HomeMy WebLinkAboutExhibitCONTRACT
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 , 2016, the City Commission accepted the competitive
bid of to provide cleaning of the City's canals and waterways (the
"Work"), and authorized the City Manager to enter into an agreement for the Work with
the Contractor for a period of one (2) years, (730 calendar days), with up to three (3)
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:
CI IDE CANAL CLEANING CONTRACT, M-0111
Bid No. 15-16-019
Page 1
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 City shall 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 - Special Provisions, which sum represents the
Bid No. 15-16-019
Page 2
actual damage(s) which the City of Miami, Florida, will have sustained per day by failure
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-0111
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.
Bid No. 15-16-019 Page 3
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:
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
Bid No. 15-16-019 Page 4
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.
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:
Juvenal Santana, P.E., CFM
City of Miami
Interim 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. 15-16-019 Page 5
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. 15-16-019 Page 6
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
Bid No, 15-16-019 Page 7
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
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.
Bid No. 15-16-019 Page 8
• 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.
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. 15-16-019 Page 9
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 :
Print Name: Print Title:
Corporate Secretary
(Employer Tax I.D. Number)
(SEAL) THE CITY OF MIAMI, FLORIDA,
a municipal corporation,
Party of the first part
ATTEST: 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 ATTAUMENT "B" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD
OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE
CONTRACT" TO DO SO ON ITS BEHALF.
Bid No. 15-'16-019 Page I()
APPROVED AS TO
ENGINEERING:
Juvenal Santana, P.E., CFM
Interim Director, Public Works
APPROVED AS TO FORM AND
CORRECTNESS
Victoria Mendez
City Attorney
APPROVED AS TO INSURANCE
REQUIREMENTS:
Ann -Marie Sharpe, Director
Risk Management
Bid No, 15-16-019 Page 11
00400. PROPOSAL BID FORM: (Page lof 17)-
Suhmittodon:
City ofMiami, Florida
Office of the City Clerk
City Hall, 1yFloor
35OOPan American Drive
Miami Florida3@133-55O4
irm'nNoma: C,l c f��rV�s�r0q
��_���^��
Address: y�u� /��
/ L/ -L Z] ����
L/��� ���/��/ �/-� ��«//
.
/�/7////&
Date
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 inUhinbidorinthoConhact
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 Bidderfurther 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 ofthe bids, gsauknoviedQedbeb�
�apdU7a�hhmnsatisfied
itao�about the Work to be performed; and that it has sub mi�edthe' required Bid' Guaranty-; and all other'"
required information vhththe bid; and that this bid is submitted voluntarily and willingly.
The Bidder agrees, V 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 furnish all necessary materials,
equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and
oomp|etevvhhin the time limits specified the Work covered by the Contract Documents for the Project
entitled:
Bid No:
15-1G-01S
Title: CrrYW|DECANAL CLEANING CONTRACT, M-0111
The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form
of security, ffpermittad by the City, each for not |emo than the total bid pduo plus alternates, if any, and to
funnishthe required Certifioote(a)ofInsurance.
The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited ff Bidder fails
to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to
furnish the required Ceffffioote(o)ofInsurance within ffftaen(15)ualendardmyaafter being nutffiodnfthe
award ofthe Contract,
In the event of arithmetical errors, the Bidder agrees that these errors are errors which 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 eheU govern. Bidder agrees that any unit price listed in the bid is to be multiplied bythe
stated quantity requirements inorder to
00400. PROPOSAL BID FORM: (Page 2 of 19)
Note: Bidders are bidding on a total bid root 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 u Contract to the |mwoot responsive responsible Bidder
based on any of the Combined Bid Price etcdod below. Refer to Section 01000- Supplemental
Conditions.
Our Items and lump sum bid phnaa include the total cost for the work specified in this bid, consisting of
furnishing all materials, |ebor, equipment, aupen/iskon, mobilization, overhead & profit required, in
accordance with the Bid Specifications.
BASE BID: The sum ofall items 1through 71based
on eone (1)yearcompletion time:
*u
���
� /� /, /u /
�� �`^�_us�,� U�_ L`'-/ pCY u ��~-
^ � / ' - � - - ''`--� ' �lWritten Amount of Base Bid
TOTAL BID: Twice the BASE BID based onatwo (2)
yaarocompletion time:
8'//=/`'''
07effl/ l!on A"^ A—J^^d St' 'ki«c 7t-i^uxx.dA-ne/L_d,eJ c/-/m
Written Amount of Total Bid
°°°°°°°^^°°°*°~°^°**«°^^*°* *°°^°°°°***°«°°°°°°°°"°°°°°°°^^°*°°°»~°°°~°
Note toBidders: The City reserves the right horeject any and ail bids. Contractor must visit each location
and become familiar with the canal and waterway conditions prior to the submittal of the bid proposal.
The term of this contract is for two (2) years with the option to renew for three additional one year period.
The City, at its discretion, reserves the right not to renew for the three optional one'year periods.
The Base Bid price is for a one year, three hundred sixty five (365) calendar days completion time, The
Total Bid price is twice the Base Bid price. The second year term of the contract will be based on the
Base Bid prices and no additional compensation will be allowed.
Bid No. '15-16-019
/�
0r's
00400. PROPOSAL BID FORM: (Page 3of1Q)
DIRECTIONS: COMPLETE PART |ORPART U'WHICHEVER APPLIES, AND PART Ui
Part|: Listed below are the dates of issue for each Addendum received in connection with this Bid:
�� �
Addendum No. 1.Do�d r�7//<°
Addendum No.2. Dated
Addendum No. 3'Dated
Addendum No.4. Doted
Part I I: No addendum was received in connection with this Bid.
PnrtU|; Certifications
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware ofthe following, and shall
comply with all the stated requirements.
1. Affirmative Action Plan
Successful bldder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant
toOrdinance #10OO2aaamended, Effective date ofimplementation must beindicated onthe policy:
and
2. First Source Hidnq
Bidder certifies that (o)he has nsod and understood the provisions ofCity uf Miami Ordinance No.
