bidder/Proposer who, at the time of bid submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidder/Proposer under federal bankruptcy law or any state insolvency, may be declared non -responsive. 18. Local, Small, and Disadvantaged Firm Participation: The City strongly encourages Bidders/Proposers to secure the participation of small businesses, Community Small Business Enterprises (CSBE), and/or Disadvantaged Business Enterprises (DBE) that are currently registered with and/or certified by other governmental agencies within Florida, such as under programs in effect for the Florida Department of Transportation, Miami -Dade or Broward Counties, and the Miami Dade County Public Schools. Similarly, the City also strongly encourages Bidders/Proposers to secure the participation of firms located within the City's jurisdictional limits. Forms are provided for this purpose. 19. Minority/Women Procurement Program - Not Applicable 20. First Source Hiring Agreements: Section 18-110 of the City Code states: (a) The City commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful negotiation of first source hiring agreements between the organization or individual receiving said contract and the Authorized Representative unless such an agreement is found infeasible by the City Manager and such finding approved by the City commission at a public hearing. b) For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: Authorized Representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Bid No. 15-16-020 Page 14 Facilities means all publicly financed projects, including but without limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money or services or the use of publicly owned property Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the City Service contracts means contracts for the procurement of services by the City which include professional services. Services include, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment. (c) The Authorized Representative shall negotiate each first source hiring agreement (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the City training and employment programs, and other residents of the City. Bidders/Proposers are strongly encouraged to identify opportunities to hire qualified City residents if a contract is awarded, and are expected to secure the cooperation of subcontractors in this effort as well. Approved community agencies are available to assist with recruitment and screening of job applicants, and may periodically monitor contractors' employment records during the term of the contract. Resident job applicants are not expected to receive special consideration by the prospective employer, and must meet all hiring requirements normally imposed by the employer. During the term of the Contract, if awarded, the City may require the Contractor and its subcontractors to periodically review its manpower needs and resubmit First Source Hiring forms. 21. Documentation of Community Participation Benefits Proposers/Bidders shall document all efforts to obtain participation goals for the above Community Participation Benefits under the Contract as follows: • Securing the participation of local firms, M/WBEs, CSBEs and/or DBEs as Subcontractor, or major supplier for the Contractor and identifying each within the submittal (bid/proposal/qualifications), along with the corresponding level of participation as a percentage of total Contract compensation or dollar value • For M/WBEs, CSBEs and/or DBEs, submitting copies of applicable registrations or certifications from the issuing governmental agency as part of the submittal (bid/proposal/qualifications). Only registrations that are in effect at the time of the submittal deadline will be considered. • For local firms, submit the Local Office Affidavit form and occupational license • For City resident hiring, execute and submit the First Source Hiring Compliance affidavit identifying all potential employment opportunities becoming available as a result of the Contract, if awarded. 22. Cone of Silence: Pursuant to Section 18-74 of the City of Miami Ordinance No. 12271, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement 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 Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFB (bids) 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 Mayor, City Commissioners or their respective staffs and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; Bid No. 15-16-020 Page 15 ij • potential vendors, service providers, bidders, lobbyist or Consultants, any member of the City's professional staff, the Mayor, City Commissioners or their respective staffs and any member of the respective selection/evaluation committee The provision does not apply to, among other communications: • oral communications with the City purchasing staff regarding Minority/Women Business Enterprise (NAM/BE) and local vendor outreach programs, provided the communication is limited strictly to matters of process or procedure already contained in the solicitation document; • the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, 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 RFP, RFQ or bid documents, • Communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or 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 Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk at Clerks anmiamigov.com. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or Consultant shall subject same to potential debarment 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 Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Ordinance No. 12271 for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Ordinance No. 12271 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at (305)-250-5360, to obtain a copy of same. 23. Public Entity Crime: A person or affiliate who has been placed on the convicted Proposer list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a Response on a contract with a public entity for the construction or repair of a public building or public work's project, may not submit a response on a lease 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 in excess of the threshold amount provided in Section 287.017 of Florida Statutes for Category Two for a period of 36 months from the date of being placed on the convicted Bidder / Proposer list. Bid No. 15-16-020 Page 16 24. Commodities manufactured, grown, or produced in the City of Miami, Miami -Dade County and the State of Florida: Whenever two or more competitive sealed bids are received, one or more of which relates to commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida, and whenever all things stated in such received bids are equal with respect to price, quality, and service, the commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida shall be given preference. Bid No. 15-16-020 Page 17 00400. PROPOSAL BID FORM: (Page lof 17) Firm's Name: Address: Submitted on: Date City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a State of Florida municipal corporation,. pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: Bid No: 15-16-020 Title: Sow, 8TH STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT M-0112 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. In case of an error in the extension of prices, the numerical unit price will govern, Bid No. 15-16-020 Page 18 00400. PROPOSAL BID FORM: (Page 2 of 17) Note: Bidders are bidding on a total bid cost basis for the purpose of determining the lowest responsive and responsible bidder. However, Bidders will be paid based on the line item breakdown, contained in the Bid Form, with payments based on actual work performed. Bidders must submit bid prices for all items. Failure to bid on all items will result in the bid being rejected as non -responsive. The City will award a Contract to the lowest responsive responsible Bidder based on any of the Combined Bid Price stated below. Refer to Section 01000 — Supplemental Conditions. Our items and lump sum bid prices include the total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in accordance with the Bid Specifications. BASE BID: The sum of all items 1 through 56 based on a one (1) year completion time: Written Amount of Base Bid TOTAL BID: Twice the BASE BID based on a two (2) Years completion time: Written Amount of Total Bid Note to Bidders: The City reserves the right to reject any and all bids. The City may opt to renew (OTR) the Contract for four (4) additional one (1) year term subject to the availability of funding and the contractor's performance. The Total Bid price is for a one year, three hundred sixty five (365) calendar day's completion time. The second year term of the contract will be based on the Total Bid prices and no additional compensation will be allowed. The price of the four option to renew terms is based on the Total Bid prices and no additional compensation will be allowed. At the option of the City, the price under Unscheduled Additive Items may be added to the appropriate Total Bid items for determining the total cost of a Work Order. The price shall be paid from Special Provisions and it is the same for any OTR. No additional compensation will be allowed. Bid No. 15-16-020 Page 19 00400. PROPOSAL BID FORM: (Page 3 of 17) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PART III. Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part II: No addendum was received in connection with this Bid. Part III; Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Affirmative Action Plan Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy: and 2. First Source Hiring Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining to the implementation of a "First Source Hiring Agreement". Evaluation of bidder's responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract between the successful bidder and the City of Miami; and 3. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and 4. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; Bid No. 15-16-020 Page 20 00400. PROPOSAL BID FORM: (Page 4 of 17) (2) Establishing a continuing drug -free awareness program to inform its employees about: (I) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and 5. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. Bid No. 15-16-020 Page 21 00400. PROPOSAL BID FORM: (Page 5 of 17) (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 arid not more than $100,000 for each such failure. Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per OMB). 6. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civily charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. Bid No. 15-166-020 Page 22 / 00400. PROPOSAL BID FORM: (Page Gof17) Attached is a Bid Bond [ ]. Cash [ ]. Money Order [ ]' Unconditional/Irrevocable Letter ofCredit [ ], Treasurer's Chaoh[ ]' Bank Draft ], Cashier's Chock[ ]' or Certified Check [ ]No. Bank of for the sum of Dollars ($ ) The Bidder shall acknowledge this bid and certifies tothe above stated in Part U| and |Vbysigning and completing the spaces provided below. Firm'sNam*: Signature: PhntedNamo/Titla u/qxSzatoup: Telephone No.: Facsimile No.: E-Mail Address: Social Security No. orFederal Dun and iO.No.: Bradstreet No.: (if applicable) Ifopartnership, names and addresses ofpartners: Bid No. 15-16-020 00400. PROPOSAL BID FORM: (Pape 7 of 17) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _, day of _ , 20 Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of a partnership organized and existing under the laws of the State of , held on the day of , , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a Joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that,, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20� Signed: Print: Bid No, 15-16-020 Page 24 00400. PROPOSAL BID FORM: (Page Bof17) COUNTY OF NOTARIZATION )GS: The foregoing instrument was acknowledged before methis day of .2O .by _ . who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OFNOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED ORTYPED NAME OFNOTARY PUBLIC Bid No, 16-16-020 Page 25 00480 PROPOSAL BID FORM: (Paqe0of13) 2 S.R. 90 (S.W. 8TH STREET) S}N'27 AVE 0S.W.4AVE Landscaping Contract Furnish all equipment, labor and material necessary for limited landscape maintenance services including but not limited turaking, blowing, mulching, herbicide and insecticide for the first180dawnonall ofthe newly planted gm"nurover.monouqemmnminn,mownq.bedqinn.n,union.o,thmminnfor the first 1H0davn.(After establishment period of18Odays-)Furnish all equipment, labor and mate ha|neomu�ry(o aoomp|�olandscape maintenance s�vneindV including tri mming, edging, pruning, trimming, raking, blowing, mulching, herbicide and insecticide on all groundcover on a 13 visit maintenance cycle as directed by the City Engineer and/or Project Manager. Furnish all equipment, labor and material necessary for Weekly litter pick up. Contractor shall remove all debris (palm fronds, cups, paper trash, bage, butt|eo, etc.) and trash bags from the area on the same day of pick up. 3 S.FLQ0(S.W.0T*STREET) S.W.27AVE TOS.W.4AVE Landscaping Contract Furnish all equipment, labor and material necessary for complete landscaping services including hedge trimming, mowing, weeding, edging, trimming, ground cover and grass areas inside the swale, blowing, mulching, fertilizing, herbicide spraying, insect spraying the entire area, on a 26 visit maintenance cycle as directed by the City Engineer and/or Project Manager. Furnish all equipment, labor and material necessary for Weekly litter pick up. Contractor shall remove all debris (palm fronds, oupn, paper trash, bags bottles, etc.) and trash bags from the area on the same day of pick up. SPECIAL PROVISIONS =Contingency Allowance 13times a year 7� R'�I^ ~^--- a'8ksr'' Bid No. 15-16-020 00400PROPOSAL BID FORM: (Page 10of13) Unscheduled Additive Items in Maintenance Contract (To be used as needed): At the option of the City, the prices below for the items identified bythe City Engineer may be added to the appropriate Base Bid item for determining the total cost of a Work Order Request and no additional compensation will be added. Installation of5.00Osquare ft. ofsolid sod St. Augustine ^Horatam"— Refer toDIVISION 213- SODDING on an"as needed" basis. 5,000 square feet � )Ilation of5Ucubic yards of top soil, Amevenly blended mixture of3O%organic "Everglades k", 30% coarse ("sharp edged") sand, 20% decomposed pine bark or wood chips, and 20% adian Peat moss on an "as needed" basis. 50 cubic yards Install 250cubic yard ofSpanish Gold Mulch Grade "X'et any location, including removal of the existing mulching, onan"as needed" basis. 250 cubic yards Furnishing all labor, material and equipment necessary for installing 5palm trees (10'fLof grey wood and 4" dbh minimum) including watering and I years warranty on an "as needed" basis. Furnishing all labor, material and equipment necessary for installing 5trees (16/fLheigh 5'ft- spread, 4" dbh minimum, 7' CT) including watering and I year warranty on an "as needed" basis. 5Palma removal and installation 5Treeu removal and installation NIA MIA Q 10 Furnishing all labor, materials and equipment necessary for the planting of1,000 shrub/plant (3-ga|)including removal ofdeceased plant, planting anew one ofsame species and size, watering, and mulching for o(1)one year period, along all locations under this contract. Furnishing all labor, materials and equipment necessary for the planting of1,000 shrub/plant (7-ga|)including removal ofdeceased plant, planting unew one ofsame species and size, watering, and mulching for a (1) one year period, along all locations under this contract. 1.0OOplant removal and installation � 1'000plants removal and installation Bid No. 15-16-020 NIA NIA $ 00400. PROPOSAL BID FORM: (Page 11 of 13) Unscheduled Additive Items: At the option of the City, the price below for the items identified by the City Engineer may be added to the scope of work. 11 Agave or century Plant — 7 gal. 12 Midnight Wine Wedelia, Wedelia trilobata 3 gal. Each $ 13 Mexican Petunia — 3 gal. Each $ 14 Red Mammey Croton -3 gal. Each $ 15 Cuban Gold Duranta, Duranta erecta -- 3 gal. Each $ 16 Copper leaf, Acalypha wilkesiana — 3 gal. 17 18 Dwarf Pinch Apple Plant — 7 gal. Shrimp Plant, Justicia brandegeana — 3 gal. 19 Blueberry Flax Lily, Dianella tasmanica- 3 gal. 20 Wild Coffee, Psychotria nervosa — 3 gal. Each Each Each Each Each $ $ 21 Croton, Codiaeum variegatum — 3 gal. Each 22 Dwarf Bouganvillea — 7 gal. Each 23 African Queen Lilly — 7 gal. Each 24 Limelight Hydrangea Shrub, Hydrangea paniculata — 7 gal. 25 26 Philodendron- Xanadu — 7 gal. Pink Goldmound Spiraea — 7 gal. Each Each 27 Arboricola Trinette, Dwarf Schefflera — 3 gal. $ Each Each $ $ 28 Cocoplum shrub — 3 gal. 29 30 31 Red Sister Cardyline, Cordyline Fruticosa — 3 gal. Grand Crinurn Lily — 7 gal. Pink Tabebuia Tree - 4" dbh minimum, 14 ft O.A. min. Each Each Each Each 32 Monstera deliciosa — 7 gal, Each 33 Asiatic jasmine, trachelospernum aslaticum "Minima"-1 gal. Each 34 Fire Bush, Hamelia patens — 7 gal. Each 35 36 Green island Ficus, Ficus Macrocarpa — 3 gal. Beach Creeper, Coughbush, Ernodea littoralis — 3 gal. Each Each $ $ Bid No. 15-16-020 Page 28 37 00400. PROPOSAL BID FORM: (Page 12 of 13) Dwarf Natal Plum, Carissa macrocarpa (EckIon) — 3 gal. 38 Red Sister, Cordyline Fruticosa-7 gal. 39 Pigmy date palm, Phoenix roebelenii ® 4" dbh minimum, 6ft. Clear Trunk min. 40 Bismarck Palm, Bismarckia nobilis— 4" dbh minimum, 6ft. Clear Trunk min. Each Each Each Each $ 41 Alexander palms, Archontophoenix alexandre— 4" dbh minimum, 6ft. grey wood min. Each $ 42 Silver Button Tree, Conocarpus erectus — 4" dbh minimum, 12 ft O,A. min. 43 Foxtail Palms, Wodyetia bifurcate - 4" dbh minimum, 6ft. grey wood min. Each Each 44 Christmas Palm, Adonidia merrillii - 4" dbh minimum, 6ft. grey wood min. Each 45 Florida Thatch palm, Thrinax radiata _ 4" dbh minimum, 6ft. grey wood min. Each $ 46 Royal Palm, Roystonea elata -10' ft. grey wood min. Each $ 47 Japanese Fern Tree, Filicium decipiens — 4" dbh minimum, 14 ft oa min. Each 48 Dwarf Blue -stem Palmetto- 1 gal. 49 Perennial Peanuts, Arachis glabrata- 1 gal. 50 Montgomery Palm, veithchia montgomeryana-10' CT Each Each Each 51 Hlghrise Live Oak, Quercus virginiana-16' HT, 5' SP, 4"dbh, 7' CT Each Unscheduled Additive Items: At the option of the City, the price below for the Items identified by the City Engineer may be added to the appropriate Base. Bid item for determining the total cost of a Work Order and no additional compensation will be allowed. Bid No. 15-16-020 Page 29 00400. PROPOSAL BID FORM: (Page 17 of 17) SUB -CONTRACTORS Contractor shall identify below all Sub -Contractors. Categories shall be added as necessary. If no Subcontractors are to be used, insert the word "Self` in the spaces under "Name of Subcontractor". The work performed by all subcontractors listed below cannot be more than 10% of the total work for this contract. SUBCONTRACTOR'S COUNTY -MUNICIPAL NAME OF OCCUPATIONAL TYPE OF WORK SUB -CONTRACTORS LICENSE NUMBER 1. 2. 3. 4. 5. 6. 7. Bid No. 15-16-020 Page 30 00410. BID BOND FORM (Page 1 of 3) State of Florida ) County of Dade) SS City of Miami ) KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, as Surety, are held and firmly bound unto The City of Miami, in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated , 20 , for: S.W. 8TH STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT M-0112 NOW THEREFORE: (a) If the principal shall not withdraw said bid within ninety (90) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Bid No. 15-16-020 Page 31 00410. BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this day of , A. D., 20 , the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal.) Affix Sea PRINCIPAL: (Name of Firm) (Signature of authorized officer) (Title) (Business Address) City State Surety: Zip (Corporate Surety) Affix Seal Surety Secretary (Signature of Authorized Officer) (Title) (Business Address) City State Zip (Name of Local Insurance Agency) Address Telephone Number Bid No. 15-16-020 Page 32 00410. BID BOND FORM (Page 3 of 3) CERTIFICATE ASTO CORPORATE PRINCIPAL |. . certify that ] am the Secretary of the Corporation named aoPrincipal |nthe within bond; that of said corporation; that 1 know his signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) STATE OFFLORIDA > COUNTY OFDADE ) SS City OF MIAMI Before me, a Notary r Public duly uomniau|onod, and qualified, personally appeared fnmewell known, whobeing bymefirst duly sworn upon oath, says that he/she |athe a#omey-n-faot'for the and that he/she has been authorized by toexecute the foregoing bond onbehalf ofthe Contractor named therein infavor ofThe City ofMiami, Florida. Subscribed and sworn to before me this INSTRUCTIONS: Bid Bonds must tmaccompanied by aPower ofAttorney, |n compliance with Instructions hoBidders Notary Public, State of Florida at Large My Commission Expires: Bid No. 15-16-020 00500. SUPPLEMENT TO BID FORM: QUESTIONNAIRE THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, SUBMISSION OF THE FORM OR ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, MAY BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. FAILURE TO SUBMIT THE FORM OR ADDITIONAL INFORMATION UPON REQUEST BY THE CITY SHALL RESULT IN THE REJECTION OF THE BID AS NON -RESPONSIVE. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business while possessing one of the licenses, certifications, or registrations? Specially Sonar Herbicide applicator's license. License/Certification/Registration Name and Number # Years 1A. What business are you in? 2, What is the last project of this nature that you have completed? 3. Have you ever failed to complete any work awarded to you? If so, where and why? 4. Give owner names, addresses and telephone numbers, and Surety and project names, for all projects for which you have performed work, where your Surety has intervened to assist in completion of the project, whether or not a claim was made. 5. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work: (name) (address) (phone #) (name) (address) (phone #) (name) (address) (phone #) Bid No, 15-16-020 Page 34 6. List the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co -venture, list the information for all co -venturers.) TOTAL DATE OF % OF NAME OF OWNER & CONTRACT COMPLETION COMPLETION PROJECT PHONE # VALUE PER CONTRACT TO DATE (Continue list on insert sheet, if necessary.). 7. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? Yes No 8. Will you subcontract any part of this Work? If so, provide the following details for each subcontractor(s) that will perform work in excess of ten percent (10%) of the contract amount. (Attach additional sheets if necessary) Subcontractor Approx. M/WBE Description of Work Name Percentage Status The foregoing list of Subcontractor(s) may not be amended after award of the Contract without the prior written approval of the Contract Administrator, whose approval shall not be unreasonably withheld. 9. What equipment do you own that is available for the Work? 10. What equipment will you purchase for the proposed Work? Bid No. 15-16-020 Page 35 11. What equipment will you rent for the proposed Work? 12. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. 13. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 13.1 The correct name of the Bidder is 13.2 The business is a (Sole Proprietorship) (Partnership) (Corporation). 13.3 The address of principal place of business is 13.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Bid No. 15-16-020 Page 36 13.5 List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. 13.6. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. 13,7. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). 13.8 List all claims, arbitrations, mediations, civil actions, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. 13.9. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. 13.10. Has the Bidder, Its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, provide details. Bid No. 15-16-020 Page 37 13.11. Under what conditions does the Bidder request Change Orders? 13.12. What is the nature and amount of the three largest change orders submitted by the bidder within the past five years, and their disposition? Bid No. 15-16-020 Page 38 00502. SUPPLEMENT TOBID FORM: CUSTOMER REFERENCE LISTING (Page 1 of 2) Contractors shall furnish the names, addroaaen, and telephone numbers of minimum of five (5)firma or government organizations for which the Contractor has provided services for projects of similar size, scope and complexity over a three (3) year period. 1) Company Name Address Contact Person/Contract Amount Telephone No. /FmxNo. 2) Company Name aooreeo Contact Person/Contract Amount Telephone No. /Fax No. 3) Company Name Address ContoctPnneon/Cmntroct Amount Telephone No. /PaxNo. z) Company Name Address Contact Person/Contract Amount Telephone No. /FoxNo. Bid No, 15-16-020 OO5O2.SUPPLEMENT TOBID FORM: CUSTOMER REFERENCE LISTING (Page 2nf2) 5) Company Name Address Contact Person/Contract Amount Telephone No. JFax No. 6) Company Name ` Address Contact Person/Contract Amount Telephone No. /FaxNo. 7) Company Name wmdrome Contact Person/Contract Amount Telephone No. /FaxNo. 8) Company Name Address Contact Person/Contract Amount Telephone No. /PnxNo, Bid No. 15-16-020 Page 40 ) 00510, OFFICE LOCATION AFFIDAVIT (Page 1 of 2) Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI. Legal Name of Firm: Entity Type: (Check One) Partnership Sole Proprietorship Corporation Corporation Document No: Date Established Occupational License No: PRESENT Street Address: Date of Issuance City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Section 18-85 of the City of Miami Code, as amended: The "City Commission may offer to a responsible and responsive local bidder, who maintains an office in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsible and responsive bidder." The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. Bid No. 15-16-020 Page 41 00510. OFFICE LOCATION AFFIDAVIT (Page 2 of 2) Authorize Signature Authorized Signature Print Name Print Name I) Title Title Authorized Signature Authorized Signature (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification, NOTARY PUBLIC: My Commission Expires: Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's office, Bid No. 15-16-020 Page42 0550 Local, Small, Disadvantaged and Minority/Women Business Enterprise Participation Project No.: Title: Bidder/Contractor: As previously stated in the Contract Documents, the City encourages the participation of local, small and minority owned businesses, Based on this ongoing effort the City requires that with the submission of the bid, first payment requisition, and at the request of City representative, the Contractor shall submit this report entitled. Failure to submit the report may delay the issuance of payment to the Contractor. Contractor shall submit an updated report when a subcontractor has been added or changed. The following certified local, small, disadvantaged, minority or women owned firms have been awarded subcontracts for this Project. The legend is to be used In completing the appropriate columns. Name of Firm (Bidder and Subcontractors) Business Designation (check all that apply) Certifying Agency (Agencies) List all applicable Value of Work Assigned/A warded Percentage of Total Work or Contract BBE CSBEorSBE DBE HBE $ Local MBE WBE None BBE CSBEorSBE DBE HBE $ Local MBE WBE None BBE CSBEorSBE DBE HBE $ Local MBE WBE None BBE CSBEorSBE DBE HBE $ Local MBE WBE None BBE CSBEorSBE DBE HBE $ Local MBE WBE None BBE CSBEorSBE DBE HBE $ Local MBE WBE None LEGEND T es of Firm Certifying Entities BBE — Black- (African -American) owned Business Enterprise CM - City of Miami CSBE -- Community Small Business BC - Broward County DBE — Disadvantaged Business Enterprise FDOT — Florida Department of Transportation HBE — Hispanic Owned Business Enterprise FG — Federal Government Local — Local Firm (within City of Miami city limits) MD - Miami Dade County MBE — Minorit Business Enter rise MDPS — Miami Dade Public Schools None — no special designation Other — please identify SBE -Small Business Enterprise WBE — Woman -Owned Business Enterprise NOTE: COPIES OF CERTIFICATIONS MUST BE ATTACHED LOCAL FIRMS SHALL ATTACH THE LOCAL OFFICE AFFIDAVIT Bid No. 15-16-020 Page 43 00600 CONTRACT By and Between CITY OF MIAMI And (Bidder) This AGREEMENT (hereinafter "Agreement") , is made and entered into this _ day of , 20_, but effective beginning ten (10) days after Notice to Proceed is issued by the Department's Director, in accordance with the Contract Term set forth below in Article 7 (the "Effective Date"), by and between the City of Miami, Florida, a municipal corporation of the State of Florida, whose principal address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 (the "City"), and whose principal address is , (the "Contractor"). WITNESSETH: WHEREAS, pursuant to Resolution No. , adopted by the Miami City Commission on , 20 , the City Commission accepted the competitive bid of to provide landscaping and irrigation maintenance to the City (the "Work"), and authorized the City Manager to enter into an agreement for the Work with the Contractor for a period of one (1) year, (365 calendar days), with up to four (4) additional one (1) year options to renew the term. The City Commission further authorized the City Manager or his Designee to execute said options to renew subject to the availability of funding and Contractor's performance. NOW, THEREFORE, in consideration of the foregoing recitals (all of which are adopted as an integral part of this Agreement), and the promises and covenants contained herein, and other good and valuable consideration, the receipt of which are hereby acknowledged, the parties hereto mutually agree as follows: ARTICLE 1. SCOPE OF WORK: The Contractor shall furnish all labor, materials and equipment and perform all the work in the manner and form provided by this Agreement and the Contract Documents, attached hereto and made part hereof, for complete storm sewer maintenance north of Flagler Street to city limits, for the Contract Term set forth in Article 7 below and for the project entitled: S.W. 8TH STREET "CALLE OCHO" LANDSCAPE MAINTENANCE CONTRACT, M-0112. Bid No. 15-16-020 Page 44 ARTICLE 2. THE CONTRACT SUM: The City shall pay to the Contractor, for the faithful performance of the Contract, in lawful money of the United States, and subject to additions and deductions and based on unit prices (where applicable), all as provided in the Proposal attached hereto and other Contract Documents attached hereto as Exhibit "C", the annual sum of The City Manager or his Designee, at their discretion, may exercise the three (3) additional one (1) year options to renew and the funding shall be as follows: The first option to renew in the annual amount of during Fiscal Year The second option to renew in the annual amount of during Fiscal Year The third and final option to renew in the annual amount of during Fiscal Year ARTICLE 3. PARTIAL AND FINAL PAYMENTS: In accordance with the provisions fully set forth in the "General Conditions" of the "Specifications" in the Proposal attached hereto, and subject to additions and deductions as provided, the Cityshall pay the Contractor as follows: (a) On or before the 10th day of each calendar month, the City shall make partial payments to the Contractor on the basis of the estimate of work performed by the Contractor during the preceding calendar month, duly certified and approved by the City's Project Manager. (b) Upon submission by the Contractor of evidence satisfactory to the City that all payrolls, material bills and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, and also, after all guarantees that may be required in the Specifications or by the Contractor have been furnished and are found acceptable by the City, final payment on account of this Agreement shall be made within sixty (60) days after completion by the Contractor of all work covered by this Agreement and acceptance of such work by the City. ARTICLE 4. TIME OF COMPLETION: The Contractor shall commence the work to be performed under this Agreement and the Contract Documents within the number of consecutive days after the date of written notice from the Director of the Department of Public Works to begin work as noted in the Proposal, and shall fully complete the Contract Scope of Work in accordance with this Agreement and the Contract Documents within the number of calendar days as set forth in the Proposal. It is mutually agreed between the parties hereto, that time is of the essence of this Agreement, and, in the event that construction of the work is not completed within the time herein specified, it is agreed that from the compensation otherwise to be paid to the Contractor, the City may retain for each day thereafter, Sundays and holidays included, that the work remains uncompleted, the sum set forth in the General Conditions of the Specifications, as modified by Division 2 m Special Provisions, which sum represents the actual damage(s) which the City of Miami, Florida, will have sustained per day by failure Bid No. 15-16-020 Page 45 of the Contractor to complete the work within the time stipulated, and this sum is not a penalty, but will be the liquidated damage(s) that City will have sustained in event of such default by the Contractor. ARTICLE 5. ADDITIONAL BOND: It is further mutually agreed between the parties hereto, that if, at any time after the execution of this Agreement and the Performance Bond hereto attached and incorporated herein as Attachment "A", when required for its faithful performance, the City shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, in the opinion of the Engineer; such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within five (5) days after receipt of notice from the Engineer so to do, furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the City. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City. ARTICLE 6. CONTRACT DOCUMENTS: All of the documents hereinafter listed form the Contract and they are as fully as part of the Contract as if attached to this Agreement, or repeated in this Agreement: ADVERTISEMENT FOR BIDS PROPOSAL BID BOND CONTRACT PAYMENT AND PERFORMANCE BOND MAINTENANCE PERFORMANCE BOND INSTRUCTIONS TO BIDDERS SPECIFICATIONS ADDENDA PLANS: N/A As prepared by Calitza Diaz -Torres Entitled: M-0112 ARTICLE 7. THE CONTRACT TERM: The original Contract Term is two (2) years (730 calendar days) effective ten days after Notice to Proceed is issued by the Department's Director. The City has up to three (3) options to renew the term of the contract, each for a period of one (1) year, subject to availability of funds and Contractor's performance. The City Manager or his Designee, at their discretion, may exercise the three (3) additional options to renew and the terms shall be as follows: Bid No. 15-16-020 Page46 The term for the first option to renew shall be one (1) year during fiscal year The term for the second option to renew shall be one (1) year during fiscal year The term for the third and final option to renew shall be for one (1) year during fiscal year The terms for all three (3) options to renew shall begin ten (10) days after Notice to Proceed is issued by the Department Director. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. ARTICLE 8. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for project activities and is subject to amendment or termination due to lack of funds, reduction of funds, and/or change in regulations, upon thirty (30) days written notice. ARTICLE 9. ESCALATION CLAUSE: The City acknowledges the fluctuating nature of prices for items specified. Accordingly an escalator/de-escalator clause will be accepted only under the following conditions: (1) Prices must remain fixed and firm for the first two (2) years, price increase(s) and decrease(s) comparable to documented manufacturer's price changes are provided. The maximum percentage increase over the initial term prices shall not to exceed three (3.0%) percent within a 12-month period. Escalated prices for year(s) three and four of the contract, if any, shall remain fixed and firm during the applicable contract year; (2) Receipt of proper written notification to the Public Works Department of all items affected by price increases/decreases and (3) All price increase(s) and decrease(s) must be approved/disapproved by the Public Works Director. 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. Bid No. 15-16-020 Page 47 ARTICLE 10. NOTICES: Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Eduardo Santamaria, P.E. CGC City of Miami Director of Public Works 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 With copies to: Calitza Diaz -Torres, Contract Manager City of Miami Department of Public Works 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130 For Contractor: Bid No. 15-16-020 Page 48 ARTICLE 11. MATERIALITY AND WAIVER OF BREACH: (a) City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. (b) City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. ARTICLE 12. SEVERANCE: In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. ARTICLE 13. APPLICABLE LAW AND VENUE: This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury or to file permissive counterclaims in any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. Each party shall bear their own attorney's fees. ARTICLE 14. AMENDMENTS: No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City Manager and Contractor. ARTICLE 15. PRIOR AGREEMENTS: This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Article 13 above. Bid No. 15-1.6-020 Page 49 ARTICLE 16. PUBLIC RECORDS REQUEST: Pursuant to the provisions of § 119.0701 Fla. Stat. Contractor must comply with the Florida public records laws, specifically the Contractor must: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. ARTICLE 17. EVENT OF DEAFULT An event of default shall mean a breach of the Contract or by the Contractor. Without limiting the generality of the foregoing and in addition to those instances referred to herein as a breach, an Event of Default, shall include but not limited to, the following: • The Contractor has not performed the Work in a timely manner; • The Contractor has refused or failed, except in case for which an extension of time is provided, to supply properly skilled staff or provided sufficient quantities of staff to perform the Work; • The Contractor has failed to make prompt payment to subcontractors or suppliers for any services or materials they have provided; • The Contractor has become insolvent or has assigned the proceeds received for the benefit of the Contractor's creditors, or the Contractor has taken advantage of any insolvency statute or debtor/creditor law or if the Contractor's affairs have been put in the hands of a receiver; • The Contractor has failed to obtain the approval of the City where required by the Contract; • The Contractor has failed in the representation of any warranties stated herein; • When, in the opinion of the City, reasonable grounds for uncertainty exist with respect to the Contractor's ability to perform the Work, the City shall notify the Contractor in writing that it must, within the time frame set forth in the City's request, provide adequate assurances and a plan of action to the City, in writing, of the Contractor's ability to perform in accordance with the terms of the Contract Documents. In the event that the Contractor Bid No, 15-16-020 Page 50 fails to provide to the City the requested assurances within the prescribed time frame, the City may: o Treat such failure as a repudiation of the Contract and/or; o Resort to any remedy for breach provided herein or by law, including but not limited to, taking over the performance of the Work or any part thereof either by itself or through others. • In the event the City may, at its sole discretion terminate the Contract for default, the City or its designated representatives may immediately take possession of all applicable documentation and data. • Where the City erroneously terminates the Contract or for default, the terminations shall be converted to a Termination for Convenience, and the Contractor shall have no further recourse of any nature for wrongful termination. ARTICLE 18. NOTICE OF DEFAULT -OPPORTUNITY TO CURE In the event that the City determines that the Contractor is in default of their obligations under the Contract, the City may at its sole discretion notify the Contractor, specifying the basis for such default, and advising the Contractor that such default must be cured within a specified time frame or the Contract with the City may be terminated. The City is under no obligation to issue such notification. The City may grant an extension to the cure period if the City deems it appropriate and in the best interest of the City, without waiver of any of the City's rights hereunder. The City, at its sole discretion, may have a default corrected by its own forces or another contractor and any such costs incurred will be deducted from any sums due the Contractor under any contract with the City. ARTICLE 19. TERMINATION FOR DEFAULT If Contractor fails to comply with any term or condition of the Contract Documents, or fails to perform any of its obligations hereunder, then Contractor shall be in default. Upon the occurrence of a default hereunder which is not cured within the time specified to cure the default if one has been granted by the City, the Director in addition to all remedies available to it by law, may immediately, upon written notice to Contractor, terminate this Contract whereupon any advances for which Work has not been performed, paid by the City to Contractor while Contractor was in default shall be immediately returned to the City. The Director may also suspend any payment or part thereof or order a Work stoppage until such time as the issues concerning compliance are resolved. Contractor understands and agrees that termination of this Contract under this Article shall not release Contractor from any obligation accruing prior to the effective date of termination. A finding of default and subsequent termination for cause may include, without limitation, any of the following: • Contractor fails to obtain the insurance or bonding herein required by the Contract. • Contractor fails to comply with any of its duties under the Contract Documents, with any terms or conditions set forth in this Contract, beyond any specified period allowed to cure such default. • Contractor fails to commence the Work within the timeframes provided or contemplated herein, or fails to complete the Work in a timely manner as required by the Contract. Bid No. 15-16-020 Page 51 If this Contract is terminated for default and the City has satisfied its obligations under the Contract Documents the City is granted by the Contractor full use of the Work and any Work Product in connection with the City's completion and occupancy of the Project. Where it has been determined that the Contractor has been erroneously terminated under this Article, such termination shall be deemed to have been occurred under Article 19, Termination for Convenience. The City in its sole discretion may terminate the Contract without providing the Contractor a written notice to cure. ARTICLE 20. REMEDIES IN THE EVENT OF TERMINATION FOR DEFAULT If a Termination for Default occurs, the Contractor and the bond provider, if applicable, shall be notified of the effective date of the termination and shall be liable for all damages resulting from the default, including but not limited to re -procurement costs and other direct damages The Contractor shall stop Work as of the date of notification of the termination and immediately remove all labor, equipment and materials (not owned or paid for by the City) from the Work Site. The City assumes no liability for the Contractor's failure to remove such items from the Project(s) site(s) as required. The Contractor shall also remain liable for any liabilities and claims related to the Contractor's default. As an alternative to termination, the City may bring suit or proceedings for specific performance or for an injunction. Bid No. 15-16-020 Page 52 IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and year first above written in five (5) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract*. WITNESS: (If Corporation, CONTRACTOR: attach Seal and Attest by Secretary) Party of the second part BY: BY: Print Name: Corporate Secretary (SEAL) ATTEST: Print Name : Print Title: (Employer Tax I.D. Number) THE CITY OF MIAMI, FLORIDA, a municipal corporation, Party of the first part BY: Todd B. Hannon Daniel J. Alfonso City Clerk City Manager RESOLUTION NO. "BECAUSE CONTRACTOR IS A CORPORATION, THERE SHALL BE ATTACHED TO EACH COUNTERPART AS Al"1'AQJMENT "B" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE CONTRAC1' TO DO SO ON ITS BEHALF. Bid No. 15-16-020 Page 53 APPROVED AS TO INSURANCE APPROVED AS TO REQUIREMENTS: ENGINEERING: Eduardo Santamaria, P.E., CGC Ann -Marie Sharpe, Director Director, Public Works Risk Management APPROVED AS TO FORM AND CORRECTNESS Victoria Mendez City Attorney Bid No. 15-16-020 Page 54 00710. FORM OF PERFORMANCE BOND (Page 1of 3) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No: 15-16- 020 , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all Work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. 4. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or Bid No. 15-16-020 Page 55 00710. FORM OF PERFORMANCE BOND (Page 2 of 3) 4.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 Bid No. 15-16-020 Page 56 00710. FORM OF PERFORMANCE BOND (Page 3 of 3) WITNESSES: Secretary By: (CORPORATE SEAL) (Name of Corporation) (Signature) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: Bid No. 15-16-020 Page 57 00720. FORM OF PAYMENT BOND (Page 1 of 3) BY THIS BOND, We , as Principal, hereinafter called Contractor, and as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No. 15-16- 020 , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorneys fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1, A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety Bid No. 15-16-020 Page 58 00720. FORM OF PAYMENT BOND (Page 2 of 3) (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the longer of the applicable Notice and Time Limitations provisions prescribed in Section 255.05(2), or Section 95,11,Fiorida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 ATTEST: Contractor (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 Bid No. 15-16-020 Page 59 00720. FORM OF PAYMENT BOND (Page 3 of 3) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: Bid No. 15-16-020 Page 60 00721. CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of , 20 My commission expires: Notary Public, State of Florida at Large Bonded by Bid No. 15-16-020 Page 61 00735. PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 1 of 2) Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami 444 SW 2nd Avenue Miami, Florida 33130 Amount: in United States Funds Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part of (contractor, applicant, customer) agreed upon by and between the City of Miami, Florida and (contractor, applicant, customer), pursuant to Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) Bid No. 15-16-020 Page 62 00735. PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 2 of 2) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the Contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature Bid No. 15-16-020 Page 63 00800. GENERAL CONDITIONS: 1. Contract Documents: 1.1. The Contract Documents includes any Scope of Work and technical specifications attached hereto. 1.2. The Contract Documents, along with all documents that make up and constitute the Contract, shall be followed in strict accordance as to Work, performance, material except when the City may authorize, in writing, an exception. 1.3. Contractor shall not proceed with any Work when in doubt as to the Work, and shall seek clarification from Project Manager. 2. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Scope of Work to be performed in accordance with the Contract Documents and in accordance with all codes and regulations governing the Work. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words, which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. Please refer to the Public Works Department - STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS. 3. Preliminary Matters: 3.1. Within five (5) calendar days prior to the kickoff meeting described in Section 3.2, Contractor shall submit to the Contract Administrator for the Contract Administrator 's review and acceptance: 3.1.1. A detailed maintenance plan in a format acceptable to the City: The maintenance plan shall indicate the start and completion dates of the various tasks for each Work Site and shall include in the maintenance plan a narrative of the procedures to be used in the performance of the Work and a list of all equipment to be used in the performance of the Work. The maintenance plan must be updated to reflect any changes and submitted for approval to the Contract Administrator of any changes. Approval of the maintenance plan by the Contract Administrator shall not relieve the Contractor of the sole responsibility and liability for the performance of the Work. 3.2 Within ten (10) days after the award of the Contract the City shall hold a kick-off meeting with the Contract. The City may require that the. Sub -Contractors also attend this meeting. 4. Performance Bond and Payment Bond: Within fifteen (15) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. 4.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a Surety, which is qualified pursuant to Article 5, below. Bid No. 15-16-020 Page 64 4.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the Work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 4.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide City with evidence of such recording. 4.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security, which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00735. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 5. Qualification of Surety: 5.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 5.1.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5)-years. 5.1.2. The Surety shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the Surety shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the Surety shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 5.1.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial Amount of Bond holders Size Ratings Category 500,001 to 1,000,000 B+ Class 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class ...III 5,000,001 to 10,000,000 A Class ... IV Bid No, 15-16-020 Page 65 10,000,001 to 25,000,000 A Class .... V 25,000,001 to 50,000,000 A Class ... VI 50,000,001 or more A Class .. VII 5.2. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a Surety which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the Surety is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. A Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 5.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 6. Indemnification: 6.1 Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Contract does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding for such actions. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 6.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 7.1 above which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. 6.3 This indemnity will survive the cancellation or expiration of this Agreement. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of §725.06 and/or §725.08, Fla. Statue. 7. Insurance Requirements: 7.1. Without limiting any of the other obligations or liabilities of Contractor, Contractor shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. 7.1.1. Workers' Compensation insurance to apply for all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) must include: 7.1.1.1. Employers' Liability with a limit of One Million Dollars ($1,000,000.00) Dollars each bodily injury caused by an accident, each accident. One Million Dollars ($1,000,000.00) Dollars each bodily injury caused by disease, each employee. One Million Dollars ($1,000,000.00 Dollars each bodily injury caused by disease, policy limit. 7.1.1.2 Waiver of subrogation Bid No. 15-16-020 Page 66 7.1.2. Comprehensive General Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. General Aggregate Limit of Two Million Dollars ($2,000,000.00). Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: [ X ] 7.1.2.1. Premises and/or Operations. [ X ] 7.1.2.2. Independent Contractors. [ ] 7.1.2.3. Products and/or Completed Operations for contracts with an Aggregate Limit of Two Million Dollars ($2,000,000.00) per project. Contractor shall maintain in force until at least three years after completion of all work required under the Contract, coverage for Products and Completed Operations, including Broad Form Property Damage. [ ] 7.1.2.4. Explosion, Collapse and Underground Coverages. [ ] 7.1.2.5. Broad Form Property Damage. [ ] 7.1.2.6. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. [ X ] 7.1.2.7. Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. [ X ] 7.1.2.8. City is to be expressly included as an Additional Insured with respect to liability arising out of operations performed for City by or on behalf of Contractor or acts or omissions of Contractor in connection with general supervision of such operation. [ ] 7.1.2.9. Employee included as insured. [ X ] 7.1.2.10. Contractual Liability. [ X] 7.1.2.11.Waver of Subrogation. [ X ] 7.1.2.12. Personal and Advertising Injury. [ X ] 7.1.2.13. Loading and Unloading. [ X ] 7.1.2,14.Mobile Equipment (Contractor's Equipment) whether owned, leased, borrowed or rented by Contractor or employees of the Contractor. 7.1.3. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: 7.1.3.1. 7.1.3.2. 7.1.3.3. 7.1.3.4 7.1.3.5 Owned Vehicles. Hired and Non -Owned Vehicles. Employers' Non -Ownership. Employees included as insured City of Miami as Additional Insured Bid No. 15-16-020 Page 67 [] 7.1.4. Umbrella Policy 7.1.4.1. Bodily injury and property damage liability with limits of Two Million Dollars ($2,000,000) each occurrence and an aggregate limit of Two Million Dollars ($2,000,000). 7.1.4.2. Products/Completed operations aggregate limit of Two Million Dollars ($2,000,000). Excess coverage over the policies as follows: Commercial General Liability Business Automobile Liability [ ] 7.1.5. Installation Floater for the installation of machinery and/or equipment into an existing structure is required. The coverage shall be "All Risk" coverage including installation and transit for 100 percent of the "installed replacement cost value," covering City as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim. 7.1.5.1. Cessation of Insurance --Coverage is not to cease and is to remain in force (subject to cancellation notice) until final acceptance by City. 7.1.5.2. Flood Insurance --When the machinery or equipment is located within an identified special flood hazard area, flood insurance must be afforded for the lesser of the total insurable value of such buildings or structure, or, the maximum amount of flood insurance coverage available under the National Flood Program. [ X ] 7.1.5. Owners Contractors Protective — City of Miami — Limits of Liability for Bodily Injury & Property Damage Liability shall be in the amounts of $1,000,000.00 for each occurrence and $1,000,000.00 in the aggregate [ X ] 7.1.6 Employer's Liability — Limits of Liability $500,000 for bodily injury caused by accident, each accident $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit [X] 7.1.7 Marine General Liability, including coverage for protection and liability in the amount of $1,000,000 [X] 7.1.8 Pollution Liability in the amount of $1,000,000 [X] 7.1.9 Jones Act coverage for captain and crew 7.2. If the initial insurance expires prior to the completion of the work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration. 7.3. Notice of Cancellation and/or Restriction --The policy (ies) must be endorsed to provide City with at least thirty (30) day's notice of cancellation and/or restriction. 7.4. Contractor shall furnish to the Public Works Department Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. 7.5. The official title of the Owner is the City of Miami, Florida. This official title shall be used in all insurance documentation. 8. Labor and Materials: Bid No. 15-16-020 Page 68 8.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, diesel, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 8.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 9. General Requirements 9.1. The employee(s) of the Contractor shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the City or any of its departments. 9.2. The Contractor agrees that the Contractor will at all times employ, maintain and assign to the performance of the Project a sufficient number of competent and qualified personnel to meet the requirements of the Work to be performed. The Contractor shall have employed at the time of bidding sufficient numbers of competent and qualified employees to meet the requirements of the Work to be performed, and upon request by the City, the Contractor shall provide a list of these employees. 9.3. The Contractor agrees to adjust staffing levels or to replace any staff personnel if so ordered by the City, should the City make a determination, in its sole discretion, that said staffing is unacceptable or that any individual is not performing in a manner consistent with the requirements for such a position. 9.4. The Contractor represents that its staff personnel have the proper skills, training, background, knowledge, experience, rights, authorizations, integrity, character and licenses as necessary to perform the Work, in a competent and professional manner. 9.5. The Contractor shall at all times cooperate with the City and coordinate its respective Work efforts to most effectively and efficiently progress the performance of the Work. 9.7. The Contractor shall be responsible for the good condition of the Work or materials until formal release from his obligations under the terms of this Contract. 9.8. Contractor shall bear all losses resulting to him on account of the amount or character of the Work, or the character of the ground, being different from what he anticipated. 9.9 The Contractor shall at all times conduct the Work in such manner and in such sequence as will insure the least practicable local interference. 10 Worker's Identification The Contractor's employees, who include any subcontractor, shall wear an identification card provided by the Contractor. The identification card shall bear the employee's picture, name, title and name of the employer. Failure by a Contractor's employee to wear such identification may result in his removal from the Work until such time as the identification card is obtained and worn. Such removal shall not act as a basis for the Contractor to submit a claim for an extension of time. 11. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said Work. 12. Weather: No extensions to the Contract Period will be granted for weather related delays unless by a hurricane or other occurrences that results in the City issuing a Stop Work Order. Bid No. 15-16-020 Page 69 13. Permits, Licenses and Impact Fees: 13.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 13.2. Impact fees levied by the City and/or Miami -Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 14. Resolution of Disputes: 14.1 To prevent all disputes and litigation, it is agreed by the parties hereto that CIP Director shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Contract Administrator's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Article 14.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to the City in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, the CIP Director shall notify the Contractor in writing of PW Director's decision within twenty-one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless the CIP Director requires additional time to gather information or allow the parties to provide additional information. All non -technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 14.2. In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Value adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 15. Inspection of Work: 15.1. The City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspection. 15.1.1. Reexamination of any of the Work may be ordered by the City with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by Bid No. 15-16-020 Page 70 means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost, 15.2. Inspectors shall have no authority to permit deviations from, nor to relax any of the provisions of the Contract Documents nor to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of the City. 15.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 16. Authority Of The City Project Manager 16.1. The Contract Administrator hereby authorizes the Project Manager or the to determine, all questions of any nature whatsoever arising out of, under or in connection with, or in any way relating to or on account of the Work, and questions as to the interpretation of the Work to be performed. 16.2. The Contractor shall be bound by all determinations or orders of the Project Manager and shall promptly respond to requests of the Project Manager, including the withdrawal or modification of any previous order, and regardless of whether the Contractor agrees with the Project Manager's determination or requests. Where requests are made orally, the Project Manage will follow up in writing, as soon thereafter as is practicable. 16.3. The Project Manager shall have authority to act on behalf of the City to the extent provided by the Contract, unless otherwise modified in writing by the City. All instructions to the Contractor shall be issued in writing. All instructions to the Contractor shall be issued through the Contract Administrator or the Project Manager . 16.4. The Project Manager shall have access to the Work Site(s) at all times. The Contractor shall provide safe facilities for such access so the Project Manager may perform their functions under the Contract. The Project Manager will make periodic visits to the Work Site to become generally familiar with the progress and quality of the Work, and to determine if the Work is proceeding in accordance with the Contract Documents. 16.5. The Project Manager will not be responsible for Work means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, and will not be responsible for the Contractor's failure to carry out the Work in accordance with the Contract. 16.6. The Project Manager will have authority to reject Work that does not conform to the Contract requirements. Whenever, in his or her opinion, it is considered necessary or advisable to insure the proper implementation of the Contract. Neither The Project Manager's authority to act under this paragraph, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Manager to the Contractor, any subcontractor, supplier or any of their agents, employees, or any other person performing any of the Work. 16.7. All interpretations and recommendations of the Project Manager shall be consistent with the intent of the Contract. 16.8. The Project Manager will not be responsible for the acts or omissions of the Contractor, any Sub -Contractor, or any of their agents or employees, or any other persons performing any of the Work. 17. Superintendence and Supervision: 17.1. Contractor shall keep on the Work during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to the City. The superintendent shall not be changed except with the written consent of the City, unless the Bid No. 15-16-020 Page 71 superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by the City upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. The City shall be provided telephone number(s) for the superintendent where the superintendent can be contacted during normal working hours as well as after hours for emergencies. 17.2 If Contractor, in the course of prosecuting the Work, finds any issues or conditions affecting the performance of the Work duty to immediately inform the Project Manager, in writing, and the Project Manager will promptly review the same. Any Work done after such discovery, until authorized, will be done at Contractor's sole risk. 17.3 Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 17.4 Contractor shall provide 24-hour a day, 7 day a week emergency contact numbers for the superintendent and the superintendent's supervisor. 18. Methods Of Performing The Work 18.1. If, the Project Manager reasonably determines that the Work is not such as to insure its completion within the approved schedule, or if, in the opinion of the Project Manager, the Contractor is not proceeding with the Work diligently or expeditiously or is not performing all or any part of the Work according to the progress schedule accepted by or determined by the Project Manager, the Project Manager shall have the right to order the Contractor to do either or both of the following: (1) improve its work force; and/or (2) improve its performance in accordance with the schedule to insure completion of the Work within the specified schedule. The Contractor shall immediately comply with such orders at no additional cost to the City. (3) The City at its sole option may also have Work performed by a third party contractor and deduct such cost from any monies due the Contractor. 18.2. Where materials or equipment are transported in the performance of the Work, vehicles shall not be loaded beyond the capacity recommended by the vehicle manufacturer or permitted by Federal, State or local law(s). When it is necessary to cross curbing or sidewalks, protection against damage shall be provided by the Contractor and any damaged curbing, grass areas, sidewalks or other areas shall be repaired at the expense of the Contractor to the satisfaction of the Project Manager. 19. City's Right to Terminate Contract: 19.1. If Contractor fails to begin the Work within fifteen (15) calendar days after the commencement date as indicated in the Notice to Proceed, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to Contractor and its Surety of such delay, neglect or default, specifying the same. If Contractor, within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then City terminate the services of Contractor, exclude Contractor from the Work Site(s) and take the prosecution of the Work out of the hands of Contractor, and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, Contractor shall not be entitled to receive any further payment until the Work is Bid No. 15-16-020 Page 72 completed. In addition City may enter into an agreement for the completion of the Work according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Work according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Work in an acceptable manner. All damages, costs and charges incurred by City, together with the costs of completing the Work, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed the unpaid balance, then Contractor shall be liable and shall pay to City the amount of said excess. 