Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE: April 21, 2021 City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Recommendation of Award for City Lots and Right -of -Way Landscaping Services REFERENCES: IFB No. 1316386 ENCLOSURES: Bid Tabulation RECOMMENDATION: Based on the findings below, the Procurement Department ("Procurement") hereby recommends the award of Invitation for Bid ("IFB") No. 1316386 to Coco Tree Service, Inc. ("Coco Tree") awarded as the primary vendor, Thomas Maintenance Services, Inc. ("Thomas Maintenance") awarded as the secondary vendor, and Superior Landscaping & Lawn Service, Inc. ("SLLS"), awarded as the tertiary vendor for City lot and right-of-way landscaping services, for the Department of Resilience and Public Works ("Public Works"), on an as needed basis. The awarded vendors, contract terms, and amounts are shown below. Contract Number/Title: IFB No. 1316386, City Lots and Right -of -Way Landscaping Services Contract Amount: The estimated contract amount is approximately $142,664.24 annually (approximately $713,321.20 in the aggregate). Contract Term: Initial term of three (3) years, with the option to renew for two (2) additional one (1) year periods. Recommended Vendors: Coco Tree Services, Inc. as the primary vendor, Thomas Maintenance, Services, Inc. as the secondary vendor, and Superior Landscaping & Lawn Service, Inc. as the tertiary vendor. BACKGROUND: On March 9, 2021, Procurement issued IFB No. 1316386 for the provision of City Lot and Right -of - Way Landscaping Services, under full and open competition. On March 29, 2021 at bid closing, five (5) bids were received. The bids were evaluated following the guidelines published in the bid. All bids were found to be responsive and responsible. Bids were tabulated to determine the above -mentioned primary, secondary, and tertiary awardees. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of thi ecommendation. Approved: A hur No ie•a V. City Manager Date: y'c AP:tg c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeribe Ihekwaba, Ph.D, P.E., Assistant City Manager, Chief of Infrastructure Juvenal Santana, P.E., Director, Public Works Yadissa A. Calderon, CPPB, Assistant Director, Procurement PR21122 ATTACHMENT E IFB 1316386 BID PRICE SHEET Item Description Qty ■" `"' Measure Coco Tree Service Thomas Maintenance Superior Landscape City Parcels and Miscellaneous Lots 1 City Lot Landscaping Services including but not limited to mowing, miscellaneous lot clearing, and watering. Price per square foot. See Attachment I - Locations, for a list of locations, their addresses, and square footage. 1 Sq. Ft. $ 0.02 $ 0.02 $ 0.02 Other Landscaping and Maintenance Items 2 Sodding: Installation of St. Augustine Grass as per Attachment F - Sodding Specification. Inclusive of fine sand, top soil, watering, etc. 1 Sq. Ft. $ 0.39 $ 1.00 $ 1.00 3 Herbicide/Insect Spraying (per location) 1 location $ 20.00 $ 0.50 $ 290.00 4 Erecting/Stalking/Bracing (per tree) inclusive of all materials, equipment and labor. 1 Tree $ 225.00 $ 55.00 $ 75.00 5 Stump Removal 0"-12" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each $ 150.00 $ 165.00 $ 264.00 6 Stump Removal 13"-24" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each $ 175.00 $ 304.00 $ 528.00 7 Stump Removal 25"-36" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each $ 350.00 $ 550.00 $ 792.00 8 Stump Removal 37" or more trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each $ 500.00 4 $ 850.00 $ 1,078.00 9 Fine Sand (Crushed Limerock) Installation at eroded areas in the swale and medians of public right of ways. Inclusive of all labor, equipment and materials such as water for dust control. 1 Cu. Yd $ 80.00 $ 28.00 $ 160.00 10 Fencing Installation inclusive of labor, materials, and equipment for a heavy duty 6' ht, 6 guage chain link fence. All appurtenances shall be included. 1 Linear Ft. $ 15.00 $ 4.71 $ 50.00 Right of Way and Swale Areas 11 NE 10TH BTW NE 87TH & 86TH STREET (SWALE E.) EACH $ 35.00 $ 35.00 $ 69.00 12 NE 87TH STREET BTW BAYSHORE DR & BISCAYNE BAY (E. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 69.00 13 NE BAYSHORE DRIVE & BISC BAY (N. GUARDRAIL) EACH $ 35.00 $ 50.00 $ 69.00 14 NE 84TH STREET & BTW HOUSE #1176 & BISC BAY (CANAL) EACH $ 35.00 $ 40.00 $ 69.00 15 NE 10TH AVE & NE N. LITTLE RIVER DR (S. GUARDRAIL) EACH $ 35.00 $ 35.00 $ 69.00 16 BELLE MEADE ISLAND DR EAST (ROUND ABOUT) EACH $ 35.00 $ 40.00 $ 69.00 17 NE 84TH STREET & NE 3RD AVE (MEDIAN) EACH $ 35.00 $ 40.00 $ 69.00 18 NE 4TH AVE BTW 84TH STREET & 82ND TERR (S. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 70.00 19 NE 82ND TERR BTW 4TH AVE & RAILROAD (N. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 70.00 20 NE 4TH AVE BTW NE 80TH TERR & 79TH STREET (EAST) EACH $ 35.00 $ 60.00 $ 70.00 21 NE 4TH CT B/W NE 79TH STREET & 77TH STREET RD (HUMP) EACH $ 35.00 $ 50.00 $ 70.00 22 NE 5TH AVE BTW 78TH STREET & L. RIVER (S. GUARDRAIL) EACH $ 35.00 $ 50.00 $ 70.00 23 NE 5TH AVE BTW 77TH STREET & L. RIVER (N. GUARDRAIL) EACH $ 35.00 $ 35.00 $ 70.00 24 NE 76TH STREET & NE 75TH STREET (MEDIAN) EACH $ 35.00 $ 50.00 $ 70.00 25 NE 73RD STREET BTW 2ND AVE & 3RD CT (RAILROAD) EACH $ 35.00 $ 40.00 $ 70.00 26 NE 4TH AVE BTW 71ST STREET & 72ND TERR (RAILROAD) EACH $ 35.00 $ 40.00 $ 70.00 27 NE 83RD STREET & E DIXIE HWY (MEDIAN) EACH $ 35.00 $ 50.00 $ 70.00 28 NE 82ND TERR & E DIXIE HWY (MEDIAN) EACH $ 35.00 $ 50.00 $ 70.00 29 MORNINGSIDE - BISCAYNE BLVD TO THE BAY FROM NE 55 ST TO NE 59 ST EACH $ 35.00 $ 40.00 $ 69.00 30 NW 12TH AVE BTW NW 62ND STREET & 71ST STREET (MEDIAN & WEST) EACH $ 35.00 $ 100.00 $ 69.00 31 NW 5 AVE FROM NW 67 ST TO NW 71 ST EACH $ 35.00 $ 88.00 $ 69.00 Approved by (print name): Signature: ATTACHMENT E IFB 1316386 BID PRICE SHEET 32 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) EACH $ 35.00 $ 55.00 $ 69.00 33 FEDERAL HWY BTW NE 37 & 54TH STREET (RAILROAD) EACH $ 35.00 $ 40.00 $ 120.00 34 NE 36TH STREET BTW FEDERAL HWY & NE 7TH AVE (MEDIAN) EACH $ 35.00 $ 40.00 $ 69.00 35 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) EACH $ 35.00 $ 40.00 $ 69.00 36 59 STREET FROM NW 2 AVE TO NE 2 AVE EACH $ 35.00 $ 299.00 $ 69.00 37 59 ST FROM NE 4 AVE TO BISCAYNE BAY EACH $ 35.00 $ 40.00 $ 69.00 38 58 ST FROM NE 4 COURT TO BISCAYNE BLVD EACH $ 35.00 $ 50.00 $ 69.00 39 NE 2 AVE FROM 54 ST TO 71 ST -- TREE GRATES EACH $ 35.00 $ 65.00 $ 69.00 40 NE 69 ST TO NE 71 ST FROM BISCAYNE BLVD TO NE 10 AVE EACH $ 35.00 $ 35.00 $ 69.00 41 NW 52ND STREET BTW 7TH AVE & XPW (E. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 42 NW 51 STREET BTW 7TH AVE & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 43 NW 6TH CT BTW 46 & 48 ST. (EXPRESSWAY) EACH $ 35.00 $ 40.00 $ 49.00 44 NW 6TH CT BTW 43 & 46 STREET (EXPRESSWAY) EACH $ 35.00 $ 35.00 $ 49.00 45 NW 6TH AVE BTW 49 & 53 RD STREET (EXPRESSWAY) EACH $ 35.00 $ 60.00 $ 49.00 46 NW 6TH AVE BTW 46 ST & 48TH ST (EXPRESSWAY) EACH $ 35.00 $ 45.00 $ 49.00 47 NW 6TH AVE BTW 46 ST & 47TH ST (S. BAY VISTA PARK) EACH $ 35.00 $ 60.00 $ 49.00 48 NW 6TH AVE BTW 40TH STREET & 46TH STREET (EXPRESSWAY) EACH $ 35.00 $ 40.00 $ 49.00 49 NW 5TH AVE BTW NW 46 & 54TH STREET (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 50 NW 5TH AVE BTW 40TH STREET & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 51 NW 39 ST BTW 3RD AVE & XPWY (W. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 52 NW 5 AVE BTW 37TH ST & XPWY (N. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 53 NW 38 ST BTW N MIAMI AVE & 2ND AVE TO D. END (SOUTH) EACH $ 35.00 $ 40.00 $ 49.00 54 NE 38 ST BTW N MIAMI AVE & NE 1ST AVE (SOUTH) EACH $ 35.00 $ 40.00 $ 49.00 55 NW 36 ST BTW 7 AVE & NE 2ND AVE (SWALE & MEDIAN) EACH $ 35.00 $ 240.00 $ 49.00 56 NW 53RD ST BTW 6 & 7 AVE (NORTH & SOUTH SWALE) EACH $ 35.00 $ 20.00 $ 49.00 57 NW 16 AVE BTW 50 & 46 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 58 NW 15 CT BTW 5 & 46 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 59 NW 15 AVE BTW 50 & 46 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 60 NW 49 ST BTW 17 & 15 AVE (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 61 NW 47 ST BTW 17 & 15 AVE (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 62 NW 11 AVE BTW NW 48 & 50 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 63 NW 11 