10032, pertaining to the implementation of "First Source Hiring Agreement", Evaluation of bidder's
responsiveness toOrdinance No, 10032may beaconsideration inthe a�endofocon�oot ViolationsofthiuOrdinanoumaybaoonaidereduouaeforannu|mentofaoontrautbehaeenthauuooeoslu|biddar
and the City ofMiami; and
3. Non -Collusion
Bidder certifies that the only persons interested in this Bid are named herein; that noother person has
any interest in this Bid or in the Contract to wliiuh this Bid pertains; that this Bid is made without
connection orarrangement with any other person; and
4. Dmq Free Workplace
The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by:
(?) Publishing a statement notifying its employees that the unlawful mmnufacture, dia{hbuhon,
dinpenaing, poaaeaaion, or use of 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. 15-16-019
80400PROPOSAL BID FORK (Page 4nf17)
(2) Establishing ocontinuing drug -free awareness pnognamtoinformKsemp|oyeeoaUout:
(1) The dangers ofdrug abuse inthe workplace;
(ii) The Bidder's policy of maintaining odrug-free workplace;
(Ili) 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
bysubparagraph (1);
(4) Notifying all emp{oyees, in writing, ofthe statement required bysubparagraph (1)' that as a
condition ofemployment onacovered Contract, the employee shall:
(I) Abide bythe terms ofthe statement; and
(i|) No�fy 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> Not��nQthe Qtyinwhtingw�hinten (1O)calendar days a�erreoe�ingnoUoeunder aubdi�u|on
` ' ) obove, from on employee orotherwise receiving actual notice ofsuch conviction, The notice
shall include the position title ofthe employee;
(0) Within thirty(3O\ calendar days after receiving notice under subparagraph (4)ofaoonvi��n.
taking one of the `Uowing actions with respect to an employee who is convicted of drug abuse
violation occurring inthe workplace:
(i) Taking appropriate personnel action against such employee, up to and including termination; or
(U) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation
program approved for such purposes byafederal, atoto. or |ooe\ health, law enfoncoment, or other
appropriate agency; and
tn Making o good faith effort to maintain e drug -free workplace program through implementation
ofmubparagnepha(1)through (G),and
5. Lobbyinq
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,
eMamker
of Congress, an officer or employee of Congress, or on employee of o Member ofCongress in
connection with the awarding of any Federal contract, the making of any Federal grant, the making of
any Federal |oan, the entering into ofany cooperative agreemerd, and the extension, continuation,
renewal, amendment, ormodifimtionofany Federal contract, grant, loan, orcooperative agreement.
�u
.Bid No. i5-i�018 �2O
i
�
/
|
00400. PROPOSAL BID FORM: (Page 5of17)
(2)�any funds other than Fodendappmpr��dfunds have been pa�hzany in
fluencing
attempting—
` ' to influence on officer or employee of any oQeagency,a Member ofCongress, an officer or
employee of Congroeo, or an 'employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative ogreement, 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 "AUsub-awards at all tiers (including subcontracts, aub-grants, and contracts under
grants, |oane, 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
b \ \ \tfor making or
~.-~~~-'__-__-___�___��������
entering into this transaction imposed bySection 1352, Title ul.u.S. Code. Any person who fails `"
fi|a the required oertifimd|on shall be subject to a civil penalty of not less than $10.000 and not more
than $1OO.00Ofor each such failure.
' ^Note: In these instances, "All' in the Final Rule is expected to be clarified to show that it
applies tocovered contract/grant transactions over $1OO.800(per OMB).
G. Debarment, Suspension and Other Re000noibi|(h/Matters /
The Bidder certifies tuthe best ufits knowledge and belief, that itand its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntadly
excluded from coVsredtransactions byany Federal department nragency.
b. within n�� �hin e three-year period preceding this proposal been convicted of or had odvi|
judgment rendered against them for commissi
on of fraud or a criminal offense in connection With
o-ioig, attempting to obtain,. or performing a public (Federal, State, or local) transaction or
contract under a public transaction; violaton of Federal or State antitrust statutes or falsification or
destruction ofrecords, making false statements, orneceMnystolen property;
o' Are not preaenUy indicted for or otherwise criminally or civi|y charged by e government entity
(Federal, State, or local) with commission of anyof the offenses enumerated in paragraph 1,1b of
th|ocertffloahon; and
d. Have not within a three-year period preceding dhioapplicatiomtropoaal had one ormore public
transactions (Fedona[State, orlocal) terminated for cause ordefault.
Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder
shall submit an explanation to the City of Miami.
Pad.e 21
Bid No. 15'10'019
00400, PROPOSAL BID FORM: (Page 6 of 17)
Attached is a Bid Bond [A, Cash [ 1, Money Order [ 1, Uncondttional/Irrevocable Letter of Credit [ ],
Treasurer's Check [ ], Bank Draft [ I, Cashier's Check [ ], or Certified Check 1 ] No. Bank of
s-4//cofor the sum of
10tii 1 A
Ei 1-i Tfic,Le Dollars ($ t ' ).
The Bidder shall acknowledge this bid and certifies to the above stated in Part III and IV by signing and
completing the spaces provided below.
Firm's Name: —7-Te
Signature:
1-1 ar t
Printed NamerTitle: -
r._.)
CitylState/Zip: 1\._ 041_.._ Uei-e'S ; — L
Telephone No.: SU) :7-) Lp-ct.p 1
Facsimile No.: gL",3 6q(p aci -1) E-Mail Address: 4 ',,.; (AA
Social Security
No, or Federal
I .D .No .f-q ct S-1 j
g g
Dun and
Bradstreet No.:
(If applicable)
If a partnership, names and addresses of partners:
)//4
Bid No. 15-16-019
Page 22
CERTIFICATE OFAUTHORITY
(IF CORPORATION)
I HEREBY. CERTIFY that at a meeting of the Board of Directors of
I Aqw,,�c, , :rnr— a corporabon organized and existing under the laws ol the.State of
F(cri-cf4, , held on the -dayof a resolution was duty passed and adopted authorizing
(Name) J_ayies P._�Iftac&rw) as(Tltle) 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 jlJNE,,�W,' EREOF, I have hereunto set my hand this 04 , day of n pr'J , 20_t� .