19.2. If after notice of termination of Contractor's right to proceed, it is determined for any reason that Contractor was not in default, the rights and obligations of City and Contractor shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Article 19.3 below. 19.3. This Contract may be terminated for convenience in writing by the City Manager or the City Commission upon ten (10) days written notice to Contractor (delivered by certified mail, return receipt requested, hand delivery or courier) of intent to terminate and the date on which such termination becomes effective. In such case, Contractor shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by Contractor relating to commitments, which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services, which have not been performed. 19.4. Upon receipt of Notice of Termination pursuant to the above, Contractor shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to City all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 20. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the City Commission. 21. Contractor's Use Of Work Site(s) 21.1. Limitations may be placed on the Contractor's use of the Work Site and such limitations will be identified by the City. 21.2. The Contractor shall limit its use of the Work Site(s), so as minimize impact and disruption to the surrounding areas and residents 21.2.1 The Contractor shall: a. Confine operations at the Work Site to the areas permitted by the Project Manager; not disturb portions of the Work Site beyond the specified areas; conform to Work Site rules and b. Assume all responsibility for its tools, equipment and materials, including any materials purchased for the Work, and its vehicles while performing Work for the City and/or while parked at a City facility. The City assumes no liability for damage to the items specified in this paragraph. c. Access to and egress from the Work Site(s) shall be subject to the approval of the Contract Administrator or the Project Manager. Bid No. 15-16-020 Page 73 22. Interfering Structures and Property Take necessary precautions to prevent damage to existing structures and property when accessing the Work Site(s). The Contractor is solely responsible for any damage to personal, City or other public property. 23 Site Investigation and Representation 23.1 The Contractor acknowledges that it has satisfied itself as to the nature and location of the Work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, the conformation and conditions at the ground, the type of equipment and facilities needed preliminary to and during the prosecution of the Work and all other matters which can in any way affect the Work or the cost thereof under the Contract Documents. 23.2 The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating information derived from exploratory work that may have been done by the City or included in the Contract Documents. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost thereof under the Contract Documents. 24. Contractor's Responsibility for Damages and Accidents: 24.1. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Work. The City assumes no responsibility or liability in the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed. 25. Accidents The Contractor shall provide such equipment and facilities as are necessary or required, in the case of accidents, for first aid service to person who may be injured during the Project duration. The Contractor shall also comply with the OSHA requirements as defined in the United States Labor Code 29 CFR 1926.50. In addition, the Contractor must report immediately to the Project Manager every accident to persons or damage to property, and shall furnish in writing full information, including testimony of witnesses regarding any and all accidents. 26. Safety Precautions 26.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 26.1.1.Atl employees on the Work Site(s) and other persons who may be affected thereby; 26.1.2.Other property at the Work Site(s) or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 26.2. Contractor shall designate a responsible member of its organization at the Work Site(s) whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City... 26.3. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in the Contract Documents, caused directly or indirectly, in whole or in Bid No. 15-16-020 Page 74 part, by Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed the City has issued a notice to City and Contractor a notice of Final Acceptance. 26.4 Contractor must adhere to the applicable environmental protection guidelines for the duration of the Contract. If hazardous waste materials are used, detected or generated at any time, the Project Manager must be immediately notified of each and every occurrence. The Contractor shall comply with all codes, ordinances, rules, orders and other legal requirements of public authorities (including. OSHA, EPA, DERM, the City, Miami -Dade County, State of Florida, and Florida Building Code), which bear on the performance of the Work. 26.5. The Contractor shall take the responsibility to ensure that all Work is performed using adequate safeguards. 26.6 If an emergency condition should develop during the Work, the Contractor must immediately notify the Project Manager of each and every occurrence. The Contractor should also recommend any appropriate course(s) of action to the Project Manager. 27. Warranty of Materials: Contractor warrants to City that all materials furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from defects and in conformance with the Contract Documents. All Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the Project Manager, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provisions within the Contract Documents. 28. Manufacturer's Instructions 28.1. The Contractor shall: 28.1.1. Comply with manufacturer's requirements for the handling, delivery and use of all materials. Where required by the Contract Documents, Contractor shall submit manufacturer's printed instructions and MSDS documents to the City. 28.1.2. Comply with the manufacturer's applicable instructions and recommendations for the performance of the Work, to the extent that these instructions and recommendations are more explicit or more stringent than requirements indicated in the Contract. 28.1.3. Inspect materials prior to use and reject materials not meeting the requirements of the Contract Documents. 29. Manufacturer's Warranty Contractor shall provide all manufacturers' warranties. All warranties, expressed and/or implied, shall be made available to the City for material and equipment covered by this Contract. All material and equipment furnished shall be fully guaranteed by the successful Bidder against factory defects and workmanship. At no expense to the City, the Contractor shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Supplemental Conditions of the Contract Documents may supersede the manufacturer's standard warranty. Manufacturer's warranties will become effective upon final completion of the Project. 30. Defective Work: 30.1. The Project Manager shall have the authority to reject or disapprove work which the Project Manager finds to be not in compliance with the Contract Documents. If required by Project Bid No. 15-16-020 Page 75 Manager, Contractor shall promptly either correct all defective Work. Contractor shall bear all direct, indirect and consequential costs of such corrections including cost of materials, equipment, and personnel. 30.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by the Project Manager, the City shall have the authority to cause the defective Work to be corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 31. Taxes: Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 32. Subcontracts 32.1. Contractor shall not employ any subcontractor against whom City may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 32,2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. The City may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific Work performed. 32.3. Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 32.4. Contractor shall complete Attachment B identifying all Sub -Contractors. 32.5. Multi -tier subcontracting is not permitted. Contractor shall not authorize subcontractors to further subcontract any portions of the Work. 32.6 The work performed by all subcontractors shall be no more than 10% of the total work for this contract. Bid No. 15-16-020 Page 76 33. Separate Contracts: 33.1. City reserves the right to let other contracts in connection with this Work. Contractor shall afford other persons reasonable opportunity for the execution of their work and shall properly connect and coordinate this Work with theirs. 33.2 Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on the public or businesses.. Should such interference or impact occur, Contractor shall be for the cost of such interference or impact. 34. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Value or Contract Term. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 35. Changes in the Work or Terms of Contract Documents: 35.1. Without invalidating the Contract, City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably of the Work in a satisfactory manner. Any extra or additional work within the scope of this Contract must be accomplished by means of appropriate Field Orders or Change Orders. 35.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 36 Supplemental Instructions: The Project Manager shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Value or the Contract Term. 37. Field. Directives The Project Manager may at times issue field directives to the Contractor based on visits to the Project Site. Such Field Directives shall be issued in writing and the Contractor shall be required to comply with the directive. Where the Contractor believes that the directive is outside the Scope of the Work, the Contractor shall, within 48 hours, notify the Project Manager that the Work is outside the Scope of the Work. At that time the Field Directive may be rescinded or the Contractor may be required to submit a request for a change to the Contract. Where the Contractor is notified of the City's position that the Work is within the scope and the Contractor disagrees, the Contractor shall notify the Project Manager and the Contract Administrator that the Contractor reserves the right to make a claim for the time and monies based on the Field Directive. At no time shall the Contractor refuse to comply with the directive. Failure to comply with the directive may result in a determination that the Contractor is in default of the Contract. 38, Change Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Work which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the line item prices, Contract value, or the Contract Term, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. Bid No. 15-16-020 Page 77 38.2. All changes to construction contracts must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension, All Change Orders with a value of $25,000 or more shall be approved in advance by the City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute as set forth in Article 14 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Project Manager and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the line item pricing, Contract Value or Contract Term. 38.4. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Value shall be determined in one of the following ways: 39.1.1. By mutual acceptance of an increase or decrease in line item price(s) which Contractor and City acknowledge contains a component for overhead and profit, 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. The addition of new line item prices. 40. No Damages for Delay:. No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time for completion of the Work as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. NO EXCEPTIONS. Except as may be otherwise specifically provided for in the Contract Documents, the Contractor agrees to make no claim for damages for delay of any kind in the performance of the Contract Documents whether occasioned by any act or omission of the City or any of its representatives (whether it is an Excusable Delay or otherwise) and the Contractor agrees that any such claim shall be compensated solely by an extension of time to complete performance of the Work. In this regard, the Contractor alone hereby specifically assumes the risk of such delays, including without limitation: delays in processing or approving shop drawings, samples or other submittals or the failure to render determinations, approvals, replies, inspections or tests of the Work, in a timely manner. Contractor shall not receive monetary compensation for City delay. Time extensions may be authorized, in writing, by the City in certain situations. Bid No. 15-16-020 Page 78 41. Force Majeure 41.1 Should any failure to perform on the part of Contractor be due to a condition of force majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. 41.2 If the Contractor is delayed in performing any obligation under this Contract due to a force majeure condition, the Contractor shall request a revision of the schedule to the City within two (2) working days of said force majeure occurrence. Any revision of the schedule shall be subject to mutual agreement and shall not be cause for any claim by the Contractor for extra compensation unless additional work is required. Do Not Include inclement weather except as permitted by Florida law or the acts or omissions of Sub -Contractors, etc. 42. No Interest Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of Section 218.74(4), Florida Statutes as such relates to the payment of interest, shall apply to valid and proper invoices. 43. Material Safety Data Sheets and Product Data 43.1 Contractor shall submit four copies of the Material Safety Data Sheets (MSDS) and other of product data for all materials to be used in the performance of the Work. Each copy must be marked to identify applicable products, and other data. Contractor shall supplement manufacturer's standard data to provide information unique to the Work. 43.2 Contractor shall only submit only pertinent MSDSS and product data information. Submittals shall be marked to identify pertinent products, with references to the specifications and the Contract Documents. 43.3 The City may reject materials to be used in the performance of the Work where the MSDS and product data submitted result in the City determining that the materials do not meet the requirements of the Contract 44. Stop Work Order 44.1. The City may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the Work for a period of up to ninety (90) days (or any lesser period), commencing no sooner than the date the order is delivered to the Contractor, and for any further period to which the parties may agree. Any such order shall be specifically identified as a "Stop Work Order" issued pursuant to this paragraph. Within the period of ninety (90) days (or the lesser period specified) after a Stop Work Order is delivered to the Contractor, or within any extension to which the parties have agreed the City shall either: 43.1.1. Cancel the Stop Work Order; or 43.1.2. Terminate the Work covered by such order as provided in Article 19.3. 44.2. If a Stop Work Order issued under this Article is canceled or the period of the order or any extension thereof expires, the Contractor shall resume the Work without compensation 45. Cleaning Up; City's Right to Clean Up: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Work, Contractor shall remove all its waste materials and rubbish from and about the Work Site(s) as well as its tools, equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning Bid No. 15-16-020 Page 79 up, City may clean up and charge the cost thereof to the contractors responsible therefore as the City shall determine to be just. 46. Local and Minority/Women Participation Reporting— Not Applicable 47. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act: Contractor 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. Contractor 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, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. 48. Contingency Allowance The City has established a Contingency Allowance for this Project, which shall be reflected in the total contract sum. This allowance account is for use at the sole discretion of the City and shall only be distributed through the issuance of a change order approved by the City. Contractor has no entitlement to these funds as a result of the award of the Contract by the City. 49. Payment and Performance Bond A 100% payment and performance bond is required for this project. Refer to section 008000, Article 4. 50. Davis Bacon Act — NOT APPLICABLE TO THIS PROJECT 51. Terms of the Contract The successful bidder shall be required to enter into a contract with the City of Miami, which shall include but not limited to, the following terms: The term of the Contract shall be for an initial term of two (2) years, commencing ten (10) calendar days after Notice To Proceed. The City shall have the option to extend the Contract for three (3) additional one (1) year term periods each by giving the Bidder at least thirty (30) days prior written notice. Extension of the term of the Contract beyond the initial period is an option to the City to be exercised in its sole discretion, and which does not confer any rights upon the Bidder, and shall be based on availability of funding and contractor's performance. The City shall have the right to terminate the Contract, for any reason whatsoever and at any time, upon thirty (30) days prior notice to the bidder, The City shall have the right to include additional locations and they shall be subject to the same bid price amount and scope of work as described herein. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over Bid No. 15-16-020 Page 80 the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. 52. Pricing and Payment Bidders shall include in their bid all taxes, insurances, social security, workman's compensation, and any other benefits normally paid by the bidder to its employees. No overtime will be authorized by the City which exceeds the rates quoted in this solicitation or not authorized by the City. Payments will be made monthly, in arrears, for services rendered the previous month, upon submission of property certified invoices and/or approved inspection reports. All such information shall be provided to the City Engineer for his/her approval in advance of payment. The contractor shall pay his/her employees performing work under this contract not less than the federal minimum wage in effect at the time of the contract. 53. Materials and Equipment The bidder shall furnish, at his/her own expense, all equipment, materials or supplies, including disposal fees, trash bags, oil, water, etc. necessary for completion of all the services specified in this bid. The equipment shall include but not be limited to landscaping equipment, bucket trucks, wood chipper, dump trucks, crane, etc. all as necessary to complete the work. The item price must include the disposal of all debris and litter collected by the scope of this contract and no additional compensation will be allowed. The contractor is not allowed to use the City's rights of ways for storage of any material related to this contract. 54. Method of Award This contract may be awarded to the two (2) lowest most responsive and responsible bidders for all the Bid Items included in this contract, and whose bid conforms to the specifications and is most advantageous to the City. Award shall be based upon the pricing indicated on the Bid Form, pursuant to the Specifications. The City may select two (2) bidders, with the lowest deemed the "primary vendor" and the next lowest the "secondary vendor", in the order of overall lowest prices provided to the City. Should the primary vendor not be able to provide the necessary service at the time needed or the required work is beyond the ability or expertise of the primary vendor or the primary vendor fails to perform as per Section 7 of the Public Works Construction Standards, the City has the option to select the secondary vendor whom will be offered the work to complete in a timely manner. The City additionally reserves the option to obtain quotes from either of the awarded vendor(s) for a specific project(s) prior to the provision of the same. Should the City determined the primary vendor's quote too high or incomplete, the City has the right to obtain a quote from the secondary vendor, in order to obtain the required service in the most expedient manner and at the lowest possible. 55. Additions/Deletions of Services Required Although this contract identifies specific terms and special conditions for work, it is hereby agreed and understood that any other services may be added/deleted to/from this contract at the option of the City or any government agency may utilize the same terms, conditions, and pricing by approval from the bidder. The City of Miami will not be responsible for any agency outside the City of Miami. When an addition to the contract is required, the successful bidder under this contract shall be invited to submit price quotes for any new service. If the quotes are comparable with market prices offered for similar work as described in this contract, they shall be added to the contract whichever is in the best interest of the City of Miami and an addeddum and a separate purchase order or change order shall be issued by the City. 56. Estimated Quantities Engineering estimated quantities or estimated dollar value are provided for bidder's guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract Bid No. 15-16-020 Page 81 period. The City is not obligated to place an order for any given amount subsequent to the award of this bid. Said engineering estimate 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. 57. Emergency / Disaster Performance In the event of a hurricane or other emergency or disaster situation, the successful bidder(s) shall provide the City with the commodities/services defined within the scope of work for this bid at the price contained within his/her bid amount. Further, the successful bidder shall deliver/perform for the City on a priority basis during such times of emergency. 