AVE BTW 47 & 46 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 64 NW 8 AVE BTW 48 & 50 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 65 NW 8 AVE BTW 46 & 47 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 66 NW 8 AVE BTW 41 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 25.00 $ 49.00 67 NW 40 ST BTW 17 & 18 AV (EXPRESSWAY) EACH $ 35.00 $ 55.00 $ 49.00 68 NW 23 CT BTW 21 TERR & RAILROAD (N GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 69 2001 NW 28 ST (LOT) EACH $ 35.00 $ 40.00 $ 49.00 70 NW 34 ST BTW 10 & 8 AV (NORTH & SOUTH) EACH $ 35.00 $ 40.00 $ 49.00 71 NW 15 AVE BTW 23 ST & RAILROAD (S. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 120.00 72 NW 15 AVE & 22ND ST (N GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 73 NW 17 TO 12 AVE, NW 20 TO 22 ST (VARIOUS PLANTERS) EACH $ 35.00 $ 40.00 $ 49.00 74 NW 14 AVE BTW NW 21 & 23 ST (VARIOUS PLANTERS) EACH $ 35.00 $ 32.00 $ 49.00 75 ALLEY ON NW 11 AVE BTW NW 33 & 34 ST (PLANTERS) EACH $ 35.00 $ 32.00 $ 49.00 76 NW 34 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 32.00 $ 49.00 77 NW 33 ST BTW 7 AVE CIRCLE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 32.00 $ 49.00 78 NW 28 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 32.00 $ 49.00 79 NW 27 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 32.00 $ 49.00 80 NW 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 32.00 $ 49.00 Approved by (print name): Signature: ATTACHMENT E IFB 1316386 BID PRICE SHEET 81 NW 2 ST BTW 7 AVE XPWY (E GUARDRAIL) EACH $ 35.00 $ 32.00 $ 49.00 82 NW 23 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 32.00 $ 49.00 83 NW 22 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 32.00 $ 49.00 84 NW 6 AVE BTW 21 TERR & 35 ST (EXPRESSWAY) EACH $ 35.00 $ 32.00 $ 49.00 85 NW 5 AVE BTW 23 & 36 ST (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 86 NE 29 ST BTW N MIAMI AVE & RAILROAD (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 87 NE 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 50.00 $ 49.00 88 NE 25 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) EACH $ 35.00 $ 60.00 $ 49.00 89 NE 24 ST BTW N MIAMI AE & RAILROAD (W GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 90 NE 22 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 91 NE 22 ST BTW 2 AVE RIALROAD (E GUARDRAIL) EACH $ 35.00 $ 111.00 $ 49.00 92 NE 23 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH $ 35.00 $ 111.00 $ 49.00 93 NE 24 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH $ 35.00 $ 111.00 $ 49.00 94 NE 25 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH $ 35.00 $ 111.00 $ 49.00 95 NE 26 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH $ 35.00 $ 111.00 $ 49.00 96 NW 6 CT BTW 30 & 32 ST (EXPRESSWAY) EACH $ 35.00 $ 40.00 $ 49.00 97 NW 4 CT BTW 20 ST & DEADEND (ROUND ABOUT) EACH $ 35.00 $ 15.00 $ 49.00 98 NE 34 ST BTW 5 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 99 NE 31 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 15.00 $ 49.00 100 NE 30 ST BTW 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 15.00 $ 49.00 101 NE 29 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 15.00 $ 49.00 102 NE N BAYSHORE DR & NE 28 ST (BIS. BAY) EACH $ 35.00 $ 40.00 $ 49.00 103 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 15.00 $ 49.00 104 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 105 NE 25 ST BTW BISC BLVD & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 106 NE 24 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 15.00 $ 49.00 107 NE 23 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 15.00 $ 49.00 108 NE 22 TERR BTW 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 60.00 $ 49.00 109 NE 22 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 $ 15.00 $ 49.00 110 BISCAYNE BLVD BTW NE 24 7 36 ST (SWALE & MEDIAN) EACH $ 35.00 $ 399.00 $ 49.00 111 NE 4 AVE BTW NE 17 TERR & 19 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 112 NE 17 ST BTW NE 2 AVE & BISC BLVD (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 113 N BAYSHORE DR BTW NE 17 & 13 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 114 BISC. BLVD BTW