Secretary:
Print P,`jo/���'
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
| HEREBY CERTIFY that at o meeting of the Board of Directors of
.apartnership organized and @)datingunder the laws of the State
of .held onthe —day of , .araem!oUunwas duty passed and adopted authorizing
(Name) an (Tite) of the to execute bids on behalf of the
partnership and provides that hWher execution thereof, attested by a partner, shall be the official act and deed of the
|further marbfy that said partnership agreement remains infuilforce and effed.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20,
CERTIFICATE VFAUTHORITY
(IF JOINT VENTURE)
Joint venturers must submit ajointventumagreement ind\ooUngthat the person signing this bid ioauthorized
tosign bid documents onbehalf ofthe joint venture. |fthere ianojoint venture agreement each member nfthe joint
venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individua[).
CERTIFICATE OFAUTHORITY
(|F\NDKqDUAL)
| HEREBY CERTIFY that, \ (Name) . individually and doing business as (cifibla)
(If Applicable) have executed and am bound by the terms of the bid to
which this attestation inattached,
iNWITNESS WHEREOF, | have hereunto set myhand this __ day of ,20
i
00400. PROPOSAL BID FORM: (Page 8 of
STATE OF ROY10 C3j)
NOTARIZATION
) SS:
COUNTY OF
Lt. .
The foregoing instrument was acknowledged before me this 3 i day of Ptpr 1 \ , 20 1 , by
r"-Avyo., VCA LA,,, ir"‘ , who is personally known to me or who has produced
Lkf f\-
SIGNATURE OF NOTA
STATE OF Fiellitn_
UlANt LUNSFORD
Notary Public, State of Flo
My Comm. Expires October 22,
as identification and who (did / did not) take an oath.
PRINTED,
NAME OF NOTARY PUBLIC
Bid No. 15-16-019
Page 24
2
I
,
I
ii .., ... I, , II i•A
Furnishing all abor mateiaand equipmefltforth6 comp ete removal and d sposa of one (1)
overgrown trees, up to 7' d.b.h. in diameter mated in the ban cs or up and areas within the canal
right of way or the t.vaterway of any of the canals the un t price of
Furnishing all labor, material and oqulpmefltfOrU000mPb0te removal and disposalof one (1)
overgrown trees, 8" to 20" d.b.h. in diamet r, located In the banks or upland areas within the canal
right of way or the waterway of any of the canals, the unit price of
Furnishing all labor, material and equipment for the complete removal arid disposal of ono (1)
overgrown trees, 21" to 35" d.b.h. In diameter, located in the banks or upland areas within tho canal
right of way Or the waterway of any of the canals, the unit price of
Furnishing all labor, material and equipment for the complete removal and disposal of ono (1)
overgrown trees, more than 36" d.b.h. In diameter, located in the banks or upland areas within the
canal right of way or the waterway of any of the canals, the unit prico of
Wagner Creek North - Canal: 3,750 linear feet of bank, ono way
Furnishing all labor, material (including trash bags) and equipment necessary for collecting litter, trash
and debris in the banks and upland areas within the canal right of way and shallow surface waters on
a monthly basis, the unit price of
Wagner Creek North - Canal: 3,750 linear feet of bank, one way
Furnishing all labor, material (Including trash bags) and equipment necessary for mowing and
trimming all overgrown vegetation In the banks and upland areas within the canal right of way and
shallow surface waters on a monthly basis, tho unit price of
Wagner Cre0k North - Canal: 3,750 linear feet of bank, one way
Furnishing all labor, material and equipment necessary for spraying tho banks or upland areas within
the canal right of way, using approved weed control chemical treatment method, on a quarterly basis,
the unit price of
Bid No. 15-16-019
1
Page 25
Each
Each
Each
Monthly
Monthly
Quarterly
Wagnerk North - Cana . 3,750 Meat fet of bnk, ene way
Furnish ng a abor, Mater a and equiprnont necessary fortho romaval and dispose of any
vegetation obstruction (logs branches, water weeds, otc.) in ordor to maintain a minimum of two (2)
of free water flow, on a semiannual basis, the unit price of
Wagner Crook North - Canal: 3,750 linear feet of bank, one way
Furnishing all labor, material and equipment neeessary for the removal and disposal of any
obstruction (shopping carts, tires, appliances, boats, furniture, etc.) In order to maintain a minimum of 1
two (2) foot of free water flow, on a semiannual basis, the unit price of
12
Wagner Creek South — Canal: 2,050 linear feet of bank, one way
Furnishing all labor, material (including trash bags) and equipment necessary for collecting litter, trash
and debris In the banks and upland areas within the canal right of way and surface waters on a
monthly basis, the unit price of
Wagner Creek South - Canal: 2,050 linear of bank, ono way
Furnishing all labor, material (including trash bags) and equipment necessary for mowing and
trimming all overgrown vegetation in the banks and upland areas within the canal right of way and
surface waters on a monthly basis, the unit price of
Wagner Creek So - Canab 2,050 near feet of bank, one way
Furnishing all labor, material and equipment necessary for spraying the bank a or upland areas within
the canal right of way, using approved weed control chemical treatment method, on a quarterly basis,
the unit price of
Wagnereek South - Canal: 2,050 Unearfoet of bank, one way
Furnishing all labor, material and equipment necessary for the removal and disposal of any
vegetation obstruction (logs, branches, water weeds, etc.) In order to maintain a minimum of two (2)
feet of free water flow, on a semiannual basis, the unit price of
Bld No. 15-10-019
1
Semi-
annually
Monthly
Quarterly
Semi-
annually
Page 26
.3 cot) 2
30 0 2
12
2
70 Da
WagnQr Creek South - Canal: 2,050 Ina
14 Furnish ng all abor, meter a and equipment
obstruction (shopping carts, tires, appliance,
two (2) feet of free water flow. on a sernlannu
5 Seybold Canal: 2,300 linear feet of bank; o
Furnishing all labor, material (including traSli
arid debris In the banks and upland areas wit
rnonthly basis, the unit price of
Seybold Canal: 2,300 linear feet of bank of
Furnishing all labor, material (Including trash
'Riming all overgrown vegetation in the bank
surface waters on a quarterly basis, the unit
7 Seybold Canal: 2,300 linear feet of bank, o
Furnishing all labor, material and equipment
vegetation obstruction (logs, branches, water
feet of free water flow, on a semiannual basis
18 Comfort Canal: 8,070 linear feet of bank, o
Furnishing all labor, material (including trash
and debris In The banks and upland areas wit
monthly basis, the unit pr19 ice of
Comfort Canal: 8,070 linear feet of bank, o
Furnishing all labor, material (including trash
trimming all overgrown vegetation in the ban
surface waters on a monthly basis, the unit p
20 Comfort Canal: 8,070 linear feet of bank.,
Furnishing all labor, material and equipment
the canal right of way, using approved weed
the unit price of
oneineway
ll'
i
'
,
1
I
1
,
1
II
11
,
, ,
P
'jI'
I
j 0,,
„ .,
,.1
Iil!