58. Contract Hierarchy All of the documents incorporated by the Contract Documents shall govern this Project. Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to the Contract Documents exists, the more stringent provision shall prevail. The order of hierarchy within the Contract Documents shall be the Contract, Scope of Work, Supplemental Conditions, General Conditions, and last shall be the Instructions to Bidders. 59. Third Party Beneficiaries Neither Contractor nor the City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 60. Warranty, Fitness for Purpose The contractor warrants the materials supplied and the work performed under this contract conform to warranty materials provided and work performed for one (1) year from date of completion. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the contractor is under contract with the City at the time of any defect. Any payment by the City on behalf of the goods or services received from the contractor does not constitute a waiver of these warranty provisions. The contractor shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days after the City notifies the contractor of such deficiency in writing. If the contractor fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the contractor, in writing, that the bidder may be debarred as a City bidder/proposer and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the contractor fails to satisfy the warranty within the period specified in the notice, the City may (a) place the contractor in defaults of its contract, and/or (b) procure the products or services from another contractor and charge the contractor for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. Bid No. 15-16-020 Page 82 01000 SUPPLEMENTAL CONDITIONS 1. SCOPE OF WORK: The project consists of landscaping services for the following location: S.R. 90 (S.W. 8TH STREET) FROM S.W. 27 AVE TO S.W. 4 AVE. Landscaping service consists of but is not limited to landscaping installation, (i,e. trees, palms and ground cover vegetation) hedge trimming, mowing, weeding, edging, pruning, trimming, raking, blowing, mulching, herbicide and insecticide, etcetera. 26 times per year; Litter pick up (cups, paper trash, bags, bottles, palm fronds, etc.) Shall also be provided on a weekly basis. NOTE: Additional locations for landscaping services may be added to this contract as maintenance responsibilities are transferred to the Public Works Department. The work performed by the subcontractors cannot be more than 10% of the total work specified in this contract. The work performed by the subcontractors cannot be more than 10% of the total work specified in this contract. Although there is no pre -bid meeting, the contractor must become familiar with the project site and the existing facilities for preparation of a bid proposal. NOTE: Additional locations in the City of Miami for landscaping and irrigation services may be added to this contract as the maintenance responsibilities are transfer to the Public Works Department. The City reserves the right to add and subtract any of the above mentioned work site location types at its discretion. 2. QUALITY ASSURANCE The contractor's superintendent shall be well versed in appropriate maintenance operations and procedures. All employees shall be competent and skilled in their particular job in order to insure that they properly perform the work assigned. All work shall be performed using superior maintenance standards and techniques. The contractor shall inform the City two weeks before each clean-up work. The contractor agrees to on -site inspection by the City Engineer, Project Manager or designated representative. 3. DESCRIPTION OF WORK Refer to Section 00100- General Instruction to Bidders. All maintenance services shall be on a contract basis for one (1) year with the option to extend for four (4) additional one year term periods. This contract may have additional locations for right of way near these location and shall be priced equal as the scope of work in the proposal bid items. • S.R. 90 (S.W. 8TH STREET) S.W. 27 AVE TO S.W. 4 AVE: bi-weekly landscaping maintenance consisting of landscaping installation, (i.e. trees, palms and ground cover vegetation), hedge trimming, mowing, weeding, edging, pruning, trimming, racking, blowing, litter pick up (weekly), mulching, herbicide and insecticide; new planting of shrubs (3 and 7 gal.), replacement of the existing landscaping as per construction plan (Refer to Division 5), mulching using Eucalyptus mulch, installing solid sod and watering new planting according to Division 2A and 2B; adding top soil 50/50.In addition, watering will be required on an as needed basis. • Tree Planting: "as needed" this item includes the planting, watering, staking, mulching using eucalyptus mulch, top soil, etc. and the maintenance of the proposed trees for a period of one year as warrantee for its survival. The tree specimen shall be determined in the field by the City Engineer and/or Project Manager. A minimum of 4" d.b.h. is required for new trees. If the proposed tree dies for lack of proper maintenance by contractor, then the tree shall be replaced at no cost to the City of Miami. Refer to Division 2A —Planting. Bid No. 15-16-020 Page 83 • Mulching: At all locations, the contractor shall use mulch as indicated by City Engineer and/or Project Manager. • Sodding: this item is for furnishing all labor, material and equipment necessary to install 5,000 square feet of St. Augustine Grass (Floratam) Solid Sod as per Division 2B. The locations are to be determined by the City Engineer. • Contingency Allowance: this fund shall be used to pay for any contingency item that is not part of the project at the sole discretion of the City. • Unscheduled Additive Items: At the option of the City, the price below for the items identified by the City Engineer may be added to the appropriate Base Bid item for determining the total cost of a Work Order and no additional compensation will be allowed. The Contractor shall submit for the City's review and approval, a schedule of work describing in detail the times and dates in which the various tasks required are to be performed. Said schedule shall be provided 5 days after the pre -construction conference. 4. FENCING AROUND EXCAVATION At the close of the work day, holidays, and weekdays, the Contractor shall install a fence (min. 4 ft. height) around the perimeter of all excavations. An adequate number of fence posts shall be installed to maintain the fence in an upright and taut position. Any variance from this requirement must be approved by the City Engineer. All cost for this requirement shall be considered incidental to the work and no additional compensation will be allowed. 5. PROVIDING ACCESS TO RESIDENCES AND BUSINESS ESTABLISHMENTS During construction of the improvement, safe access shall be provided by the Contractor to the entrance of all residences and business establishments. Methods to be used shall be determined by the Contractor with the approval of the Engineer. 6. PERMITS The Department of Public Works will issue a "no -fee" landscaping permit for this project. The Contractor will be required to obtain the "no -fee" excavation permit from the Roadway/ Plans Development Section of the Department of Public Works prior to the start of any construction as well as a Maintenance of Traffic (MOT) permit. 7. MAINTENANCE OF LANDSCAPING Existing trees on private property and in the public right of way are to be protected. Trimming of tress will not be allowed without prior approval from the Engineer and/or Project Manager. The services of a licensed landscape contractor shall be retained for any trimming which is allowed and for all planting and transplanting of trees as indicated by the Engineer and/or Project Manager. Landscaping and Structures existing on private property adjacent to the proposed work are to be maintained and any replacement shall be of equal or better quality. Cost for maintenance of landscaping shall be considered as incidental of the job and no additional compensation will be allowed. 8. ROOT GUARD Shade trees planted within the public right-of—way and within close proximity of sidewalks or curbs will require root barriers, i.e., sections of metal pipe or root deflectors under the product name of "Root Solutions", or approved equal. Bid No. 15-16-020 Page 84 9. PLANTING — See attached Division 2A. 10. SODDING — See attached Division 2B. 11. TERMS OF THE CONTRACT AND EXTENSIONS The successful bidder shall be required to enter into a contract with the City of Miami, which shall include but not limited to, the following terms: 1. The term of the Contract shall be for an initial term of one (1) years, commencing ten (10) days after Notice To Proceed. The City shall have the option to extend the Contract for four (4) additional one (1) year term periods each by giving the Bidder at least thirty (30) days prior written notice. 2. Extension of the term of the Contract beyond the initial period is an option to the City to be exercised in its sole discretion, and which does not confer any rights upon the Bidder, and shall be based on availability of funding and contractor's performance. 3. The City shall have the right to terminate the Contract, for any reason whatsoever at any time, upon thirty (30) days prior notice to the bidder. 4. The City shall have the right to include additional locations and they shall be subject to the same bid price amount and scope of work as described herein. 12. CODE COMPLIANCE All Work shall comply with the Florida Building Code, City of Miami Code, and Miami -Dade County Code. Contractor shall comply with the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act as well as any other requirements specified in the Contract Documents. 13. PROPER EQUIPMENT AND OPERATION The contractor shall comply with the National Environmental Policy Act (NEPA) and Noise Control regulation, local and The City Code. Bid No. 15-16-020 Page 85 01002 LOCATION Refer to Section 00100- General Instruction to Bidders. All maintenance services shall be on a contract basis for one (1) year with the option to extend for four (4) additional one year term periods. This contract may have additional locations for right of way near these location and shall be priced equal as the scope of work in the proposal bid items. • S.R. 90 (S.W. 8TH STREET) S.W. 27 AVE TO S.W. 4 AVE: bi-weekly landscaping maintenance consisting of landscaping installation, (i.e. trees, palms and ground cover vegetation), hedge trimming, mowing, weeding, edging, pruning, trimming, racking, blowing, litter pick up (weekly), mulching, herbicide and insecticide; new planting of shrubs (3 and 7 gal.), replacement of the existing landscaping as per construction plan (Refer to Division 5), mulching using Eucalyptus mulch, installing solid sod and watering new planting according to Division 2A and 2B; adding top soil 50/50.In addition, watering will be required on an as needed basis. • Tree Planting,: "as needed" this item includes the planting, watering, staking, mulching using eucalyptus mulch, top soil, etc. and the maintenance of the proposed trees for a period of one year as warrantee for its survival. The tree specimen shall be determined in the field by the City Engineer and/or Project Manager. A minimum of 4" d.b.h. is required for new trees. If the proposed tree dies for lack of proper maintenance by contractor, then the tree shall be replaced at no cost to the City of Miami. Refer to Division 2A —Planting. • Mulching: At all locations, the contractor shall use mulch as indicated by City Engineer and/or Project Manager. • Sodding: this item is for furnishing all labor, material and equipment necessary to install 5,000 square feet of St. Augustine Grass (Floratam) Solid Sod as per Division 2B. The locations are to be determined by the City Engineer. • Contingency Allowance: this fund shall be used to pay for any contingency item that is not part of the project at the sole discretion of the City. • Unscheduled Additive Items: At the option of the City, the price below for the items identified by the City Engineer may be added to the appropriate Base Bid item for determining the total cost of a Work Order and no additional compensation will be allowed. The Contractor shall submit for the City's review and approval, a schedule of work describing in detail the times and dates in which the various tasks required are to be performed. Said schedule shall be provided 5 days after the pre -construction conference. Refer to Division 5 for location maps of each section. All work shall be performed using superior maintenance standards and techniques. The work shall be done to the City Engineer's satisfaction. Bid No. 15-16-020 Page 86 01003 SITE INSPECTION The Contractor shall examined all the sites of work, inform himself in regards to all conditions pertaining to the place where the work is to be performed, and fully acquaint himself relative to the work required prior to submitting the bid. 01004 DESCRIPTION OF PROPOSAL The proposal has been broken up into various bid items for convenience in evaluating bids, and administering the contract. The price quoted for each lump sum and unit price item shall include all costs for labor, materials, and equipment necessary to performed the improvements in accordance with the specifications. Items of work not specifically mentioned but necessary to create a finished and complete work product shall be assumed to be a part of one or more Proposal Items and shall be furnished at no extra cost to the City. The price bid for each individual proposal item shall include all costs for materials, equipment and labor to perform the work meeting code requirements and accepted standards of good workmanship. BASE BID is the sum of Proposal Items 1 through 56. TOTAL BID is twice the Base Bid price. 01005 ENVIRONMENTAL PROTECTION The contractor shall be responsible for maintenance of the existing environment. Valuable vegetation, such as sea grasses and mangroves, are to be protected. The contractor shall also be aware of manatee protection which could be present in the work areas. Existing trees on private property and in the public right of way are to be protected. Trimming of trees will not be allowed without the approval of the Department. The Contractor will mitigate any damage to the existing environment to DERM's and City's satisfaction at the Contractor's expense. Wagner Creek has been declared an impair body of water by the State of Florida, therefore a strong warnings are placed wild being in contact with its waters. It should be noticed that the working areas include environmental sensitive areas, specially Biscayne Bay Aquatic Preserve which has exceptional biological and aesthetic, and scientific value. The contractor will follow all the rules and regulations for the protection of the environmental sensitive areas. All work under this contract shall comply with the South Florida Building Code, the City of Miami and DERM. The contractor shall comply with the requirements of Section 114 of the clean Air Act and Section 308 of the Federal Water Pollution Control act as well as other requirements specified in those sections and regulations. 01006 CONSTRUCTION SCHEDULE The contractor shall submit a full schedule of all the tasks to the City Engineer within two weeks after the notice to proceed is issued. The schedule will be reviewed and approved by the City Engineer. Before commencing work, the Contractor shall meet with the Engineer to coordinate all aspects of the work under this contract. Bid No. 15-16-020 Page 87 01007 REVISIONS TO GENERAL CONDITIONS (A) 7-10INSURANCE The Bidder is alerted to the fact that All -Risk Builder Risk Insurance will not be required on this job. (B) 7-14 SIGNS Delete description of a sign as stated in this paragraph and provide one construction sign in accordance with Sketch Misc. 35-89-5-R bound in Division 5 of these Specifications, at each location where construction is in progress. (C) 8-1 FIELD OFFICE A field office will not be required. (D) FAILURE TO COMPLETE WORK ON TIME Add the following to Section 6-9: If the Contractor's performance of this Contract is delayed by acts of the owner or other subcontractors, suppliers and contractors, materialmen, architects and/or engineers, the Contractor may request an extension of time from the owner in writing within twenty days of the event by which the delay occurred, but the Contractor shall not be entitled to an increase in the Contract price or claims or damages because of the delay or because of any acceleration in its work. (E) 9-5 PARTIAL AND FINAL PAYMENTS The Contractor shall supply to the Engineer, no later than the date of the Pre -Construction Meeting, or ten (10) days before the start of construction, whichever is later, a complete list of all subcontractors to be used on the project. Authorization to deviate from this list shall be requested and secured from the Engineer in writing before any substitutions are allowed. All pay requests, except the first draw, shall be accompanied by duly executed affidavits or releases of claim, as stated in this section, from all subcontractors who appear in the above list. In the event no subcontractors perform work during a specific period covered by a monthly pay request, said pay request shall be accompanied by an affidavit certifying same. Failure of Contractor to obtain final releases of lien within six (6) months of substantial completion (said date of substantial completion to be determined by the Architect of Record and/or the Engineer) will entitle the City to deposit any retained funds in an escrow account for the Contractor's benefit. The Contractor shall not be entitled to any interest on said retained funds and agrees to waive any claims for prejudgment and/or postjudgment interest. Additionally, the City will be entitled to charge reasonable administrative expenses for the administration of said escrow account, said expenses to be deducted from the escrow fund. After the expiration of six (6) months from the date said funds are deposited in an escrow account, if the Contractor has still failed to obtain final releases of lien, any retained sums shall be forfeited by the Contractor and said sums shall become the property of the City for its sole use. (F) 6-9a NO DAMAGES FOR DELAY No payment, compensation, increase in contract price or adjustment of any kind (other than the extension of time provided for) shall be made to the Contractor for damages because of hindrances, disruptions or delays from any cause whatsoever in the progress of the work, including, but not limited to, hindrances, disruptions or delays caused by acts of the owner, other contractors, subcontractors, suppliers, materialmen, architects and/or Engineers whether such hindrances, Bid No. 15-16-020 Page 88 disruptions or delays be avoidable or unavoidable. The Contractor agrees that he will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, or acceleration in the work, and will accept in full satisfaction for such delays, disruptions, hindrances or acceleration in the work said extension of time. 01008 ADDITIONS AND REVISIONS TO INSTRUCTION TO BIDDERS (A) PAYMENT ITEMS: Any work not specifically mentioned in the payment Items listed in the Proposal, but indicated on the Plans and/or Specifications, shall be considered as incidental to one or more of the payment Items, and no claim for additional compensation will be allowed. The Bidder shall not add to the listed Items nor combine any of the Items. 01009 PROVISIONS FOR SPECIAL ITEMS To provide a fund for contingent work described below, the Contractor shall include in his Proposal under Item No. 56 "Provisions for Special Items", the Cash Allowance Sum of Ten Thousand Dollars ($10,000.00). This fund shall be used to pay for the following when not provided for on the Plans, in the Specifications, or in another Item of the Proposal: (A) Uniformed Police. (B) Other unforeseen surface or underground adjustments or additional work not included on the Plans nor in the Specifications The amount of such construction adjustments, services and/or work, are rough estimates only and shall be done only as directed by the City Engineer, who shall approve all charges which will be paid for from the funds set forth for Provisions for Special Items. All construction adjustments, and/or extra work that is done by the Contractor without previous written approval by the Engineer, shall be considered incidental to the job and the City will not be liable for extra compensation. Any portion of said Allowance remaining after all authorized payments have been made, will be withheld from Contract payments. Bid No. 15-16-020 Page 89 Division 2 A — Technical Specifications M-0112 • Division 2A- PLANTING • Division 2B — SODDING • Planting Procedures Details- Misc. 17-293 • S.R. 90 (S.W. 8th ST) Landscape Plans DIVISION 2A - PLANTING 2A.01 PLANTING GENERAL The Contractor shall furnish all labor, materials, and equipment, watering and related work required to complete the work in accordance with the contract documents and specifications. I. SCHEDULING OF WORK: The work shall be as coordinated with other contractors as to prevent any conflicts as to scheduling with others. II. PERSONNEL: All planting shall be performed by personnel familiar with planting procedures and under the supervision of a qualified planting foreman who is to be available at the jobsite during the course of the work. III. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of planting areas or plant pits, the Contractor shall ascertain the location of all electrical cables, all conduits, all utility lines, oil tanks and supply lines, so that proper precautions may be taken not to disturb or damage any subsurface improvements. In the event any are uncovered, the Contractor shall promptly notify the City Engineer, who shall arrange to relocate the plant material, if possible. The Contractor shall be responsible for any damage to utilities and structures and shall properly maintain the protection of same. IV. CLEAN UP: A. If the Contractor fails to clean up, the City may do so and the cost thereof shall be charged to the Contractor. V. SUBMITTALS: A. Unit Prices: The unit prices bid will serve as the basis for any required addition or deletion to the Contract. B. Materials: Submit four samples each with corresponding certificates of compliance from the product manufacturer or supplier for planting soil, fertilizer (analysis card), mulch, galvanized steel banding, turn buckles, guy wires and painted sample of wood braces. Submit these within thirty (30) days after award of Contract. Bid No. 15-16-020 Page 90 C. Schedule: A detailed sequence of planting shall be submitted to the City by the Contractor. Submit revised schedule when departure from same is necessary. D. Maintenance Guidelines: Submit detailed maintenance guidelines covering fertilization, watering, spraying, trimming, mulching, and any other pertinent issues related to landscape work required to ensure viability of plant material. Submit maintenance guidelines sixty (60) days after award of Contract for review by the City or his representatives. 