NE 11 & 19 ST (SWALE & MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 115 NW 9 ST BTW 3 AVE & XPWY (W GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 116 NW 14 TERR & 2 AVE ALONG XPWY (EXPRESSWAY) EACH $ 35.00 $ 40.00 $ 49.00 117 NW 1 AVE & 14 ST (HUMP) EACH $ 35.00 $ 40.00 $ 49.00 118 NW 1 AVE BTW 13 ST ALONG RR TRACK (EAST & WEST) EACH $ 35.00 $ 40.00 $ 49.00 119 NW 1 AVE BTW 7 & 10 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 120 NW 9 ST BTW MIAMI AVE & 1 AVE (ALL) EACH $ 35.00 $ 40.00 $ 49.00 121 N MIAMI AVE & NW 20 ST BY RR TRACK (HUMP) EACH $ 35.00 $ 40.00 $ 49.00 122 N MIAMI AVE & NW 19 ST BY RR TRACK (HUMP) EACH $ 35.00 $ 40.00 $ 49.00 123 N MIAMI AVE & NW 14 ST (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 124 NW 12 AVE FROM NW 12 ST TO NW 14 ST EACH $ 35.00 $ 40.00 $ 49.00 125 NW 8 ST RD BTW 11 & 10 ST (SWALE WEST) EACH $ 35.00 $ 40.00 $ 49.00 126 NW 11 ST RD BTW XPWY & NW 10 AVE (EXPRESSWAY) EACH $ 35.00 $ 50.00 $ 49.00 127 SUNNY BROOK RD BTW XPWY & 10 AVE (W GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 128 SPRING GARDEN RD BTW XPWY & 10 AVE (W GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 129 NW 13 AVE & MIAMI RIVER DEAD END (ROUND ABOUT) EACH $ 35.00 $ 40.00 $ 49.00 Approved by (print name): Signature: ATTACHMENT E IFB 1316386 BID PRICE SHEET 130 1458 NW S RIVER DR (SWALE) EACH $ 35.00 $ 40.00 $ 49.00 131 NW 15 AVE & NW 9 ST (SWALE NE CORNER) EACH $ 35.00 $ 40.00 $ 49.00 132 NW 9 ST BTW 17 AVE & HOUSE #1511 (SWALE NORTH) EACH $ 35.00 $ 40.00 $ 49.00 133 NW S RIVER DR BTW HOUSE #1520 & # 1665 (SWALE SOUTH) EACH $ 35.00 $ 40.00 $ 49.00 134 NW 16 AVE BTW NW S. RIVER DR & MIAMI RIVER (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 135 NW 15 AVE BTW NW N RIVER DR & MIAMI RIVER (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 136 NW N NIRVER DR BTW 13 TER & 14 AVE (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 137 NW 13 TER BTW 14 AVE & NW N RIVER DR (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 138 NW 14 AVE BTW 14 & 20 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 139 NW 14 AVE BTW 14 TER & 15 ST (SWALE-WEST) EACH $ 35.00 $ 40.00 $ 49.00 140 NW 14 AVE & 15 ST (ROUND ABOUT) EACH $ 35.00 $ 25.00 $ 49.00 141 NW 14 AVE & NW 17 ST (LOT) EACH $ 35.00 $ 30.00 $ 49.00 142 NW 17 ST & 16 TER ALONG CANT (WEST) EACH $ 35.00 $ 30.00 $ 49.00 143 NW 9 AVE & 15 ST (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 144 NW 14 ST FROM NW 12 AVE TO NW 14 AVE EACH $ 35.00 $ 30.00 $ 49.00 145 NW N RIVER DR & 22 PL (ROUND ABOUT) EACH $ 35.00 $ 30.00 $ 49.00 146 NW 14 ST BTW S RIVER DR & 20 CT (ROUND ABOUT) EACH $ 35.00 $ 40.00 $ 49.00 147 NW 13 ST BTW HOUSE #2500 & DEAD END (SWALE SOUTH) EACH $ 35.00 $ 30.00 $ 49.00 148 NW 11 ST BTW NW 27 & 22 AV (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 149 NW 26 AV RD BTW 24 CT & XPWY (SWALE) EACH $ 35.00 $ 30.00 $ 49.00 150 NW 23 AV BTW NW 11 & 7 ST (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 151 NW 22 PL BTW 9 ST & XPWY (N. GUARDRAIL) EACH $ 35.00 $ 30.00 $ 49.00 152 NW 22 CT BTW 9 ST & XPWY (N. GUARDRAIL) EACH $ 35.00 $ 30.00 $ 49.00 153 NW 9 ST BTW NW 21 CT & 18 AV (EXPRESSWAY) EACH $ 35.00 $ 30.00 $ 49.00 154 ALONG NW 18 AV & 17 PL & NW 7 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 155 NW 17 CT BTW 7 ST & XPWY (N. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 156 NW 17 CT BTW NW S. RIVER DR & XPWY (SWALE WEST) EACH $ 35.00 $ 40.00 $ 49.00 157 NW S RIVER DR & 18 AV (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 158 NW 18 AV BTW NW HOUSE #1022 & 10 (SWALE EAST) EACH $ 35.00 $ 40.00 $ 49.00 159 NW 10 ST BTW NW 18 CT & 18 AV (SWALE SOUTH) EACH $ 35.00 $ 40.00 $ 49.00 160 NW 18 PL BTW NW S RIVER DR & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 50.00 $ 49.00 161 NW 19 AV BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 162 W 19 CT BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 163 NW 20 AV BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 164 NW 21 AVE BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 165 NW 21 CT BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 30.00 $ 49.00 166 