1
I i
il
I
t
,
1
II,
'
1 I
1
11
i
i
I
1
i
Ii
.
,
1
'
ecessary
boats,
3i basis,
af
bank,
furniture,
for
the
ie
the
unit
way2
removal
etc.)
price
1
in order
of
and
H
disposal
to
maintain
of any
a minimum of
Scmi-
annually
le way
)ags) and equipment necessary for collecting litter, trash
iin the canal right of way and surface waters on a
1
.
Mthl
ony
12
D, -1 q
bank, one way
jags) and equipment necessary for mowing and
s and upland areas within the canal right of way and
erly
4
rice of
no way
iecessary for the removal and disposal of any
weeds, etc.) in order to maintain a minimum of two (2)
, tho unit price of
Semi-
annually
0
.
2
no way
bags) and equipment necessary for collecting litter, trash
lin the canal right of way and surface waters on a
1
IVIonthly
_2
12
ji t V
12
000
no way
bags) and equipment necessary for mowing and
;a and upland areas within the canal right of way and
Monthly
riceof
necessary for spraying the banks or upland areas within
control chemical treatment method, on a quarterly basis,
1
Quarterly
4
/Si °o 0
Orr.
Bid No. 1,5-16-019
i i..1: , 4
.11 ati4., .1 l'
21 Comfort Gana . 8 070 linear feet of bank, one way
Fumishmg all labor, material and equipment necessary for spraying the waterways
growth below tho water surface of the canal with Sonar Herbicide, or approved equ
year, the unit price of
22 Comfort Canal: 9,070 linear feet of bank, one way
Furnishing all labor, material and equipment necessary for the removal and dIspos
vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a ml
feet of free water flow, on a semiannual basis, the unit price of
23 Cmfod CanaI: 8,070 Hnar feet of bank, one way
Furnishing ail labor, materlaiand equipment necessary for the rernoval arid dispos
obstruction (shopping carts, tires, appliances, furniture, etc.) in order to maintain a
feet of free water flow, on a semiannual basis, tho unit price of
25
26
27
28
Ademar Canal: 1,650 linear foot of water one way and 375 linear feet of bank
Furnishing all labor, material (Including trash bags) and equipment necessary for
and debris in the banks and upland areas within the canal right of way and surface
monthly basis, please note that the pickup will be twice a month for the months of
October the unit price of
Ademar Canal: 1,650 linear feet of water one way and 375 linear feet of bank
Furnishing all labor, material (Including trash bags) and equipment necessary for
trimming all overgrown vegetation in the banks and upland areas within the canal
surface waters on a quortorly basis, the unit price of
Ademar Canal: 1,650 linear feet of water one way and 375 linear feet of bank
Furnishing all labor, material and equipment necessary for tho removal and dispo
vegetation obstruction (lags, branches, seaweads, etc.) in order to maintain a mini
of free water flow, on a semiannual basis the unit price of
Adornar Qanal: 1,050 linear feet of water one way and 375 linear feet of ban
k
Famishing all labor, material and equipment necessary for the removal and dispo
obstruction (shopping carts, tires, appliances, boats, furniture, etc.) In order to mai
two (2) feet of free water floW, on a semiannual basis, the unit price of
Davis Canal: 1,350 linear feet of water one way and 200 linear feet of bank
Furnishing all labor, material (including trash bags) and equipment necessary for c
and debris in the banks and upland aroas within the canal right of way and surface
monthly basis, please note that the pickup will be twice a month for the months of
October, the unit price of
Bid No. 15-16-010
collecting
!
I,
I
1
I '11
i
,
,
iI
i
I
I
,I
1 1!
V
I
1
I' ,
I
I' II
'
11
N'
Ili!
1111111111111
,
! i'
W
114111i
, ,
1,114
'
.