2A.02 MATERIALS I. COMMERCIAL FERTILIZER: A. Shall be delivered to the site in the original unopened containers, each bearing the manufacturer's analysis. B. Fertilizer shall be Mix #5024 (10.5.8) as supplied by ATLANTIC-FLORIDA EAST COAST FERTILIZER & CHEMICAL, unless noted otherwise, or equal. II. PLANT MATERIAL: A. Words "Plant Materials" or "Plants" refer to and include trees, palms, shrubs, and groundcovers. B. Plant species shall conform to those indicated on the drawings and in these Specifications. C. Plants shall be sound, healthy, vigorous, free from plant diseases, insect pests, or their eggs and shall have healthy normal root systems. Plants shall be nursery grown stock, except for site transplanted material or freshly dug, balled and burlap plants. D. All plants shall have been transplanted or root pruned at least once in the three years previous to contract date. Root bound container plants will not be accepted. E. Collected palms shall be heeled in the nursery for no less than three months prior to final planting. F. All plant material not otherwise specified as being Florida Fancy of Specimen shall be Florida No. 1 or better quality graded in accordance with "Grades and Standards for Nursery Plants" published by the State of Florida Department of Agriculture. G. Caliper measurement, height measurement, height relation to caliper, spread, bare root and ball dimensions, number of canes, types of vines and ground covers, etc., shall conform to the applicable standards given in "USA Standard for Nursery Stock 260.1", sponsored by the "American Association of Nurserymen, Inc." A minimum of 4" d.b.h., diameter at breast height, is required for new trees/palms. H. Plants specified shall be used, substitutes will not be allowed unless sufficient evidence is submitted in writing, indicating plant unavailability. The Contractor is to submit suggested listing of substitutes for review and comment by the City Engineer. No substitutions shall be made unless approved in writing. Said substitutes shall be submitted no less than five (5) days after Award of Contract. Bid No. 15-16-020 Page 91 I. Any materials and/or work may be rejected if; in the opinion of the City Engineer such does not meet the requirements of these Specifications. All rejected materials shall be promptly removed from the site by the Contractor at his expense. J. Plants existing on the site and transplanted by the Contractor shall be subject to Contractor's Guarantee. K. Plants used where symmetry is required shall be matched as nearly as possible. The Contractor shall tag all trees and palms at the nursery for review by the City Engineer. The tagging for review shall be made no less than forty five (45) days prior to the projected installation date. All material shall be clearly identified by the use of colored vinyl tapes. The Contractor shall tag 10% more than the quantities required and give five (5) days' notice minimum prior to nursery visit. III. SOIL MOIST POLYMERS Provide Soil Moist acrylic copolymers at the rate specified in 2B.03.III.F to each planting pit/tree or palm planting location. Contact: Nursery and Landscape Supply (305) 235-9311 or Terra International (305) 247-1521. IV. PLANTING SOIL: Shall be as follows: 50% Muck 50% Coarse Silica Sand V. MULCH: Shall be as indicated in the Bid proposal, or Eucalyptus Mulch Grade "A" delivered to the site in sealed and marked bags, or approved equal. 2A.03 EXECUTION I. SHIPMENT AND DELIVERY: A. The Contractor shall notify the City Engineer 48 hours in advance, when plant material is to be delivered. B. Plant material shall be protected from weather, adequately packed to prevent breakage and drying out during transit. C. Plants shall not be planted on job until they have been inspected at receiving site, and accepted by the City Engineer. Plants which do not meet specifications for quality herein stated, or plants that show improper handling, or arrive on site in an unsatisfactory condition shall be rejected. Rejected plants shall immediately be removed, disposed of by the Contractor and approved nursery stock of like variety, size and age shall be replaced by him without additional compensation. D. Final acceptance of plant material will be given only after material is planted and after meeting requirements prescribed herein. Bid No. 15-16-020 Page 92 II. GUYING AND STAKING: A. All guying and staking shall be indicated in the Specifications. B. It shall be the Contractor's responsibility to prevent plants from falling of being blown over, to straighten and replace all plants which are damage. Plants blown over by high winds shall not be caused for additional expense to the City, but shall be the responsibility of the Contractor. Damaged plants shall be replaced by the Contractor at no additional expense to the City, except the Contractor shall not be held responsible for the loss or death of any tree, shrub or plant , after being properly planted, as a result of hail storms, lighting, flood, fire or other acts of providence beyond his control. III. PLANTING OF TREES AND PALMS: A. Except as otherwise specified, the Contractor's work shall conform to accepted horticultural practices as used in the trade. B. Plants shall be protected upon arrival at the site by being thoroughly watered and properly maintained until planted. Plants shall be planted within 24 hours after arriving at site. At all times, workmanlike methods customarily in good horticultural practice shall be exercised. C. Before digging holes or beds, the location and/or arrangement of the planting shall be staked by the Contractor and accepted by the City Engineer. The staking should be ready for inspection at least FIVE (5) days prior to the projected planting date. The stakes shall be #7 Rebar, at least 18" in length and painted with bright red paint. D. The existence and location of underground utilities if shown on the plans are not guaranteed and shall be investigated and verified in the field by the vicinity of existing structures and utilities shall be carefully done. The Contractor shall be held responsible for any damage to, and for maintenance and protections for existing utilities and structures. E. All circular pits with vertical sides shall be excavated to sizes and depth as shown in the Specifications (Misc. 17-293-4) and backfilled with planting soil. The contractor shall test fill all tree/palm pits with water before planting to assure proper drainage and that percolation is available. Pits which are found not to be adequately draining shall be backfilled with coarse gravel or crushed rock. No allowances will be made for lost plants due to improper drainage. F. Backfill with the specified planting soil mix and incorporate a minimum 6 ounces to 9 ounces of Soil Moist acrylic copolymers evenly spread around and adjacent to the root ball mid -way in depth. Bid No. 15-16-020 Page 93 The final level of the ground and that of the sod shall conform to the surrounding grade. G. The plants shall be set on prepared planting soil backfill brought to a height permitting planting at the same depth the plants grew in the nursery. Upright plants shall be kept in a vertical position. All plants shall be handled by earthy ball only. Handling by the plant itself will be caused for rejection of such plants. H. After placing the plant in the pit, the backfill shall be watered and firmly tampered to ensure backfill mixture in and about all the roots. All backfill mixture shall be such that no plants will settle lower than the depth indicated on the drawings. I. After filling half way on the earth ball, the burlap shall be loosened and laid back off the top of the ball, or if too bulky, cut away and removed, after which the balance of the pit shall be backfilled and tamped. J. All plants shall be thoroughly watered at time of planting and kept adequately watered until time of acceptance. The Contractor shall provide the means where water lines are not available. K. Apply fertilizer to planting beds and saucer areas as follows: Trees: One pound per inch trunk diameter. Spread fertilizer evenly about the base. Thoroughly water plants before and after fertilization then mulch. L. Three (3) inches of mulch shall be placed between and around all plant material within 24 hours after any planting. For individual plants, the mulch shall be spread to cover the saucer area. When in place, the mulch is to be watered thoroughly. M. Pruning shall be done at the time of planting and with due regarded to the natural form and growth characteristics of each species. All cuts over 1/2 inch diameter shall be painted with an acceptable tree wound dressing. Trees with pruned terminal leaders will not be accepted. N. During the course of planting, excess and waste materials shall be removed daily. All reasonable precautions shall be taken to avoid damage to all structures and plants. When planting in an area that has been completed, the area shall be thoroughly cleaned up. IV. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE: A. Maintenance shall begin immediately after each plant is planted and shall continue throughout the course of operations on the site. 1. Plants shall be watered by hose soaking thoroughly each day for the first two weeks (14 calendar days) and every other day for the following two week period. Soaking then shall continue on a twice weekly basis for another period of three weeks, amounting to a total of 45 days after installation. At the end of this hose soaking period, earth saucers shall be collapsed leaving the guying and/or staking in place, in accordance with these specifications. Bid No. 15-16-020 Page 94 B. Plant maintenance shall include watering, pruning, spaying, dusting, weeding, cultivating, mulching, tightening, staking, fertilizing and repairing of braces and guys, replacement of sick or dead plants, resetting plants to proper grades or upright position and restoration of the planting saucer, and all other care needed for the planting saucer, and all other care needed for proper growth of the plants. All trees and palms shall be watered by hand hosing as follows: Once a day for the first three weeks after planting and three times per week thereafter until inspection for acceptance. C. Spraying and Dusting: During the maintenance period and up the issuance of certificate of final acceptance, the Contractor shall do all seasonal spraying and/or dusting of plant material. The materials and methods shall be in accordance with highest standard nursery practices and in accordance with all regulatory agencies having jurisdiction. D. Protection: Planting areas and plants shall be protected against trespassing and damage. If any plants become damaged or injured, they shall be treated or replaced as directed. No work shall be done within or over planting areas or adjacent to plants without proper safeguards and protection. E. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by filling with topsoil, tamping and re -fertilizing by the Contractor at his expense if such damage occurs prior to acceptance by the City Engineer. V. INSPECTION FOR ACCEPTANCE A. Upon completion of all planting, an inspection for acceptance of work will be held. The Contractor shall notify the City Engineer for scheduling of the inspection five (5) days prior to the anticipated inspection date. Partially completed portions will not be inspected. It is the Contractor's responsibility to ensure that the work is completed and ready for inspection before calling for same, B. At the time of acceptance for inspection, if the materials are in whole or in substantially acceptance, a written notice will be given by City Engineer that the guarantee period begins from the date of the inspection. C. In case substantial numbers of plants are sick or dead at the time of inspection, acceptance will not be granted and the Contractor's responsibility for maintenance of all the plants shall be extended until replacements are made. Replacements shall conform in all respects to the specifications for new plants and shall be planted in the same manner. Said replacements are to be made within five (5) days of said inspection. Bid No. 15-16-020 Page 95 D. After the inspection for acceptance is made and the work is found to be acceptable, the Contractor shall continue to hand water all trees and palms three times a week for four (4) weeks. VI. PLANT GUARANTEE AND REPLACEMENT A. Guarantee: All plant materials including site relocated material by the selected contractor shall be guaranteed for a period of one year after the date of inspection for acceptance. All plant materials,shall be alive and in satisfactory growth at the end of the guarantee period. Should the City decide to purchase the trees, plants and shrubs described under the Proposal Unscheduled Additive Items from an outside vendor, the contractor will only be responsible for the planting. Only then, the plant guarantee will not be applicable to the selected bidder. B. Replacements: During the guarantee period, there shall be monthly inspections between the Contractor and the City or his representative to ascertain the viability of the plant material. Any plant that is missing, dead or fails to become established due to Contractor's negligence shall be replaced at no cost to the Owner within ten (10) days after the monthly inspection. At the end of the guarantee period, the Contractor shall notify the City that the project is ready for final inspection. Any plant that is not alive or fails to show satisfactory growth or is missing due to Contractor's negligence will be removed and replaced at no cost to the Owner. All replacement after the final inspection shall carry a six (6) months replacement guarantee. Replacements shall be made within ten (10) days after final inspection. C. Materials and Operations: All replacements shall be plants of the same kind and size specified in the Plant Schedule. They shall be furnished and planted as specified with the cost borne by the Contractor. Please refer to the attached plant schedule. D. Watering Schedule: Refer to previous Sections. E. Planting list and quantities for this project. The prices listed for the Unscheduled Additive Items in the Proposal Pages may be utilized, as directed by the City Engineer as reference only and no additional compensation shall be allowed. DIVISION 2B SODDING 26.01 SODDING GENERAL The other Contract Documents complement the requirements of this section. I. SCHEDULING OF WORK: The work shall be as coordinated with other Contractors as to prevent any conflicts in scheduling with others. II. PERSONNEL: All planting shall be performed by personnel familiar with planting procedures and under the supervision of a qualified planting foreman. III. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of sodding areas, the Contractor shall ascertain the location of all electrical cables. All conduits, all utility lines, Bid No. 15-16-020 Page 96 oil tanks and supply lines, so that proper precautions may be taken not to disturb or damage any surface improvements. The Contractor shall be responsible for any damage to utilities and structures and shall properly maintain the protection of same. IV. CLEAN UP: A. The Contractor at all times shall keep the premises free form accumulation of waste materials or rubbish caused by his operations. At the completion of the work, he shall remove all waste materials and rubbish from the project site as well as all his tools, construction equipment, machinery and surplus materials and shall clean all surfaces and leave the project site "broom clean". B. If the Contractor fails to clean up, the Owner may do so and the cost thereof shall be charged to the Contractor. V. SUBMITTALS: Submit samples of planting soil blanket mix and four (4) samples each of the Certificates of Compliance, fertilizer analysis tags, and sod certification. Provide said submittals thirty (30) days after Award of Contract. 2B.02 MATERIALS I. SOIL BLANKET: As supplied by MORRIS MAGIC SOIL or equal. Soil shall be 40% everglades peat and 60% fine lawn sand thoroughly mixed. No site mixing shall be allowed. II. COMMERCIAL FERTILIZER: Mix #2024 (10.8.6) as supplied by ATLANTIC - FLORIDA EAST COAST FERTILIZER & CHEMICAL, or equal. Fertilizer shall be delivered to site in unopened containers which shall bear manufacturer's guaranteed statement of analysis or a manufacturer's Certificate of Compliance covering analysis. Furnish guarantee statement of certificate of compliance to the Owner or his representatives. III. SOD: A. Sod shall be St. Augustine Grass (Floratam) Solid Sod. B. All sod shall be of firm texture, having a compacted growth and good root development. Sod shall contain no weeds or objection vegetation, and be free from fungus, vermin or diseases. Before being cut and lifted, sod shall be mowed three (3) times with the final mowing not more than a week before cutting into uniform dimensions. Certifications as to type of grass and other requirements shall be made and submitted to the Owner or his representative. IV. SAND: Provide clean, fine sand. V. WATER: Potable. The Contractor is responsible for providing water even if none is available on the site. 2B.03 EXECUTION I. GENERAL: Fine grades all lawn and planting areas. Bid No. 15-16-020 Page 97 II. SODDING: Under this section, the Contractor shall perform the preparation of the areas to be sodded as herein specified. A. The Contractor shall remove all existing grasses and weeds from the areas to be sodded. The Contractor shall smooth out all areas to establish an even grade for sod planting. All areas shall be graded to drain. B. Remove all rock or foreign material one inch or greater in diameter and lay 2 inches of soil blanket uniformly and thoroughly incorporated into top most 4 inches of soil. C. Surface shall be rolled to achieve a smooth, even shape and grade. During the rolling, all depressions caused by settlement or rolling shall be filled with by additional topsoil and the surface shall be regraded and rolled until presenting a smooth and even finish. D. The Contractor should call for an inspection for approval of graded areas prior to sodding. E. Water the soil 24 hours prior to sodding. F. Sod panels shall be laid tightly together with staggered joints so as to make a solid lawn area. Immediately following sod laying, the lawn areas shall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered immediately. During delivery, prior to and during the planting of the lawn area, the sod panels shall at all times be properly protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting, so as not to be damaged by sweating or excessive heat and moisture. G. After sod has been planted and rolled, thoroughly water and fertilize at the rate of ten (10) pounds per 1,000 square feet of area. Thoroughly water all sodded areas. H. The finished level of sod areas after rolling and tamping shall be 1/2 inch below the top of abutting paved areas. I. During the sodding operations, excess and waste materials shall be removed daily. All reasonable precautions shall be taken to avoid damage to all structures and plants. When sodding in an area has been completed, the area shall be thoroughly cleaned up. III. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE: Maintenance shall begin immediately after sodding is executed and shall continue in accordance with the following requirements: A. The Contractor shall be held responsible for maintenance of sodded areas, including watering, spraying, weeding, mowing and replanting as necessary to establish a uniform stand of the specific grass and until acceptance. After the grass has started, all areas and parts of areas which fail to show a uniform stand of grass, for any reason Bid No. 15-16-020 Page 98 whatsoever, shall be replanted, repeatedly if necessary, until all sodded areas are covered with satisfactory growth of grass. B. Sodded areas shall be protected against trespassing damage. If any sod becomes damaged or injured, it shall be replaced as directed. No work shall be done within or over sodded areas without proper safeguards and protection. C. Watering of all non -irrigated sodded areas shall be done from a watering truck, no temporary irrigation heads will be allowed. All sodded areas are to be watered to provide at least one (1) inch of water per week in biweekly applications. Watering is to continue until inspection for acceptance is made and approved by the Owner. All watering is to be done in the presence of the Owner or his representative. D. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by filling with lawn sand, tamping, fertilizing and sodding by the Contractor at his expense if such damage occurs prior to acceptance. IV. INSPECTION FOR ACCEPTANCE: A. Upon completion of all sodding operations, an inspection for acceptance of work will be held. The Contractor shall notify the Owner or his representatives for scheduling of the inspection ten (10) days prior to the anticipated inspection date. B. At the time of acceptance inspection, if the materials are in whole or in substantially acceptance, a written notice will be given by the Owner or his representative to the Contractor that the guarantee period begins from date of inspection. C. In case substantial areas of sod are sickly or dead at the time of inspection, acceptance will not be granted and the Contractor's responsibility for maintenance of all the sodded areas shall be extended until replacements are made. Replacements shall conform in all respects to the specifications for new sod and shall be planted in the same manner, V. SOD GUARANTEE AND REPLACEMENT: A. Guarantee: Sod shall be guaranteed for a period of ninety (90) days after the date of inspection for acceptance under Paragraph IV of this Section, and shall be alive and in satisfactory growth at the end of the guarantee period. B. Replacement: During the guarantee period the Owner and the Contractor shall schedule monthly inspections. Any sod that is dead or not in satisfactory condition shall be replaced within ten (10) days of the inspection. At the end of the guarantee period a final inspection will be held, the Contractor shall then proceed to replace sod that is dead or not in satisfactory condition, said replacement shall carry a ninety (90) days replacement guarantee. C. All non -irrigated sodded areas shall be watered as described under 2B.03.IlI.C. for four (4) weeks after the inspection for acceptance. All watering to be done in the presence of the Owner or his representative. Bid No. 15-16-020 Page 99 D. Materials and Operations: All replacements shall be sod of the same kind as specified in these Specifications. It shall be furnished and planted as specified with the cost borne by the Contractor at no additional cost to the Owner. VI. MAINTENANCE GUIDELINES: The Contractor shall supply the Owner with a detailed maintenance schedule for all sodded areas thirty (30) days after Award of Contract. Bid No. 15-16-020 Page 100 Disregard highlighted Portion within the Tabulation of Quantities/Plant Schedule Below, Roystonea Elata (Sheet Numbers LT-L3 & L7- L-9) TABULATION OF QUANTITIES / PLANT SCHEDULE PAY SIZE SYM BOTANICAL NAME COMMOM NAME INSTALLED SIZE MAXIMUM MAINTAINED SIZE SAPCING REMARKS UNITS SHEET NUMBERS GRAND TOTAL L1-L3 L4-L6 L7-L9 PLAN PLAN PLAN PLAN SMALL FM FICUS MICROCAPA GREEN ISLAND FICUS 3 Gailonf12"x12" (20") Ht. (18" O.C.) EA 3199 1347 2761 7307 SMALL SA SCHEFELERA ARBOR!COLA TRINETTE (18"X18") (20") Ht. (24" O.C.) EA 264 162 50 476 SMALL AS AGAVEOVATIFOLIA WHALE'S TONGUE (36"X36") NATURAL SIZE SEE PLAN EA 2 2 SMALL CF CORDYLINE FRUTICOSA RED SISTER (40x30) NATURAL SIZE SEE PLAN EA 10 10 - _ SMALL PG ARACHIS GLABRATA PERENNIAL PEANUT (6"x6") (8") Ht. (18" O.C.) ECOTURF GOLDEN ORNAMENTAU FLORIDA GRADE #1 FULL EA 560 560 TOTAL 8355 LARGE QV QUERCUS VIRGINIANA HIGHRISE LIVE OAK (16') HT_ 5' SP/4" DBH NATURAL SIZE SEE PLAN FLORIDA GRADE#1 7' CLEAR TRUNK EA 7 3 2 12 LARGE RE ROYSTONEA ELATA ROYAL PALM (10' GW) GREY WOOD SEE PLAN FLORIDA GRADE#1 EA 29 16 5 50 LARGE VM VEITCHIA MONTGOMERYANA MONTGOMERY PALM (10' 'CT) CLEAR TRUNK SEE PLAN FLORIDA GRADE#1 EA 26 16 14 56 TOTAL 118 LEGEND FM -GREEN ISLAND FICUS SA-SCHEFFLERA ARBORICOLA PG-PARACHIS GLABRATA, BENTH SHRUB/GROUNDCOVER SPACING DETAIL R' R RE-ROYSTONEA ELATA EXISTING PALMS EXISTING TREES z"r Cara SHRUB MASS SPACING DETAIL SERUB OFFSET DETAIL N. T. S. N.T.S. CF- CORDYLINE FRITICOSA AS- AGAVE SHREVEI VM- VEITCHIA MONGOMERYANA QV- QUERCUS VIRGINIANA SPACE PLANTS AS SPEC:EXEO NULtE an DEEP ISEE SPECS.? EALXFILL YlE SPACING VARIES SPECt,IED ACCORDING TO PLANT LIST SPECIFICATIONS rt SQL SHRUB/GROUNDCOVER SPACING DETAIL N.T.S. 3 3 / C) 03 LANDSCAPING SPECIFICATIONS PLANTS: GROUNDCOVER & SHRUBS SECTION 02950 Part I- GENERAL 1.01 SCOPE A. Contractor shall provide all labor, materials, equipment, watering, supervision, and related work necessary to complete the landscape work in accordance with the intent of the landscape plans, schedules and these specifications. The extent of work are shown on the drawings which are part of this document. 1.02 SUBSTITUTIONS A. Only materials specified will be accepted, unless approved in writing by the Landscape Architect, Project Manager, and/or Certified arborist in advance. 1.03 PLANT SIZES A. All plant sizes shall equal or exceed the minimum sizes as specifies in the plant list. When plant sizes are specifies as a range of size, installed materials shall average the mean of the range specified. Plants shall be measured following pruning with branches in normal position. All necessary pruning shall be done at time of planting. 1.04 PLANT QUALITY A. All plant material shall be equal or greater than Florida#1 as classified by "Grades and Standards for Nursery Plants" by the Division of Plant Industry, Florida Department of Agriculture. They shall already have a growth habit which is normal for the specie; healthy, vigorous, free from insects, disease, and injury. B. The Owner or Landscape Architect, Project Manager, and/or Certified Arborist reserves the right to refuse any plant material which does not conform to the intent of the original specifications of design. 1.05 PLANT QUANTITY A. The plant quantities on the plant list are only to be used as aid to bidders. In the case of discrepancies between the plant list and the plans, the quantity on the plan shall override the plant list. 1.06 UNIT PRICES A. The successful bidder shall furnish to the Owner and the Landscape Architect, Project Manager, and/or Certified Arborist a unit price breakdown for all materials. 1 Department of Public Works City of Miami PLANTING PREPARATION/MIX December 15, 2015 1.07 INSPECTION CERTIFICATES A. Fertilizer: The Contractor shall submit to the Owner and/or Landscape Architect, Project Manager, and/or Certified Arborist documentation that all the fertilizer used for the project is of the analysis specified and placed at the rate specified in section 2.02 FERTILIZER. 1.08 CLEAN-UP A. At the end of each work day, the contractor shall remove debris and shall barricade the unfilled holes within the path of pedestrians and motorists in an appropriate manner. B. Upon completion of the work or any portion of the work or as directed by the Landscape Architect, Project Manager, and/or Certified Arborist all debris and surplus material from his work shall be removed from the job site. 1.09 MAINTENANCE (PRIOR TO ACCEPTANCE OF INSTALLATION) A. The Contractor is responsible to maintain the plantings until they are accepted under the provisions of 1.10-"ACCEPTANCE". 1. Plants: Begin maintenance immediately following the final plant installation operation for each plant and continue until all plant installation is complete and accepted. Maintenance shall include watering all plants, weeding, mulching, pests, and disease control, removal of dead growth, re -setting of plants to proper grade or upright position, restoration of plant saucers and other necessary operations as determined by the Landscape Architect, Project Manager, and/or Certified Arborist. 2. Water in plants by thorough soaking of the entire root ball immediately after planting. 3. WATER SHRUBS AND GROUNDCOVER A MINIMUM OF TWICE PER WEEK FOR FIRST THREE WEEKS ANA ONCE PER WEEK FOR THE REMAINDER OF THE WATERING PERIOD. The Contractor should be responsible for watering the shrub and groundcover for a period of twelve months after installation of each section of the planting installed. 1.10 OPERATIONS FOR ACCEPTANCE A. Inspection of the work, to determine completion of the work, exclusive of the possible replacement of plants will be made by the Landscape Architect, Project Manager, and/or Certified Arborist at the conclusion of the maintenance period. Written notice requesting such an inspection and submitted by the Contractor at least 10 days prior to the anticipated date. 1.11 GUARANTEE A. Guarantee all shrubs and groundcover for (90) consecutive calendar days (CCD) from the date of acceptance. The Contractor is not responsible for loss due to acts of god, (i.e.) sustained winds of 75 mph or more, floods, frost, lighting, vandalism, or theft. 2 Department of Public Works City of Miami PLANTING PREPARATION/MIX December 15, 2015 1.12 REPLACEMENT A. Replacement will be made during the guarantee period as directed by the Landspape Architect, Project Manager, and/or Certified Arborist. At the end of the guarantee period, inspection will be made by the Landscape Architect, Project Manager, and/or Certified Arborist, upon written notice requesting such inspection and submitted by the Contractor at least (5) days before the anticipated date. Remove all plants that are dead or in a state of unsatisfactory growth, as determined by the Landscape Architect, Project Manager, and/or Certified Arborist. Replace these and any plants missing due to the Contractor's negligence as soon as conditions permit. 1. Materials and Operations: All replacement plants shall be of the same kind and size as indicated on the plant list. The Contractor will supply and plant the plants as specified under planting operations. 2.Cost of Replacements: A sum sufficient to cover the estimated cost of possible replacements, including material and labor will be retained by the Owner and paid to the Contractor after all replacements have been satisfactorily made and approved by the Landscape Architect, Project Manager, and/or Certified Arborist. PART 2 - MATERIALS 2.01 PLANTING SOIL MIX A. Planting Mix: An evenly blended mixture of 30% organic "Everglades Muck", 30% coarse ("sharp edged") sand, 20% decomposed pine bark or wood chips, and 20% Florida Peat moss. Planting Mix shall have pH between 6.0 and 7.0 after blending after addition of fertilizer amendment. (AS SPECIFIED -SEE PART-2.02 Fertilizer) B. The Project Manager, Certified Arborist and the Landscape Architect reserves the right to reject Planting Mix utilized that fails to meet the specification at any time during the execution of work. 2.02 FERTILIZER A. Commercial Fertilizer: 8-2-12 Palm Special Fertilizer or equal, Sulfur coated with iron and other minor elements and maximum of 2% Chlorine or brand with equal analysis. Commercial grade fertilizer shall be uniform in composition, dry, free flowing and delivered to site in fully labeled, unopened containers, bearing name, trade name or trademark and warranty of producer. Fertilizer shall conform to applicable State and Federal law. Each container of fertilizer shall bear the manufacturer's statement of analysis or a manufacturer's certificate of compliance shall be submitted to the Project Manager, Certified Arborist and/or Landscape Architect upon delivery to the site. 2.03 WATER A. The Contractor shall provide potable water on site, available from the start of the planting, as required by the Contractor. The Contractor is responsible to ascertain the location and accessibility of the water source. The Contractor is responsible to provide the means of distribution (i.e. water truck, hoses, etc.) for distribution of water to the planting areas. 3 Department of Public Works City of Miami PLANTING PREPARATION/MIX December 15, 2015 2.04 MULCH A. A consistent layer of (3") of shredded Spanish Gold mulch or Better shall be spread over all planting beads, uniformly shredded and free from large pieces of bark and foreign matter. All mulch beds shall extend to bedline shown on plans. Per City of Miami Public Works Engineering Standards for Design and Construction. PART 3- INSTALLATION PROCEDURES 3.01 LAYOUT A. Verify location of all underground utilities and obstructions prior to excavation. 3.02 HERBICIDE TREATMENT A. All site preparations must be made prior to planting. Apply a contact herbicide. In all landscape areas, kill all existing weeds and existing ground -cover by treating with herbicide, (Round -Up), prior to beginning soil preparation. Shrub roots, weeds, and stones are to be removed. Contractor shall schedule his/her work to allow more than one application to obtain at least 95% kill of undesirable growth. Contractor shall exercise extreme care to prevent damage to desirable existing growth. Wait 7-10 days and remove all dead plants/groundcover and debris before planting. 3.03 PLANT PIT EXCAVATION AND BACKFILLING A. Entire planting area must be roto-tilled. Roto-tiller to be set at a 12" in depth. B. Remove surplus soil and waste material including excess soil, unsuitable soil, and waste material including excess soil, unsuitable soil, trash and debris and legally dispose of them off owner's property. C. In all shrub and groundcover beds, prepare soil as described for either condition, over the entire area to be planted. D. Backfill the entire area of shrub and groundcover beds with a 3" layer of planting mix, the planting soil mix shall be blended with the loosened soil backfill at a 50/50 ratio to within two inches of the adjacent pavement or top of curb. Thoroughly mix 3 inches of planting soil into the existing soil to a depth of 6 inches. The prepared mix should be to a minimum of 2 inches below top of curb or adjacent walkway. (AS SPECIFIED -SEE PART- 2.01 PLANTING SOIL MIX). E. Shrubs and Groundcover. Shrubs and groundcover shall be planted in a soil bed as described in the notes and details. 3.04 WATERING -IN A. The Contractor is responsible to provide the water and means of distribution (i.e. water truck, hoses, etc.) for distribution of water to the planting. 4 Department of Public Works City of Miami PLANTING PREPARATION/MIX December 15, 2015 3.05 FERTILIZING A. Add fertilizer on top of the surface (3) three weeks after planting of each segment of the job. Fertilizer shall be applied after soil has been moistened. Fertilizer shall be washed off of plant leaves and stems immediately after application. Apply at the following rates: 1. Shrubs; One half ('/2) handful per shrub, spread evenly over the root ball area. 2. Groundcover: Twelve (12) pounds per 1000 sq. ft. of bed area. 3.06 MULCHING A. Spread mulch 3" thick uniformly over the entire surface of shrubs and groundcover beds, depth measured after settling. Keep mulch away from branches. (AS SPECIFIED -SEE PART- 2.04 MULCH). 3.07 MAINTENANCE AFTER ACCEPTANCE OF INSTALLATION A. Provide water as specified in 1.09 (A3) B. Maintenance shall include weeding, disease and pest control, replacement of plants as required under Guarantee (1.11). END,OF SECTION 5 Department of Public Works City of Miami PLANTING PREPARATION/MIX Decernber 15, 2015 SECTION 02900 TREE + PALM PLANTING PART1 GENERAL 1.01 SUMMARY A. Section Includes: B. 1. completing rough and fine grading as necessary to accommodate tree and palm plantings; 2. excavating planting pits; 3. furnishing; installing; watering; and fertilizing trees and palms of species, variety, size, quantities, and quality specified; 4. providing and placing Planting Mix and soil additives; and 5. bracing/guying, and selectively pruning. 1.02 REFERENCES A. "Grades and Standards for Nursery Plants", Part I and II, State of Florida, Department of Agriculture (current edition). B. "Approved Planting Practices", American Association of Nurserymen (current edition). C. "Hortus" (L.H. Bailey), Second Edition. D. "Manual of Cultivated Plants" (L.H. Bailey). E. "Standard Plant Names", American Joint Committee on Horticultural Nomenclature. 1.03.1 DEFINITIONS A. Unsatisfactory Materials: Materials of any classification that are determined by a certified agricultural testing laboratory as inappropriate for horticultural purposes. B. "Plant Materials" or "Plants": Includes all trees and palms indicated on the drawings and/or specified by the Landscape Architect, Project Manager, or Certified Arborist. C. All plant material shall conform to a minimum "Florida #1" standard as defined by "Grades and Standardsfor Nursery Plants" of the Florida Department of Agriculture. 1.04 SUBMITTALS A. Planting Mix: A sample of approximately five (5) pounds of the Planting Mix (or each of the Planting Mixes, when more than one such Mix is specified) to be utilized in planting of all trees and palms, shall be submitted to the Landscape Architect, Project Manager, or Certified Arborist for approval at least seven (7) working days prior to its intended delivery to the site. B. Contract Closeout Submittals: 1. If Planting Plans are provided for project execution, then complete "As-Built/Record Drawings" of completed work, marking Planting Plans with red line markings indicating all changes made to the planting system layout during installation. Notations shall reflect species, variety, location, quantity, and size changes, if any. Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 C. Certificates: 1. Submit certificates from supplier(s) stating that the delivered Planting Mix, delivered plant materials, and fertilizer comply with requirements specified. 2. Certificates of Inspections: Shipments or orders of plant material shall be properly inspected at nursery or growing site by authorized federal and state authorities; include certificates with shipment. 1.05 QUALITY ASSURANCE A. Qualifications of Workers: Provide at least one person who shall be present at all times during execution of the Work, and who shall be thoroughly familiar, knowledgeable, and conversant in the English language with the types and requirements of horticultural materials being utilized and installed. This designated person shall direct the work performed under this Section. Provide name of designee to the Landscape Architect, Project Manager, or Certified Arborist. B. Approvals: Obtain written acceptance from Landscape Architect, Project Manager, or Certified. Arborist for any variation from specified requirements before proceeding with work. C. Plant Materials: Meet or exceed specifications of federal, state and county laws requiring inspection for plant disease and insect control. D. Deficiencies: In the event that the Landscape Architect, Project Manager, or Certified Arborist suspects deficiencies in materials proposed for use or installed on this project, such materials shall be tested by an independent testing laboratory. If results indicate non- conformance of materials tested, Contractor shall bear the costs of such tests, as well as all costs associated with the removal and replacement of such materials. Evidence of non- compliance will result in rejection of all work in which rejected materials have been utilized. 1.06 DELIVERY, STORAGE AND HANDLING A. Delivery and Storage: 1. Deliver all materials to the site in a horticulturally approved manner, and store until use in protected condition on site, free from contact with water or other liquids, and any tainting. 2. Immediately remove from the site - independently or as directed by the Landscape Architect, Project Manager, or Certified Arborist - materials which do not comply with the provisions of this Section of this specification. 3. Use all means necessary to protect materials before, during, and after installation and to protect installed work and materials of all other trades. B. Replacements: In the event of damage or rejection, immediately make repairs and replacements necessary at no cost to the Owner, subject to final acceptance by the Landscape Architect, Project Manager, or Certified Arborist. C. Protection: Trees and palms shall be protected from storm, winds, and other deleterious weather conditions, and adequately packed/loaded to prevent breakage and drying out during transit. Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 D. Tagged Trees and Palms: Only trees and plams bearing he City of Miami Public Works aluminum sealing tag and orange card shall be delivered to the site, and shall be installed only after visual inspection and approval by the Landscape Architect, Project Manager, or Certified Arborist. Advise Landscape Architect, Project Manager, or Certified Arborist in writing of delivery schedule prior to commencement. The aluminum sealing tag and orange card shall be in place and attached to each tree or palm: the absence of such a tag shall be cause for rejection of the tree or palm. E. Rejection of Trees and Palms: The following types of plants will be immediately rejected: 1. those that manifest improper handling, reflecting bruised, torn, scarred, or split or broken branches or stalks; 2. those with manufactured, damaged, or loose root balls; or those that have been recently "sized up" to a larger container, where the root structure does not engage at least 80% of the container's soil; and 3. those that arrive on site in an unsatisfactory condition. F. Acceptance: Storage and/or installation of trees and palms on site by the Contractor does not in any way convey acceptance of such work by the Landscape Architect, Project Manager, or Certified Arborist. When appropriate, a letter of Partial Written Acceptance, or Final Written Acceptance will be issued at the discretion of the Landscape Architect, Project Manager, or Certified Arborist. 1.07 SEQUENCING A. Schedule: Provide to the Landscape Architect, Project Manager, or Certified Arborist in pre - construction meeting, a written schedule of all tree and palm installations, and indicate delivery dates to the site of these items. Notify the Landscape Architect, Project Manager, or Certified Arborist by email a minimum of two (2) work days in advance of anticipated delays in deliveries. B. Periodic Observation: In addition to other periodic observation, the Contractor shall schedule and facilitate the following observations, giving notice to the Landscape Architect, Project Manager, or Certified Arborist at least seven (7) work days in advance: 1. observation of proposed planting pit locations for trees and palms, as represented by marking with white spray paint; 2. when required, line and utility locations marked by private line locator retained by landscape contractor, and/or Sunshine State; 3. observation, upon delivery, of plant materials at the site to verify species, vigor and robustness, size, condition, shape, quantity, allrequired to be in compliance with specification and drawings; 4. observation of planting pit excavations. 5. observation of placement of vertical watering/fertilizing tubes, and backfilling of trees and palms in planting pits with specified Planting Mix; 6. observation of work and materials after completion of planting. This observation shall be scheduled sufficiently in advance and in cooperation with the Landscape Architect, Project Manager, or Certified Arborist so that it may be conducted within forty-eight (48) hours after completion of all planting; Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 7. observation, at written request of the Contractor with five (5) day advanced notice, at thirty (30) day intervals of the sixty (60) calendar day period of maintenance that shall commence at issuance of Final Written Acceptance; and observation for Final Written Acceptance at the end of the warranty period. 