NW 11 ST AT NW 18 AVE (TRIANGLE) EACH $ 35.00 $ 25.00 $ 49.00 167 DELAWARE PKWY BTW 20 & 27 ST (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 168 NW 13 ST BTW 29 AV XPWY (E GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 169 NW 28 AV BTW 14 ST & XPWY (ROUND ABOUT) EACH $ 35.00 $ 15.00 $ 49.00 170 NW 30 AV BTW 13 & 14 ST (LOT) EACH $ 35.00 $ 50.00 $ 49.00 171 NW 31 AV BTW 13 ST & CANAL (S GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 172 NW 13 ST BTW 13 ST & CANAL (S GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 173 NW 33 CT BTW 14 ST & CANAL (LOT) EACH $ 35.00 $ 49.00 $ 49.00 174 NW 13 ST BTW 29 AV & XPWY (E GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 175 NW 29 AV BTW XPWY & 11 ST (SWALE EAST & WEST) EACH $ 35.00 $ 40.00 $ 49.00 176 NW 32 AV BTW & XPWY (N GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 177 NW 32 CT BTW 11 ST & XPWY (N GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 178 NW 32 PL BTW 11 ST & XPWY (N GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 Approved by (print name): Signature: ATTACHMENT E IFB 1316386 BID PRICE SHEET 179 NW 32 PL BWT 13 TER & XPWY (S GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 180 NW 33 AV BTW 11 ST & XPWY (N GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 181 NW 35 AV BTW 13 ST & XPWY (N GUARDRAIL) EACH $ 35.00 $ 35.00 $ 49.00 182 NW 35 CT BTW NW 11 & 7 ST (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 183 NW 13 TER & NW 32 PL (PLANTER) EACH $ 35.00 $ 25.00 $ 49.00 184 NW 14 ST BTW OVERPASS & 37 AV (SWALE NO & SO) EACH $ 35.00 $ 35.00 $ 49.00 185 NW 45 AV BRIDGE OVER COMFORT CANAL (SWALE) EACH $ 35.00 $ 35.00 $ 49.00 186 SW FLAGAMI BLVD & SW 8 ST (ROUND ABOUT) EACH $ 35.00 $ 35.00 $ 49.00 187 SW 8 ST & TAMIAMI BLVD (ROUND ABOUT) EACH $ 35.00 $ 32.00 $ 49.00 188 SW 73 CT & SW 8 ST (ROUND ABOUT) EACH $ 35.00 $ 41.00 $ 49.00 189 NW 67 AV BTW TAMIAMI CANAL RD & CANAL (N GUARDRAIL) EACH $ 35.00 $ 24.00 $ 49.00 190 TAMIAMI BLVD & SW 4 ST (ROUND ABOUT) EACH $ 35.00 $ 35.00 $ 49.00 191 SW 68 AV & SW 4 ST (ROUND ABOUT) EACH $ 35.00 $ 38.00 $ 49.00 192 SW 68 AV & SW 6 ST (ROUND ABOUT) EACH $ 35.00 $ 41.00 $ 49.00 193 NW 61 AV & NW 7 ST (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 194 NW 62 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH $ 35.00 $ 40.00 $ 49.00 195 NW 63 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH $ 35.00 $ 30.00 $ 49.00 196 NW 64 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH $ 35.00 $ 91.00 $ 49.00 197 NW 65 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH $ 35.00 $ 30.00 $ 49.00 198 NW 64 CT & TAMIAMI CANAL RD (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 199 NW 62 CT & TAMIAMI CANAL RD (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 200 SW 66 AV & SW 2 ST (ROUND ABOUT) EACH $ 35.00 $ 40.00 $ 49.00 201 SW 63 CT & SW 6 ST (ROUND ABOUT) EACH $ 35.00 $ 35.00 $ 49.00 202 SW 63 CT & SW 2 ST (ROUND ABOUT) EACH $ 35.00 $ 35.00 $ 49.00 203 SW 59 CT & SW 2 ST (LOT) EACH $ 35.00 $ 35.00 $ 49.00 204 SW 38 CT BTW W FLAGLER ST & SW 4 ST (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 205 SW 32 CT RD BTW SW 33 AV & W FLAGLER ST (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 206 SW 33 AV BTW SW 6 & 8 ST (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 207 NW 23 PL BTW NW 7 & 3 ST (ROUND ABOUT) EACH $ 35.00 $ 41.00 $ 49.00 208 GLENNROYAL PKWY BTW NW 1 & 22 AV (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 209 GLENNROYAL PKWY & NW 1 AV (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 210 GLENNROYAL PKWY & 23 AV (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 211 W FLAGLER ST & SW 1 ST (MEDIANT) EACH $ 35.00 $ 45.00 $ 49.00 212 SW 8 ST BTW SW 27 & 17 AV (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 213 NW 17 AV BTW 5 & 6 ST (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 214 SW 22 AV & SW 7 ST (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 215 SW 8 ST BTW SW 17 & 7 AV (SWALE N & S) EACH $ 35.00 $ 45.00 $ 49.00 216 NW 17 AV BTW 5 & 6 ST (HUMP) EACH $ 35.00 $ 45.00 $ 49.00 217 NW 1 AV & NW 1 ST (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 