II
I I
1
, L
1 TA
,
. , 1
for vegetation
al, six tirnes a
SixttrfloSa
year
31 of any
nimum of two (2)
1
s -
annually
2
p OD
.7
11 of any
mirtiMurn of two (2)
1
Semi-
annually
2
litter, trash
waters on a
July through
1
Monthly pies
twice per
month on July
through
October
6
16
lowing and
of way and
Quarterly
al of any
mum oftwo (2) feet
Semi -
annually
al of any
ntain a minimum of
1
Semi-
annually
Monthly
:enacting litter, trash
3waters on a
July through
1
plus
twice per
month on July
through
October
6
*.mmeallAMI*11116.1*101V
Page 28
a *
a 4
11 I LI fe t a il Ail h
DayCana : 1 350 noa f.3t of ay and 200 Hnoar feet f bank
Furn sh ng a abor, Materia (includ"ng trash bags) and equipment necessary for
trimming all overgrown vegetation In the banks and upland aroas withIn the canal
surface waters on a quarterly basis, the unit price of
Davis Canal: 1,350 linear feet of water ono way and 200 linear feet of bank
Furnishing all labor, material and equipment necessary for the removal and dispo
vegetation obstruction (logs, branches, seaweeds, etc.) In order to maintain a mi
of free water flow, on a semiannual basis, the uhit price of
Davis Canal: 1,350 linear feet of water one way and 200 linear foot of bank
Furnishing all labor, material and equipment necessary for the removal and disp
obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in order to m
two (2) feet of free water ilow, on a semiannual basis, the unit price of
2 NE 28 Street Cove: 480 linear feet of total bank
Furnishing all labor, material (including trash bags) and equipment necessary for
and debris in the banks and upland areas within the canal right of way and surfer
monthl basis the unit rice of
3
NE 28 Street CQVO: 480 linear fo t of total bank
Furnishing all labor, material (including trash bags) and equipment necessary fo
r
trimming all ovorgrown vegetation in the banks and upland areas within the cana
surtace waters on a mo2iyjais the unit price of
NE 28 Street Cove: 480 linear foot bank
Furnishing all labor, material and equipment necessary for the removal and disp
vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a mi
of free water flow, on a semiannual basis, the unit price of
NE 28 Street Cove: 480 linear feet of total bank
Furnishing all labor, material and equipment necessary for the removal and asp
obstruction (shopping carts, tires, appliances, furniture, etc.) in order to maintain
feet of free water flow, on a semiannual basis, the unit price of '
NE 20-21 Street Cove: 450 linear feet of total bank
Furnishing all labor, material (including trash bags) and equipment necessary fo
and debris In the banks and upland areas within the canal right of way and sur
fa
mojoilLyil basis, the unit price of
Bid No. 15-16-019
i
l
I IPli
I,
1I
, I
I
I
i
I'
IL±1r'
i
mowing and
right of way and
1
Quarterly
sal of any
dram of two (2) feet
1
Semi-
annually
2
Isai of any
tintain a minimum a
Sarni-
2
$ 1DO
collecting litter, trash
:o waters on a
Monthly
12
• mcrwIng and
I right of way and
Monthly
12
)sal of any
nimurn of two (2) feet
Sarni-
annUally
2
asal of any
a minimum of two (2)
1
Semi -
annually
12
rcoUecungfltter, trash
ce waters on a
1
Monthly
)
E 20-21 Street Cove: 450 inear feet oftatat bank
Furn sh ng a labor, matenal (InClud ng trash bags) and equipment necessary for
ljimnilng all overgrown vegetation in the banks and upland areas within the canal
o waters on a monthly basis, the unit price of
NE 20-21 Street Covo: 450 linear feet of total bank
Furnishing all labor, material and equipment necessary for the removal and dispos
vegetation obstruction (logs, branches, seaweeds, etc.) In order to maintain a mini
of free water flow, on a semiannual basis, the unit price of
42
NE 20-21 Street Cove: 45011r-17-3;r fE-- total bank
Furnishing all labor, material and equipment necessary for the removal and dIspos
obstruction (shopping carts, tiros, appliances, boats, furniture, ate.) in order to mai
two (2) feet of free water flow, on a semiannuat basis, the unit price of
Bayfront of Rickenbacker Causeway: 750 linear foot of total bank
Furnishing all labor, material (including trash bogs) and equipment necessary for
and debris In the banks and upland areas withln the canal right of way and surfac
montiY basis, the unit price of
ayfront of Rickenbacker Causeway: 750 linear feet of total bank
Furnishing all labor, material (including trash bags) and equipment necessary for
tr'mming all overgrown vegetation in the banks and upland areas within the canal
surface waters or basis, the unit price of
yfront of RIcken backer Causeway: 750 linear feet of total bank
Furnishing all labor, material and equipment necessary for the removal and dispo
vegetation obstruction (logs, branches, seaweeds, etc.) In order to maintain a min
of free water flow, on a semiannual basis, the unit price of
4
44
LawroflCe Waterway and Swell Canal: 2,068 linear feet of bank, ono way
Furnishing all labor, material (including trash bags) and equipment necessary for
and debris In the banks, swales and upland areas within the canal right of way an
a monthly basis, the unit price of
Lawrence Waterway and Swell Canal: 2,068 linear feet of bank, one way
Furnishing all labor, material (including trash bags) and equipment necessary for
trimming all overgrown vegetation In the banks, swates and upland areas within
11
and surface waters on a monthly basis, the unit price of
Bid No. 15-16-019
ill)
II
i
I
i•.
,
,
IF.
, ti
fil4
ri;., 9111
. 1.1
111?Ill ,1 !II
.i
I
11
H,
1
II
PU
1
,
,
,
,
,
!.
, ,
i
' III
g
i
, I1
II
' ,
I
1
2
0
lowing and
fight of way and
Monthly
al of any
mum of two (2) toet
1
Semi -
annually
al of any
lain a minimum of
Semi-
annually
2
,ollectIng litter, trash1
1 waters on a
Monthly
12
cowing and
right of way and
1
Quarterly
5-00
4
sal of any
imum of two (2) feet
1
Semi-
annually
._,
._;ollecting litter, trash
I surface waters on
1
Monthly
sgt
12
_
mewing and
ie canal right of way
Monthly
0 ()
12
Page 30
Lwrnce Waterway and Sw&1 Ganat 2 068 I
1
Furnith ng a labor, material and equipment nec
the nal right of Way, using approved weed co
unit price of
4
47
4
49
0
51
Lawrence WaterwaY and Swell Canal: 2,06
Furnishing all labor, material and equipment no
vegetation obstruction (logs, branches, seawee
of free water flow, on a semiannual basis, the u
Lawrence Waterway and Swell Canal: 2,068
Furnishing all labor, material and equipment n
obstruction (shopping carts, tires, appliancos,
fu
feet of free water flow, on a semiannual basis, t
Lawreflce Waterway — Seawall Portion:
Furnishing all labor, material and equipment ne
concrete bollards and the seawall area, twice a
Lawrence Waterway — Seawall Portion: ,
Furnishing all labor, material and equipment ne
existing concrete bollards. Paint to be used call
Thls Item includes maintenance and welding of
10 ft. in length, as per detail on Division 5. In a
apply AC1 301, to a smooth form finish before p
Waterfront pf Antonio Macro Park: 235 line
Furnishing all labor, material (including trash b
and debris in the banks and upland areas withi
monthly basis, the unit price of
WaterfrontAntonio Macao Park: 235 line
Furnishing all labor, material (Including trash b
trimming all overgrown vegetation Ih the bankS
surface waters on a quarterly basis, the unit pri
Bid No. 15-16-019
,1 •
'
I:
.