1.08 WARRANTY A. Replacements: At no additional cost to the Owner, the Contractor shall replace from date of Final Written Acceptance for a period of one year (365 days), any and all trees and palms that fail to establish, manifest, and maintain vigorous and robust growth. Throughout and at conclusion of the specified warranty period, the Landscape Architect, Project Manager, or Certified Arborist shall observe the condition of all tree and palm plantings. Trees and palms that have died or that are in an unhealthy or badly impaired condition for reasons other than vandalism, "Acts of Providence" (force majeure), or documented neglect by the Owner, shall be replaced by the Contractor at his cost, at the direction of the Landscape Architect, Project Manager, or Certified Arborist. Replacement will not be required in any season determined by the Landscape Architect, Project Manager, or Certified Arborist as unfavorable to the survival and robust development of such trees and/or palms. B. Loss: After Final Written Acceptance, Contractor shall not be held responsible for losses beyond his control arising from "Acts of Providence" (force majeure); acts of vandalism; or loss arising from documented neglect and failure on the part of the Owner to properly care for planting. C. Maintenance Modifications: During warranty period and at no extra cost to the Owner, Contractor shall observe and determine if any changes should be made in the Owner's maintenance program. Proposed changes shall be submitted in writing, to the Landscape Architect, Project Manager, or Certified Arborist. D. Remedial Clean -Ur: Site of work shall be returned to a clean, neat condition, removing all debris and by-products of operations. Where appropriate within turf areas, install sod in areas in which disturbance and damage to turf areas has occurred. 1.09.1 MAINTENANCE A. Maintenance Period: Contractor shall maintain all trees and palms, from commencement of planting and continuing until issuance of Final Written Acceptance by the Landscape Architect, Project Manager, or Certified Arborist. Maintain and protect tree and palm plantings including incidental materials, until completion of planting operations, and receipt of Final Written Acceptance. B. Tree and Palm Maintenance: 1. Maintenance shall begin immediately after each tree/palm is properly installed and shall continue until the completion of the sixty (60) calendar -day maintenance period, commencing from Final Written Acceptance, issued by the Landscape Architect, Project Manager, or Certified Arborist. 2. Settled trees and palms whose root ball crowns do not maintain a flush relationship with adjacent grades shall be reset to proper grade position. Individual trees and palms that manifest at least 50% or more dead or failing foliar crown shall be immediately removed and replaced. Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 3. Defective work shall be corrected within a reasonable period of time after being manifest and when weather permits. Upon completion of planting, the Contractor shall remove from the site excess soil and debris, and repair all damage to the work of any trade, resulting from planting operations. C. General Maintenance: 1. Maintenance shall include all watering, mulching, weeding, fertilizing, cultivating, spraying, and pruning necessary to keep trees and palms in a healthy, vigorous growing condition for the sixty (60) calendar -day maintenance period. All planted areas shall be maintained in a neat and attractive appearance. 2. Provide all equipment and means for proper application of water to those trees and palms that do not receive water from an irrigation system. D Extension of Maintenance Period: The contractor shall continue maintenance period at no additional cost to Owner, for an additional period of 30 days after previously noted deficiencies have been corrected. Warranty period shall commence at the end of the maintenance period for such replacement plantings. E. Completion of Maintenance: The Contractor shall conclude maintenance (exclusive of replacement within warranty period) upon Final Written Acceptance issued by the Landscape Architect, Project Manager, or Certified Arborist at the end of the maintenance period or, as provided for above, at the end of the extended maintenance period. F. Protection: Protect all work from damage, and immediately restore any work of any trade, that is damaged during construction by Contractor or supporting forces. PART 2 PRODUCTS 2.01 MATERIALS A, Planting Mix: An evenly blended mixture of 30% organic "Everglades Muck", 45% coarse ("sharp -edged") sand, 15% decomposed pine bark or wood chips, 10% Canadian Peat Moss.. Add five (5) pounds of Atlantic FEC TRINITE PLUS fertilizer to each cubic yard of Planting Mix and thoroughly blend. After addition of fertilizer amendment, Planting Mix shall have pH between 6.0 and 7.0 after blending. The Landscape Architect, Project Manager, or Certified Arborist reserves the right to reject Planting Mix utilized that fails to meet the Specification at any time during the execution of work. B. Commercial Fertilizer: Commercial grade fertilizer, uniform in composition, dry, free flowing, and delivered to site in fully labeled, unopened containers, bearing name, trade name or trademark, and warranty of producer. Fertilizers shall conform to applicable State and Federal law. At least 50% of the nitrogen content of fertilizers shall be derived from natural organic sources and potash shall be derived from sulfate of potash. Each container of fertilizer shall bear the manufacturer's statement of analysis or a manufacturer's Certificate of Compliance shall be submitted to the Landscape Architect, Project Manager, or Certified Arborist upon delivery to the site. The following minimum percentages of available plant food by weight are required. 1. 12-4-8 Fertilizer a. Total Nitrogen, not less than 12.00%. b. Nitrate Nitrogen, not less than 1.5%. Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 c. d. Ammoniacal Nitrogen, not less than 5.7%. Granular Blend Requirements: [1] Water soluble organic nitrogen, not less than 1.3%. [2] Water insoluble organic nitrogen, not less than 3.5%. [3] Available Phosphoric Acid, not less than 4.0%. [4] Water Soluble Potash, not less than 8.0%. [5] Total primary plant food, not less than 24.0%. [6] Chlorine, not more than 6.0%. [7] Secondary Plant Foods: OXIDE Magnesium 2 Manganese 1 [8] From F.T.E. 504 - 30 ibs. elements: [9] or or per ton to be composed ELEMENTAL ELEMENTAL Mn 1.20% Mn .70% of the following Boron B203 .1845% Copper CuO .1312% Iron Fe203 .3360% Manganese MnO .1372% Molybdenum MoO3 .0015% Zinc ZnO .1312% Derived from this source Materials: a) Ammonium Nitrate b) Sulfate of Ammonia c) Ureaform or d) Triple Superphosphate e) Muriate of Potash f) Sulfa-Mag g) Manganese Sulfate [10] All materials to be prilled or granular in form, except Manganese Sulfate. C. Mulch: No mulch of any type is to be placed over (on top of) nor around the root ball of any newly -planted tree and/or palm installed under this contract. D. Watering Saucer: The saucer around the tree formed by soil and/or mulch to hold in the water. Do not overflow this saucer.Use a hose at slow trickle (1/8 to 1/4 pressure) for 15-30 minutes to thoroughly saturate the rootball. E. Stress Reducer / Root Stimulant: For each one inch of caliper DBH measured at 54" above the crown of root ball of each tree, incorporate four (4) ounces of "DIEHARD Transplant" for trees, or `DIEHARD Palm Transplant" for palms (Horticultural Alliance, Inc. / 1-800-628- 6373 / FAX 1-888-386-4478 / info@horticulturalalliance.com), a mycorrhizal fungal transplant inoculants. Incorporate into the uppermost 8" of compacted Planting Mix surrounding the root ball, and water to total soil saturation. F. Water Absorber / Hydrogel: For each one inch of caliper DBH measured at the 54" above the crown of root ball of each tree, incorporate two (2) ounces by weight of "Terra -Sorb Coarse Hydogel" (1-800-421-9051) or "Horta-Sorb (1-800-628-6373), a water -absorbing and storing copolymer gel. Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 B .05% Cu .10% Fe .26% Mn .10% Mo Zn .10%° G. Tree & Palm Guying: For trees and palms up to and including 12' in height, install a minimum of four woven anchor straps, at ninety degrees to one another, from and connected to the tree or palm trunk, and anchored a minimum of 4" below grade to 12" pressure treated stakes.. Secure tree against movement in wind, and fasten two "DayGlo" color plastic flags with two 12" tails equidistant on each anchor strap line. H. Tree & Palm Bracing: For trees and palms greater than 12' in height, a minimum of three 2x4 appearance grade braces painted 100% complete in Day Glo Orange paint, set One hundred twenty degrees to one another around the trunk, at 60 degrees to the ground plane, and secured into the ground plane with one, 12" #4 rebar or'/2" galvanized pipe passing through each such 2x4 brace, driven into the ground, and set flush with the top of the brace. Secure each angled brace to one 12" long 2x4 vertical block set over four layers of burlap. Secure blocks with two metal or plastic straps, one 3" from the top and one 3" from the bottom of each block. Nail brace to block with four 10d nails. Water: Potable water shall be provided by the Contractor. In the event of emergency or other loss of water supply, Contractor shall be responsible for providing adequate water supply for required watering of all plant materials.. J. Trees and Palms: 1. Trees and palms shall be as noted on plans and/or as specified and approved by the Landscape Architect, Project Manager, or Certified Arborist. 2. Caliper measurement (DBH, 54" above crown of root ball), height and spread measurements, root ball dimensions, and container size when applicable, for trees; and CT (clear trunk) or OA (overall height), root ball dimension, and caliper measurement (DBH, 54" above crown of root ball) for palms; shall conform to the applicable standards established within reference documents cited herein, and the requirements for this project. 3. The Landscape Architect, Project Manager, or Certified Arborist shall select trees and palms, and affix an embossed and numbered "Miami Public Works" lockable orange -ball seal, and a color tag bearing project name, to each tree and palm selected. Each orange -ball seal and color tag shall not be removed: absence of orange -ball seal and/or tag at delivery to project site will be grounds for rejection of the tree or palm. 4. No substitutions in plant species or sizes shall be made, without first obtaining written approval from the Landscape Architect, Project Manager, or Certified Arborist. 5. Materials or work may be rejected if, in the opinion of the Landscape Architect , Project Manager, or Certified Arborist such work does not meet the requirements of the Specifications. Rejected materials shall be promptly removed from the site by the Contractor at no expense to the Owner. K. Pruning: 1. Trees and palms shall not be pruned prior to delivery. 2. Field -grown trees shall have been root pruned at least once within the three months prior to the date of their removal from the field for installation at the site of the work. 3. Prune in accordance with current ANSI 300 standards immediately after planting, under observation of the Landscape Architect, Project Manager, or Certified Arborist. L. Plant Quality: 1. Trees and palms shall be freshly dug, balled and burlapped nursery grown stock, or container grown nursery stock. All plant material shall be free of broken or damaged root balls, or root bound conditions. Plant materials shall be sound, healthy, Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 vigorous, free from plant diseases, insect pests or their eggs, and shall have healthy, normal root systems. 2. Collected plants are not acceptable, and shall not be used. 3. All trees and palms shall be Florida No. 1 or better quality, graded in accordance with Grades and Standards for Nursery Plants (current edition), published by the State of Florida, Department of Agriculture. Trees and palms shall have pronounced symmetry typical of the species, and a full foliar crown. Plants judged not to be in accordance with these standards will be rejected, and shall be immediately removed from the site of the work. PART 3 EXECUTION 3.01 INSPECTION A. Inspection: Observe work of all other trades and verify that all such work is complete to the point at which this landscape work may properly and safely commence. Verify that planting can be completed in accordance with any prevailing Contract Documents. B. Discrepancies: 1. In the event of discrepancy, immediately notify the Landscape Architect, Project Manager, or Certified Arborist. 2. Do not proceed with installation of trees or palms in areas of discrepancy until all such discrepancies have been fully resolved to the satisfaction of the Landscape Architect, Project Manager, or Certified Arborist. 3.02 PREPARATION A. Marking Locations: Mark with the Landscape Architect, Project Manager, or Certified Arborist in white marking paint, proposed locations for each tree and/or palm. Obtain and pay for utility line locations (electric, phone, cable, gas, water, etc.) from a qualified company (for example, GPRS, 305-801-4138; High Tech Locating, 305-412-0891; Pertuz, 305-275-7813; or other), and from Sunshine State for public rights -of -way. Advise Landscape Architect , Project Manager, or Certified Arborist of any conflicts. B. Finish Sub -grade: Upon acceptance of rough grading elevations, establish fine sub -grade with smooth and even finish. Remove rocks exceeding one inch diameter, sticks, debris, deleterious material, grass and soil clods, and vegetation. C. Excavation: 1. Proposed planting pits identified as having potential utility or service line conflicts shall be excavated with hand tools to determine the location of, and avoid damage to, such utilities. 2. Barricade or mark excavations to prevent hazards to mechanical equipment, vehicles, and pedestrians. 3. Excavate tree and palm planting pits 24" greater in diameter than the root ball, and a minimum 12" deeper than the vertical depth of root ball. 4. Set trees and palms in vertical position in the center of the Planting Pit with the Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 top of the root ball approximately 1" to 1 %" above immediately surrounding finish grades. 5. Ensure that the root flare - the point at which the trunk of a tree begins to spread as it meets the root structure of the tree - is visible above existing grade when the tree installation is completed.(The absence of visible root flare is a clear indication that a tree has been planted too deep) 6. Place four (4), high density polypropolene polymer Vertical Root Aeration + Nutrient Delivery tubes (3" diameter x 18" length) equidistant around the perimeter of the root ball of each tree, exposing the top 1" of the tube above finished grade. Top and bottom caps of the tube shall be constructed of high -density styrene polymer, with the top -end cap containing an air convection insert. Product as manufactured by Rootwell Products, Inc. (248- 227-5705 / 1-888-766-8935), Model "Rootwell Pro 318". 7. Carefully place specified Planting Mix under and around root ball. Take great care not to deposit Planting Mix into vertical Rootwell tubes. For burlapped root balls, cut top 1/3 of burlap away from root ball, and remove, before placing Planting Mix around the root ball. 8. Install around each tree trunk for protection, a minimum of one "Plantra Tree Bark Protector" (1-800-951-3806) Model Number TBCSOW -1800 (1 4' in length).. 9. Thoroughly water each plant after placement of Planting Mix in each lift, to remove all air pockets. 10. Prune trees, removing no more than 1/3 of twigs and branches, while maintaining the uniform character and shape typical of the species. Remove all dead diseased, rubbing, and dying branches. All trees shall meet height and spead specifications after pruning. 11. Prune palms, removing 1/3 of healthy fronds, and remove all fronds below the horizontal. For Royal Palms and Saba! Palms, gather pruned fronds around the bud, and tie with loose -woven hemp cord every 12" vertically, to protect and secure bud. 12. If planting is performed after sod placement, proper protection shall be provided and damage resulting from planting operations shall be repaired promptly E. Provisional Inspection: 1. On completion of the work and upon receipt of the written request of the Contractor, the Landscape Architect, Project Manager, or Certified Arborist shall inspect planting work for provisional acceptance. The request shall be received from the Contractor at least five (5) work days before the anticipated date of provisional inspection. 2. The Contractor shall repair or replace defective work before provisional acceptance of the work.] F. Clean-up and Final Inspection: 1. Upon completion of the work in its entirety, the Contractor must thoroughly clean up the project site. In addition to removing all equipment, unused materials, deleterious Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 material, and surplus excavated material, the Contractor shall fine grade all disturbed areas and the areas adjacent to the new plantings to provide a neat and uniform site. All existing structures, appurtenances, and site features and elements damaged or altered, as a result of the landscape work, shall be corrected by the Contractor. 2. At the end of the warranty period, inspection of plants will be made by the Landscape Architect, Project Manager, or Certified Arborist upon written notice requesting such inspection, submitted by the Contractor at least five (5) days before the desired inspection. 3. All defects discovered shall be repaired or replaced by the Contractor prior to Final Written Acceptance. END OF SECTION Section 02900 Tree + Palm Planting City of Miami Department of Public Works 8/27/2015 S.W. Z7TH AVE. • • • • •2 • S.R. 90 (S .W . 8TH STREET) S.R. go (5ky-geRgay}.451- S.W. 27TH AVE. C C..) 7 1-6-7.tr 1_7 LEGEND FM -GREEN ISLAND FICUS SA-SCHEFFLERA ARBORICOLA PG-PARACHIS GLABRATA, BENTH VM- VEITCHIA MONGOAERYANA CF- CORDYLINE FRITICOSA AS- AGAVE SHREVEI EXISTING S I GNAGE LJ 0 LANDSCAPE Fa.no CBS. 150.9 Roof Buildlng Une 7 CworateSkiewalk Concrete.... SD - ENshro CNN rh U.S. 41 / SW. Sth STREET S 90 SW 8TH ST EAST BOUND) REMOVE Ell -I -STD. GROOND-COV. I I 1 < I I N 1. I Xsp,At Aavernent E.fing 0.13.5.13.1.9 9 2. Llne r CortVete lk 8 .2 U.S. 411541. 8th STREET fhay.h. PLAN VIEW SCALE 1/2.7' I I t 4k- /li PLAN VIEW SCAT F' 112"-.1' VU, LEGEND FM-NEEEN ISLAND FICUS SA-SCHEFFLERA ARBORICOLA VM- VEITCNIA MONGOMERYAMA RE -ROYSTON. FLATa EXISTING PALMS EXISTING TREES 24 20 L- / P. --- __ Aphi , t 8 ii, 11 .,, 2 t, sW23 ----- ----- --- PLAN VIEW SCALE 112"=1" LEGEND TM,7,4 [gti IX -GREEN ISLAND FICUS SA-SCHERnERA ARBORICOLA VEITGVIA MONGOASERrANA RE-ROYSTONEA ELATA I 01 '‘.t. .2- EXISTING RALKS EXISTING TREES QV -QUERNS VIRGINZANA SW 27 AVE TO SW 4 AVE. PROJECT C1J ,577------,-, 1 11 / if \ t 1 * II \ \ \ 4) tI Ld li $1 > 0 0 c‘iz k 72) / 1 , SW 21ST AVE. r ,A0 PLAN VIEW SCALE 112"=1" — — — ---- — -- — ---- -- ) SR 90 SVV 8TH ST) PLAN VIEW SCALE II2 =I' LEGEND IN-GRETN ISLAND FICUS SA-SCEEITIKRA ARBORIGOLA MNGOMERYANA RE-ROYSTONEA EXAM EXISTING PALMS EXISTVG TREES AS SHOWN i 1 0) IP f LU 1 0) 1_ _ — PLAN VIEW SCAIE 112' =1' -- - —557)— 1 If.) J C.) :2 t ST.17 REMOVAL co 1 PLAN VIEW SCALE 112,1' _ — — -: r7.---.7.--.7- ii 1,-- LEGEND 1*1 EIN-G.EN ;7.51.RED nalS ARBORICOLA VEITCBTA IIONGOITERYA. RE-ROYSTOIVEA MATA 101 10 '?) EXISTS. PALMS =STING TREES QUER,. VIRGINIA. 00 q 192 2 1 - 1 SR 90 (SW 8TH ST.) r PLAN VIEW SCALE 112"=1' — I i i/ 1 II I / � I I {{ � �!- I yy PLAN VIEW SCALER"=1' 4 1 1 lt3 Xi— _ LEGEND MI 4 FM -GREEN ISLAND FICUS SA. SC.17LE....RICO. VM- VEITCEIA MON&'Of4ZRYPNA RE-ROYSTONEP. ELATA EXISTING RUMS EXISTING TREES SW 12TH AVE. SR 90 (SW 8TH ST.) i d 1 PLAN VIEW (n SCALEL/2"=1• di 91I Pit�,,II ¢, > If391 SR 90 (SW 8TH ST.) PLAN VIEW SCALE112"=1' L � I 4 .11I A I 1\U \ 1 1 PLAN VIEW SCALE 1/2"=1' SR 90 (SW 8TH ST.) LEGEND e'l_ GREEN ISL<': 2 FIC.7S SA-SCT.EFPLERn 0 r iSTiNG PALMS EXISTING TREES v- CCESCUS VIFCINLINA U w 0 Cl_ J n 1 .e.as �6. F 51 y.'; O CD k t ii4�� nL f ' .1803'WI* LEGEND '/�:o�'a _----- �c _B:E:. 350 *za A81 871.61w M! a S.R. 90 (S.W. 8TN STTEEJ i EXIST. ITOEWAU0 j „Eo-8^w -352 EWA±RI v j _ 352+80.00 SR-oD--87H STJ : • it ; 9} . II : 3 { RI CO LANDSCAPE PROJECT � p O V T t r T / -1 cn LEGEND 4u'I —I — EXISTS. PALMS EXISTING TREES QV-Q.E.RCUS vI.¢G�urma _ 1 5? CL- 1 .. i '- SL =_ 1?--II-..SO--SAS I >- ,r --T I T ---- J-zrJ. 1--L'—T= II PLAN VIEW SCATFlrz"=D — --r 1— PLAN VIEW SCALE1/2"=r _1L--J�--_ SR 90 SW 8TH ST. ti - L . a a 1 1111 1 III 6 it SW U L SR 90 SW 8TH ST. PLAN VIEW SCALE 1/2',7' PLAN VIEW SCALE I12",7' LEGEND PM -GREEN ISLAND PICTS SA-SCEEPELPRA ARBORICOLA V JM- VEITCHIA MONGOCT'RYANA RE-ROYSTONEA ELATA EXISTING PALMS EXISTING TREES VE TO SW 4 AVE 03 "" AS SHOWN SW 4TH AVE. SR 90 (SW 8TH ST.) --_�\ r \i II \- II \<\ it _, Z 11\ 1 o.. c�i {-II W IC o IAli > .4r V Q SR 90 (SW 8TH S PLAN VIEW SCALEI/2"=1. LEGEND * 0 EN -GREEN ISLAND =ICNS SA-SC.17LE.RA PRBORICOLA VT - VIPC2iA MONGONEERYANA RE-ROYSTONEA ELATA EXISTING ALMS EXISTING TREES ) I -I II iI o nl > rovnaTING o. SR 90 (SW 8TH ST.) j n J Q 0 PLAN VIEW SCALE 1/2"-7. SW 4RD AVE, ""' AS SHOWN c J Tx{SLUES 3' MULCH LLTER rA T trAtEP- SERE w PROW WIN ANI 0.WE(Ofl RAM DR:MA WED 11AARIN: FRE a LAMS EPRnAOAP. scEE rn 12 R0410 Tx 4 BA71E15 OMIDEO TO PAW. SECURE RATERS IWMR 3/4 WOE SIEEL BROW HC1D 00110E IN MACE Duna MAMM PROCESS. 3- {2'A 49 MUIR EIWMLY SPACED WAIT TO BATTENS RAWER TO PAEA f➢i. AR CURD BAIL 000 WECFED PLUMS SDI UM 4•• EARTH Sint 1=l1:�11—I1 I=11-J=I 11=11=1I 1=11=1=1 f1=11-1[ _ 417111111 11.111111111�EE I1—II 1IR— 11=11-11= Yk WEE 1R E RA% f1=11= • MOOT WEE ROOT BALL TYPICAL SECTION FOR PLANTING PALM TREES INPAYEMENTAREAS PLANTING PROCEDURE DETAILS PK: MT.S DEPARTMENT OF PUBLIC WORKS • CITY OF M4UI FLORIDA EOM PAVEMENT ,loos MISG 17-293 Sheet 5 of 5 2"X4" STAKES EXISTING BRICE PAVER 3"X18" VERTICAL ROOT AERATION NUTRITION DELIVERY TUBES • Trot Canopy Won Crassdir ss Rdof11lf Tree Trunk Set Voodoo Cross•&aces 1 Atom Finished Grego Availed To Ont Another 12" #4 REBAR OR 1/2" GALVANIZED PIPE � s !]1r,� Existing Soil &Wing Solt W Well: RrW h Of I s TREE PLANTING WITH WOODEN STAKES TREE/PALM STAKING DETAIL NDED RUBBER MULCH LLI LJJ > U CU 3 � W eL CO Q Q ti }-E 9P 3`X18` VER.TICTS YCOT AERATION. NUTRITION tn.IVIICY 2Lmrc IROLIES REQUIRED 3c- .x. SQUARE OPENING ,t irr ]C SOlL MIX AS SPECIFTID TYPICAL STREET TREE PLANTING -VIEW 2 N.T.S. 9014EPD R40 ,9hR A91I6•JC 1* DEEP LINEAL ROOT aavLIER Inc-IN-13.AOE ampp TE DTI sl a„s CITY OF MIAMI DEPARTMENT OF PUBLIC WORKS > LANDSCAPE PROJECT 5