218 NW 1 AV BTW NW 5 & 7 AV (SWALE W) EACH $ 35.00 $ 45.00 $ 49.00 219 SW 5 ST BTW 3 AV & MIAMI RIVER (GUARDRAIL) EACH $ 35.00 $ 45.00 $ 49.00 220 SW S RIVER DR BTW NW 1 ST & SW 4 ST (SWALE E & W) EACH $ 35.00 $ 45.00 $ 49.00 221 NW N RIVER DR NTW SW 2 AV & NW 5 ST (SWALE E & W) EACH $ 35.00 $ 50.00 $ 49.00 222 NW 4 ST & NW N RIVER DR (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 223 S MIAMI AV & SW 4 ST (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 224 25 SW S RIVER DR (LOT) CONTRACTOR EACH $ 35.00 $ 50.00 $ 49.00 225 109 SW S RIVER DR (LOT) CONTRACTOR EACH $ 35.00 $ 50.00 $ 49.00 226 19 SW N RIVER DR (LOT) CONTRACTOR EACH $ 35.00 $ 45.00 $ 49.00 227 121 SW N RIVER DR (LOT) CONTRACTOR EACH $ 35.00 $ 40.00 $ 49.00 Approved by (print name): Signature: ATTACHMENT E IFB 1316386 BID PRICE SHEET 228 114 SW N RIVER DR (LOT) CONTRACTOR EACH $ 35.00 $ 50.00 $ 49.00 "- 229 BISCAYNE BLVD BTW CHOPIN PLAZA & NE 7 AV (MEDIAN) PARK'S EACH $ 35.00 $ 50.00 $ 190.00 230 SW SE 15 RD BTW SW 11 ST & S BAYSHORE DR (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 231 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) EACH $ 35.00 $ 50.00 $ 49.00 232 SW 17 RD S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 $ 50.00 $ 49.00 233 SW 28 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 $ 50.00 $ 49.00 234 SW 18 TER S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 $ 40.00 $ 49.00 235 SW 19 RD EAST OF S MIAMI AV (DEAD END W) EACH $ 35.00 $ 40.00 $ 49.00 236 SW 20 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 $ 40.00 $ 49.00 237 SW 21 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 $ 40.00 $ 49.00 238 SW 22 RD S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 $ 40.00 $ 49.00 239 SW 23 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 $ 40.00 $ 49.00 240 SW 24 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 $ 40.00 $ 49.00 241 SW 1 AV BTW SW 27 RD & 15 RD (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 242 SW 25 RD BTW BISC BAY & XPWY (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 243 SW 24 RD BTW S MIAMI AV & SW 3 AV (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 244 SW 23 RD BTW S MIAMI AVE & SW 4 AV (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 245 SW 2 AV BTW SW 19 RD & XPWY (GUARDRAIL W) EACH $ 35.00 $ 40.00 $ 49.00 246 SW 2 CT BTW SW 18 RD & XPWY (DEAD END & LOT) EACH $ 35.00 $ 50.00 $ 49.00 247 SW 2 CT BTW SW 17 RD & XPWY (GUARDRAIL E) EACH $ 35.00 $ 50.00 $ 49.00 248 SW 11 ST ST 4 AV & XPWY (GUARDRAIL W) EACH $ 35.00 $ 50.00 $ 49.00 249 SW 11 ST BTW SW 3 AV & XPWY (GUARDRAIL E) EACH $ 35.00 $ 50.00 $ 49.00 250 SW 10 ST BTW SW 4 AV & XPWY (GUARDRAIL W) EACH $ 35.00 $ 50.00 $ 49.00 251 SW 4 AV BTW SW 8 & 10 ST (SWALE W) EACH $ 35.00 $ 50.00 $ 49.00 252 SW 3 AV BTW SW 8 & 10 ST (SWALE E) EACH $ 35.00 $ 45.00 $ 49.00 253 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E) EACH $ 35.00 $ 30.00 $ 49.00 254 SW 2 AV BTW SW 23 & 27 RD (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 255 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) EACH $ 35.00 $ 35.00 $ 49.00 256 SW 12 ST BTW BRICK BAY DR & BISC BAY (SWALE N&S) EACH $ 35.00 $ 35.00 $ 49.00 257 SW 13 AV BTW SW 8 & 22 ST (MEDIAN) CUBAN MEMORIAL BLVD EACH $ 35.00 $ 35.00 $ 49.00 258 SW 27 RD BTW SW 1 & 5 AV (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 259 SW 26 RD BTW SW 1 & 5 AV (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 260 SW 25 RD BTW SW 2 & 5 AV (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 261 SW 24 RD BTW SW 3 & 5 AV (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 262 SW 23 RD BW SW 3 & 5 AV (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 263 SW 1 AV BTW SW 25 & 28 RD (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 264 SW 24 RD & SW 10 AV (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 265 SW 25 RD & SW 13 st (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 266 SW 9 AV & SW 10 ST (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 267 SW 22 ST BTW SW 17 & 27 AV (MEDIAN) CORAL WAY CONTRACTOR EACH $ 35.00 $ 35.00 $ 49.00 268 SW 10 ST RD BTW SW 8 & 10 ST (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 269 SW 8 ST TO SW 10 ST FROM SW 19 AVE TO SW 22 AVE EACH $ 35.00 $ 35.00 $ 49.00 270 SW 27 AVE FROM SW 8 ST TO SW 16 ST EACH $ 35.00 $ 129.00 $ 49.00 271 SW 22 ST BTW SW 27 & 37 AV (MEDIAN) CORAL WAY CONTRACTOR EACH $ 35.00 $ 35.00 $ 49.00 272 SW 32 AV BTW SW 21 & 16 ST (SWALE W) EACH $ 35.00 $ 118.00 $ 49.00 273 SW 16 ST BTW SW 32 & 34 AV (SWALE S) EACH $ 35.00 $ 35.00 $ 49.00 274 SW 11 ST BTW SW 36 CT & 30 AV (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 275 SW 33 AV BTW DEAD END & SW 8 ST (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 276 SW 37 AV & SW 20 ST (MEDIAN) CONTRACTOR EACH $ 35.00 $ 35.00 $ 49.00 Approved by (print name): Signature: ATTACHMENT E IFB 1316386 BID PRICE SHEET 277 SW 9 ST BTW SW 29 CT & 30 AV (SWALE N) EACH $ 35.00 $ 35.00 $ 49.00 278 S DIXIE HWY BTW SW 27 AV & BIRD RD (SWALE N) EACH $ 35.00 $ 35.00 $ 49.00 279 S DIXIE HWY & SW 28 TER (MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 280 SW 29 AV & SW 27 TER (N GUARDRAIL) EACH $ 35.00 $ 21.00 $ 49.00 281 SW 27 AVE FROM US1 TO SW 16 ST EACH $ 35.00 $ 40.00 $ 49.00 282 GRAND AVE TO HIBISCUS FROM DOUGLAS RD TO MAIN HWY EACH $ 35.00 $ 40.00 $ 49.00 283 GRAND AVE TO BIRD AVE FROM DOUGLAS RD TO VIRRICK PARK EACH $ 35.00 $ 40.00 $ 49.00 284 SW 36 AVE AND SW 22 ST (NORTH SIDE MEDIANS) EACH $ 35.00 $ 40.00 $ 49.00 285 SW 27 ROAD FROM S. MIAMI COURT TO DEAD END EACH $ 35.00 $ 40.00 $ 49.00 286 S DIXIE HWY BTW SW 27 & 17 AV (SWALE N) EACH $ 35.00 $ 40.00 $ 49.00 287 S DIXIE HWY & SW 27 TER (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 288 MORRIS LN BTW TIGER TAIL AB & DEAD END (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 289 AH-WEE-A CT BTW BAYSHORE LN & BISC BAY (LOT -ALLEY) EACH $ 35.00 $ 50.00 $ 49.00 290 AVIATION AV & SW 27 AV (MEDIAN) EACH $ 35.00 $ 30.00 $ 49.00 291 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN PL (MEDIAN) EACH $ 35.00 $ 65.00 $ 49.00 292 SW 3 AV BTW SW 22 ST & SW 16 AV (MEDIAN) SIDE ONLY EACH $ 35.00 $ 65.00 $ 49.00 293 SW 2 TER & SW 3 AV (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 294 SW 22 TER & SW 32 AV (LOT) EACH $ 35.00 $ 50.00 $ 49.00 295 S DIXIE HWY BTW SW 17 AV & 95 RAMP (SWALE N) EACH $ 35.00 $ 65.00 $ 90.00 296 SW 1 AV BTW SW 17 & 16 AV (MEDIAN) EACH $ 35.00 $ 40.00 $ 49.00 297 ALATKA ST BTW S DIXIE HWY & S MIAMI AV (SWALE E) EACH $ 35.00 $ 40.00 $ 49.00 298 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 299 SE 32 RD BTW S SIXIE HWY & BRICKELL AV (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 300 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT EACH $ 35.00 $ 50.00 $ 90.00 301 HALISSEE ST & S DIXIE HWY (MEDIAN) EACH $ 35.00 $ 45.00 $ 49.00 302 SW 22 AT BTW SW 17 & 12 AV (MEDIAN) CORAL WAY CONTRACTOR EACH $ 35.00 $ 45.00 $ 49.00 303 BRICKELL AV BTW SW 8 ST & SE 26 RD (MEDIAN) CONTRACTOR EACH $ 35.00 $ 40.00 $ 49.00 304 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT EACH $ 35.00 $ 35.00 $ 49.00 305 SW 25 RD BTW SW 2 AV & BISC BAY (MEDIAN) TO BRICKELL BAY EACH $ 35.00 $ 35.00 $ 49.00 306 CALUSA ST BTW TIGER TAIL AV & DEAD END (MEDIAN) CONTRACTOR EACH $ 35.00 $ 35.00 $ 49.00 307 CRYSTAL VIEW CT & BISC BAY (DEAD END & MEDIAN) EACH $ 35.00 $ 35.00 $ 49.00 308 ROCKERMAN RD BTW S BAYSHORE DR & BAYSHORE VILLAS DR (MEDIAN) EACH $ 35.00 $ 50.00 $ 49.00 309 S DIXIE HWY BTW SW 37 AV & BIRD RD (SWALE N) EACH $ 35.00 $ 50.00 $ 49.00 310 GRAND AVE &VIRGINIA ST (ROUND ABOUT) EACH $ 35.00 $ 40.00 $ 49.00 311 MARLER AV BTW DOUGLAS RD & PLAZA ST (ALL) EACH $ 35.00 $ 40.00 $ 49.00 312 HIBISCUS ST BTW LOQUAT AV & DEAD END (ALL) CONTRACTOR EACH $ 35.00 $ 50.00 $ 49.00 313 METRO RAIL BTW SW 37 AV & BIRD RD (SWALES) CONTRACTOR EACH $ 35.00 $ 50.00 $ 190.00 314 MARLER AV BTW PLAZA ST & HIBISCUS ST (SWALE S) EACH $ 35.00 $ 40.00 $ 49.00 315 FRANKLIN AV BTW ROYAL CT & DOUGLAS RD (PLANTERS) EACH $ 35.00 $ 30.00 $ 49.00 316 PLAZA ST & PALMETTO AV (LOTS) EACH $ 35.00 $ 125.00 $ 49.00 317 FRANKLIN AV & ROYAL RD (ROUND ABOUT) CONTRACTOR EACH $ 35.00 $ 30.00 $ 49.00 318 FRANKLIN AV & PLAZA ST (ROUND ABOUT) CONTRACTOR EACH $ 35.00 $ 30.00 $ 49.00 319 VIRGINIA ST & SHIPPING AV (ROUND