1
1
L
...
11
1
:
1
i
i
I
11
,
II
I'
1
I
il'
I
1 I
,
,
1
' ,1
ili
11
,
i
I
Th
l'
III
111,„
I
, I,
ill
0
11,
,
' ,
I
•i
i
1
, .
(
fi
.
I
'
li
-
II i
i
L.:
t 'i '
11
, i:IT.,,.
_
1 ;IOU
il,
ilrit
I
ji
i
I
1'
III
t!, 1,1
,,
near
ossi
Aral
chemical
foot
far
,
of
spraying
bank
,
treatment
one
(he
,I
way
banks
method,
,
or up and areas within
two times a year, the
,
Se mi-
annually
2
4-0 c7
linoar feat of bank, ane w8y
.ossary forthe removal and disposal of any
1, otc.) in order to maintain a minimum of two (2) feet
Semi-
annually
2
lit price of
linear feet of bank, one way
;essary for the removal and disposal of any
imitura, etc.) in order to maintain a minimum of two (2)
-ie unit price of
1
Semi-
annually
1 D °
-.,•essary to pressure clean a total of 144 existing
year, the unit price of
1
Semi-
annually
,
rbt
i c)
2
...-
30
cessary to pressure clean and paint a total of 144
s for a one coat Thoroseal /I-8532, or approved equal.
1,400 feet of hot -deep galvanized 3/8" anchor chain,
Idition, if the concnato finish is broken or damaged,
alnting, the unit price of
1
Yearly
J. 0
Ili °°
,-,
1r feet of total bank
Igs) and equipment neCessary for collecting litter, trash
1 tho canal right of way and surface waters on a
Monthly
,
12
*
ir feet of total bank
1gs) and equipment nucossary for mowing and
and upland areas within the canal right of way and
ce of
1
Quarterly
4
Mt* - Ta, 11411re
,
52 Waterrr�nt of Antoflt� MacO Park 25 neir feot af tota bank
Fum shing a labor, matoria and equipment necessary for spraying the waterway 8 for vegetation
growth below the water surface of the canal with Sonar Herbicide, or approved equal, on a quarterly
basis, the unit price of
53 Waterfront of Antonio Macao Park: 235 linearfeet of totat bank
Furnishing all labor, material and equipment necessary forllio removal and disposal of any
vegetation obstruction (logs, branches-, seaweeds, etc.) In order to maintain a minimum of two (2) feet
of free water flow, on a semiannual basis, the unit pdce of
54 Waterfront of Antonio Macao Park: 235 linear feet of t tal bank
__----_
Furnishing all labor, material and equipment necessary for spraying the banks or upland areas within
the canal right of way, using approved weed control chemical treatment method, two time a year, the
unit price of
55 Weed Harvester Kelpin 800 Model, or approved equal: _-------;--_
Furnishing all labor, material and equipment necessary for the renting of the harvester to remove sea-
weed and hydrilla from all the canals and waterways including the Biscayne Bay areas, as directed by
the City Engineer, twice a year, the unit Price of
56
7
waterfroflt of Mar9aret Pace Park: 1,750 hnoar foot oftotatbank
Furnishing all labor, material (including trash bags) and equipment necessary for collecting litter, trash
and debris in the banks and upland areas within the right (Away and surface waters on a monthly
basis, the unit price of
Waterfront of Margaret Paco Park: 1,750 linear feet of total bank
Fumishing all labor, material (Including trash bags) and equipment necessary for mowing and
trimming all overgrown vegetation in the banks and upland aroas within the shore right of way and
surface waters on a quarterly basis, the Unit price of
Waterfront of aret Paco Park: 1,750 linear feet of total bank
Furnishing all labor, material and equipment necessary for tho removal and disposal of any
vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of two (2) feet
of free water flow, on a semiannual basis, the unit price of
Bld No. 15-16-019
1
P age 32
Semi-
annually
Semi-
annually
Semi-
annually
Quarterly
Semi-
annually
6
2
'1'1
LI
Watorfrojit of Pallot Parlc 430 linear feet of total bank
Furnish ng all abor, matenal (including trash bag) and equipment necessary for collecting litter, trash
nd debris In the banks and upland areas within the canal right Of way and surface waters on a
onthl basis the unit ri
Waterfront of Pallet Park: 430 Unoar feetofitotal bank
Fumishing all labor, material (Includng trash hgs) and equipment necessary for mowing and
rimMing all overgrown vegetation in the bank and upland areas within the canal right of way and
urfaCe waters on a uarterl basis, the unit price of
Waterfront of Pallot Park: 430 linear feet of total bank
Furnishing all labor, materiel and equipment necessary for the removal and disposal of any
vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of two (2) foot
ef frne vvator flow, on a semiannual basis, the unit price of
Waterfront of Kennedy Park: 1,650 titular feet of totalbank
Furnishing all labor, material (including trash bags) and equipment necessary for collecting litter, trash
and debris in the banks and upland areas within the canal right of way and surface waters on a
monthl basis tho unit .rice of
Waterfront of Kennedy Park: 1,650 linear foot of bank
Furnishing all labor, material (Including trash bags) and equipment necessary for mowing and
trimming all overgrown vegetation In the banks and upland areas within the canal right of way and
surfacesurfaco waters on a ,uartorl basis the t_.jatLIcE)f
Waterfr�rtt af Kennedy Park: 1,650 linear feet of total bank
Furnishing all labor, material and equipment necossary for tho removal and disposal of any
vegetation obstruction (logs; branches, seaweeds, etc.) in order to maintain a minimum of two (2) feet
of froo water flow on a semiannual basis, the i____, rr__LPi_ice of
Waterfront of MornIngslde Park: 2,000 linear:feet of total bank
Furnishing all labor, material (including trash bags) and equipment necessary for collecting litter, trash
and debris in the banks and upland areas within the canal right of way and surface waters on a
nthly basis, the unit price of
rfron of MornIngslde Park: 2,000 linear o I bank
Furnishing all labor, material (Including trash bags) and equipment necessary for mowing and
mming all overgrown vegetation in the banks and upland areas within the canal right of way and
urface waters an a quarterly bass, the unit price of
Bid No. 15-16-019
1;1 hi!
onthiy
Quarterly
Semi-
annually
Semi-
annually
Pogo 33
7
6
9
..og St
9fM�rnlngs de Park: 2,000 hnoafeetOft0thl bank
Furnish ng a abor, material and equipment nacessary far the removal and disposa of any
vegetat on obstruction (logs, branches, seawoads, etc.) in order to maintain a minimum of two (2) feet
free water flow on a semiannual basis the unit price of
Waterfront of Legion Park: 550 linear foot of total bank
Furnishing all labor, material (including trash bOgs) and equipment necessary for collecting litter, trash
and debris in the banks and upland areas within the canal right of way and surface waters on a
monthly basis, the unit price of
Waterfront of Legion Park: 550 linear foot of total bank
Furnishing all labor, material (Including trash bags) and equipment necessary for mowing and
trimming all overgrown vegetation in the banks and upland areas within the canal right of way and
surface waters an a quarter!basis, the unit price of
Waterfront of Legion Park: 550 linear feet o total bank
Furnishing all labor, material and equipment necessary for the removal and disposal of any
vegetation obstruction (logs, branchos, seaweeds, etc.) in order to maintain a minimum of two (2) feet
ef frao water flow, on a semiannual basis, the Anil price of
SPECIAL PROVISION = Contingency Allowance
Bid No. 15-16-019
Page 34
Semi-
annually
Monthly
Semi-
annually
$10,000
SUB -CONTRACTORS
Contractor shall identify below all SUb,Contrachors. Categories shall be added as nooasnary. K
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%
ofthe total work for this contract.
NAMEOF
TYPE DFWORK SUB -CONTRACTORS
2'
3.
4.
7.
SUBCONTRACTOR'S
COUNTY -MUNICIPAL .
OCCUPATIONAL
LICENSE NUMBER
Bid No. 15-16-019 Page 33
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
Mike' (4(,4_ r-1 Lin
0 c.-4-romn xn L&- at ,SA )*?)
1A. What business are you in? kci C
2. What is the last project of this nature that you have completed?
i)A(
ad-r F-c)(rict_1_,
3, Have you ever failed to complete any work awarded to you? If so, where and why'?
1-1,-p0
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.
-
Give
Prloar,-)s )3.-00 4'10
(name) (address) (phorie #) 362._ 5 i7 7 1-'2- 0
CCLc Lt mft3';q04°
(name) (address) (phone #) 5 Lc - & 132
LA3 (-1="1 le) 1:= 1-kAn ce e_alnL i F-3
(name) (address) (phone #) 2, _ 51&-IS51
Bid No. 15-16-019
Page 37
6, List the following inforrnation 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
0,4'1Y.\ CIST1
TY . isr‘
eCICA_Yrj
3bs 12-11
bG-10
2- -5D-1- 7 t2r-
(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?
No
Will you subcon ract any part -of-this -Work?—If-so,-provide-the -following- details -for each
subcontractor(s) that will perform work in excess of ten percent (I 0°,10) of the contract amount.
(Attach additional sheets if necessary)
Subcontractor Approx. MNVBE • Description of Work
Name Percentage Status
8.
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?
0\ 6,0(). C,zt.c /4-0,, 4,-).L.,a k / bc,raec /(); f-- -)1_,,,-.,..-s- / ,,,, r lo i d. ele _,...0,,,,Vs 1_ kto I
, 1 1
)fr\rt r0-e-Aers I )ct.ncl01 4 --c)ots /c1.1.1.c,f-\ ,:sed./Y.,/}lCkivi 4}.s Ir,r, k or,f/ -1--(c,. ; 1 ,-. /
,
a uNt.p :IrnA.ci, iski-of ( ').n:i,--el_-. /a (4021e / „ i(...b.,..o 4-ro.c.tts / -in,' p.s /
, ,
p cw-,4 Yviolim./ /-0 (,e,S.,ttle 1,4Y.Si.u.t.; /n,o1,-.e ia • (5
, .
' ' J i
10. What equipment will you purchase for the proposed Work?
Bid ND. 15-16-019
Page 38
11. What equipment will you rent for the proposed Work?
� * K) 0 p6
12. State the name of your proposed project manager and superintendent and give details of his or her
qual[fications and experience in managing similar work.
C\e`r'�n�
\`
���M0<l~/"1L .1
� °' cr��c^� ' |r`
[_ �� . (
r\�( `{3/2
13. State the true, exact, correct and complete name ofthe partnership, corporation ortrade name
under which y9y do business andth address ofthe place ofbusiness. corporation, state the
name ofthe president and secretary, If apartnership. state the names ofall partners.
name, state the names ofthe individuals who dobusiness under the trade neme).
13.1 The correct name ofthe Bidder io~\f�g�.�
13.2 The business is a (Sole Proprietorship) (Partnership) (Corporation).
0/�'n
13.3 The address ofprincipal place ofbusiness ia
\/
�
���} S4 "
13.4 The names of the corporate officers, orpartners, orindividuals doing business under a
trade name, are as follows:
`^
Bid No. 15-16-) 9
i
'
|
.
,
13.5 List all organizations which were predecessors to Bidder minwhich the principals or
officers ofthe Bidder were phno|paloorofficers.
Q J \, \\ -��)4�� &qL/ ' c_ l^n6/~-c'
136. List and describe all bankruptcy petitions 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 inthe description the disposition ofeach such petition.
~L�
��n 0ou�-
13J' List and daoohbn all successful Performance or Payment Bond claims made toyour
nuraty(im)during the last five (5) years. The list and descriptions should include claims
against the bond ofthe Bidder and its predecessor organ|zaOon(a).
_
13.8 List all claims, arbitratlons, mediations, civil actions, adm inistrative hearings and lawsuits
brought by or against the Bidder or its predecessor organizatiun(e)during the last five
(5)yooru. The list shall include all case names; case, arbitration orh*aCinOidentification
numbers; the name of the project over which the dispute arose; a description ofthe
subject matter ofthe dispute; and the final outcome ofthe claim.
'
13.9. List and describe all criminal proceedings or hearings concerning business related
off enonoinwhich the Bidder.Itsprincipals nroff icers orpreda000uororgonizaMun(s)were
defendants.
13-10. Has the Bidder, its principals, officers orpredecessor organ|zaUon(s) been debarred ur
suspended from bidding byany government during the last five (5)years? Ifyes, provide
Bid No. 15-16-019
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?
0 vi
Bid No. 15-16-019 Page 41
00502. SUPPLEMENT TO BID FORM:
CUSTOMER REFERENCE LISTING (Page 1 of 2)
Contractors shall furnish the names, addresses, and telephone numbers of a minimum of five (5) firms 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 NameCorJ1-sEDC-
Address 3Dt..) S Le...can-6 caoH, FL- Lic,tt-,1
Contact PersonlContract Amount duics cl-P^:‘ 1\101
Telephone No, /Fax No, 352_ -27 —1t_p2;61 352 -710)1
2) Company Name Ir(V`a 0:1 1-194,cUe.,1,30 (
Address \--44 ;)- Ci2.) g5NL\ ActX lir\c.,rvi' 33i
Contact Person/Contract Amount -0.9.Cc.cc 4
Telephone No. /Fax No. - 41 Lp t
3) CompanyName Fish+ W'tkc:NY-e
Address
D 1-)cr ctth:Ls
Contact Person/Contract Amountlf c-c- c., ers 75,1,1
Telephone No. /Fax No. L c_c
4) Company Name -5 L).4--h \-7L cv+ r
ttesk-00,,n
Address
Contact Person/Contract Amount N; (4.4 id If,
Telephone No. /Fax No. SO - (.0 - I 3,D._
Bid No. 15-16-019 Page 42
00502. SUPPLEMENT TOBID FORM:
CUSTOMER REFERENCE LISTING (Page 2 of 2)
/~^
\ /�� ��i���},�
�" �&�\�|��kf` ~ ~—~~'
�
�M�
Contact Pereon/ContnantAmount ru '`,���r^ ~w`I~~
Telephone No. /FaxNo.
5) Company Name
GA Company Name
Address
Contact Person/Contract Amount
Telephone No, /FaxNo.
7) Company Name
—
Address
Contact Person/Contract Amount
Telephone No. /FaxNo.
8)
Company Name
Address
Contact Person/Contract Amount
Telephone No. [Fax No.
DWNn. 1546-019 Pz^'0
`
00610. OFFICE LOCATION AFFIDAVIT (Page 1 of2)
Please type nrprint clearly, This Affidavit must bocompleted infull, signed and notarized ONLY |F
YOU MAINTAIN ANOFFICE WITHIN THE CORPORATE L(K8rrSOFTHE CITY OFK8iAM|.
Legal Name ufFirm:
Entity Type: (Check One) Partnership Sole Proprietorship Corporation
Corporation Document No:
Date Established
occupational License No:
Date of Issuance
PRESENT
Street Address:
State:
How long at this location:
PBEVOUS
Street Address:
State How long sdthis location:
According bxSection 1O-85ofthe City ofMiami Code, osamended:
The'Cilty Commission may offer to a responsible and responsive \ooe| bidder, who maintains an offom in
the City of Miami, the opportunity of accepting o bid at the low bid amount, ff the original bid amount
aubm|ttedbythe|uoa(b\dderdoaanotexoaed110parcentofthe{uwooLothernaoponaib|eandrespnnsivo
The intention of this section is to benefit local bona fide bidderstproposers to promote economic
development within the corporate limits ofthe City nfMiami.
|(vma'certify, under penalty ofperjury. that the offimalocation ofour firm has not been established with the
sale purpose of obtaining the advantage granted bona fide local bidders/proposers by this section,
i Bid No, 1546-018
y^ge44
00510. OFFICE LOCATION AFFIDAVIT (Page 2 of 2)
Authorize Signature Authorized Signature
Print Name Print Name
(Corporate Seal) 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
propdetor 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 his1her act and deed.
That helshahas produced as identification.
NOTARY PUBLIC:
My Commission Expires:
Please submit with your bid copies of Occupational License, professional andfor trade License to
verify |oro| status. The City of Miami also reserves the right to request m copy of the corporate
charter, corporate income tax fi|(ng return and any other documents(s) to verify the location of the
firm'aofDno.
`
Bid No. 15-16-019 Yuge45
0550 Local, Small, Disadvantaged and Minority/Women
Business Enterprise Participation
Project No.:
Bidder/Contractor:
Title:
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 I end is to be used in cam letin the apropriate columns.
Name of Firm (Bidder and
Subcontractors)
Business Designation
(check all that apply)
Certifying Agency
(Agencies)
List all applicable
Value of
Work
AssignedIA
warded
Percentage
of Total
Work or
Contract
BBE
CSBE or SBE
DBE
HBE
$
Local
MBE
WBE
None
(
BBB
CSBE cc SEE
DBE
HBE
Local
MBE
WBE
None
BBE
CSBE or SEE
DBE
HBE
Local
MBE
WBE
None
BB=
CSBE or SBE
DBE
HBE
Local
MBE
WBE
None
BBE
CSBE or SBE
DBE
HBE
Local
MBE
WSE
None
BBE
CSBE or SBE
DBE
HBE
Local
MBE
WBE
None
' LEGEND
Typesof Firm.
CertifyingEntities
BBE — Black- (A n-Amerin) owned Buslness Enterprse
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 — Minority Business Enterprise
MDPS — Miami Dade Public Schools
None — no special designation
Other — please Identify
SBE — Small Business Enterprise
VVBE — Woman -Owned Business Enterprise
NOTE: COPIES OF CERTIFICATIONS MUST BE ATTACHED. LOCAL FIRMS SHALL A7TACH THE LOCAL OFFICE
AFFIDAVIT
Bid No. 15-16-019
Page 46