ABOUT) CONTRACTOR EACH $ 35.00 $ 30.00 $ 49.00 320 METRO RAIL BTW BROOKER ST SW 37 AV (SWALES) EACH $ 35.00 $ 40.00 $ 160.00 321 VENTURA AV & LA PLAYA BLVD (MEDIAN) EACH $ 35.00 _ $ 40.00 $ 37.00 4 PRIMARY SECONDARY TERTIARY Total $ 10,885.00 $ 13,843.00 $ 16,435.00 LOWEST LOCAL OFFICE NO BAFO REQUIRED; NOT WITHIN 15% OF LOWEST BIDDER Approved by (print name): Signature: Additional Clarification of Total Annual Cost for Services City Parcels and Miscellaneous Lots Price per SqFt Total Cost of Basic Landscaping Services for one month 1 3500 NW 11th Avenue 12510 Sq. Ft. 0.02 $ 250.20 2 2115 NW 18th Street 6550 Sq. Ft. 0.02 $ 131.00 3 169 NW 35th Street 5000 Sq. Ft. 0.02 $ 100.00 4 6200 NW 17th Avenue 13924 Sq. Ft. 0.02 $ 278.48 5 6201 NW 17th Avenue 29318 Sq. Ft. 0.02 $ 586.36 6 1388 NW 62nd Street 2750 Sq. Ft. 0.02 $ 55.00 7 1199 NW 62nd Street 12819 Sq. Ft. 0.02 $ 256.38 8 5899 NW 17th Avenue 4984 Sq. Ft. 0.02 $ 99.68 9 1387 NW 58th Street 2650 Sq. Ft. 0.02 $ 53.00 10 1544 NW 58th Terrace 5300 Sq. Ft. 0.02 $ 106.00 11 5860 NW 17th Avenue 6270 Sq. Ft. 0.02 $ 125.40 12 1230 NW 58th Terrace 10600 Sq. Ft. 0.02 $ 212.00 13 5435 NW 1st Court 5261 Sq. Ft. 0.02 $ 105.22 14 5515 NW 1st Court 5864 Sq. Ft. 0.02 $ 117.28 15 276 NW 53rd Street 7200 Sq. Ft. 0.02 $ 144.00 16 1798 NW 1st Place 2700 Sq. Ft. 0.02 $ 54.00 17 1812 NW 2nd Avenue 1875 Sq. Ft. 0.02 $ 37.50 18 1755 NW 2nd Avenue 6550 Sq. Ft. 0.02 $ 131.00 19 714 NW 4th Avenue 3000 Sq. Ft. 0.02 $ 60.00 20 1614 NW 1st Court 3000 Sq. Ft. 0.02 $ 60.00 21 240 NW 11th Street 7500 Sq. Ft. 0.02 $ 150.00 22 1101 NW 62nd Street 5724 Sq. Ft. 0.02 $ 114.48 23 411 NE 69th Street 5100 Sq. Ft. 0.02 $ 102.00 24 1270 NW 60th Street 10600 Sq. Ft. 0.02 $ 212.00 25 5575 NW 17th Avenue 13120 Sq. Ft. 0.02 $ 262.40 26 1461 NW 60th Street 10600 Sq. Ft. 0.02 $ 212.00 27 3431 NW 6th Avenue 5777 Sq. Ft. 0.02 $ 115.54 28 601 NW 6th Avenue - Tract A from Madison Housing Project 14879 Sq. Ft. 0.02 $ 297.58 29 731 NW 5th Avenue 5000 Sq. Ft. 0.02 $ 100.00 30 721 NW 5th Avenue 5000 Sq. Ft. 0.02 $ 100.00 31 6020 NW 15th Avenue 10600 Sq. Ft. 0.02 $ 212.00 32 1455 NW 17th Street 28968 Sq. Ft. 0.02 $ 579.36 33 5950 SW 2nd Street 5000 Sq. Ft. 0.02 $ 100.00 34 1240 NW 61st Street 15900 Sq. Ft. 0.02 $ 318.00 35 1924 NW 26th Street 7150 Sq. Ft. 0.02 $ 143.00 36 1624 NW 1st Court 9000 Sq. Ft. 0.02 $ 180.00 37 1335 NW 2nd Street 7000 Sq. Ft. 0.02 $ 140.00 38 1 SW South River Drive 8219 Sq. Ft. 0.02 $ 164.38 39 779 NW 57th Street 5250 Sq. Ft. 0.02 $ 105.00 40 1492 NW 62nd Street 4950 Sq. Ft. 0.02 $ 99.00 41 Lot next to 4290 NW South Tamiami Canal Drive 10000 Sq. Ft. 0.02 $ 200.00 42 1465 NW 60th Street 5300 Sq. Ft. 0.02 $ 106.00 43 Lot next to 301 NW 22nd Street 5000 Sq. Ft. 0.02 $ 100.00 44 1530 NW 70th Street 2730 Sq. Ft. 0.02 $ 54.60 45 6981 NW 15th Avenue 3107 Sq. Ft. 0.02 $ 62.14 46 3790 NW 12th Avenue 2200 Sq. Ft. 0.02 $ 44.00 47 Lot north of 834 NW 21st Avenue 5000 Sq. Ft. 0.02 $ 100.00 48 2735 NW 10th Avenue - Beckman Hall 40946 Sq. Ft. 0.02 $ 818.92 49 6016 NW 7th Avenue 20171 Sq. Ft. 0.02 $ 403.42 50 2293 SW 17th Terrace 10300 Sq. Ft. 0.02 $ 206.00 51 1241 NW 58th Terrace 26500 Sq. Ft. 0.02 $ 530.00 52 1240 NW 59th Street 26500 Sq. Ft. 0.02 $ 530.00 53 3245 NW 11th Court 6255 Sq. Ft. 0.02 $ 125.10 54 3255 NW 11th Court 6255 Sq. Ft. 0.02 $ 125.10 Subtotal Cost of one year Right of Way and Swale Areas Per Month Price 55 NE 10TH BTW NE 87TH & 86TH STREET (SWALE E.) 2 $ 35.00 56 NE 87TH STREET BTW BAYSHORE DR &BISCAYNE BAY (E. 2 $ 35.00 57 NE BAYSHORE DRIVE & BISC BAY (N. GUARDRAIL) 2 $ 35.00 58 NE 84TH STREET & BTW HOUSE #1176 & BISC BAY (CANAL) 2 $ 35.00 59 NE 10TH AVE & NE N. LITTLE RIVER DR (S. GUARDRAIL) 2 $ 35.00 60 BELLE MEADE ISLAND DR EAST (ROUND ABOUT) 2 $ 35.00 61 NE 84TH STREET & NE 3RD AVE (MEDIAN) 2 $ 35.00 62 NE 4TH AVE BTW 84TH STREET & 82ND TERR (S. GUARDRAIL) 2 $ 35.00 63 NE 82NDTERR BTW 4TH AVE & RAILROAD (N. GUARDRAIL) 2 $ 35.00 64 NE 4TH AVE BTW NE 80TH TERR & 79TH STREET (EAST) 2 $ 35.00 65 NE 4TH CT B/W NE 79TH STREET & 77TH STREET RD (HUMP) 2 $ 35.00 66 NE 5TH AVE BTW 78TH STREET & L. RIVER (S. GUARDRAIL) 2 $ 35.00 67 NE 5TH AVE BTW 77TH STREET & L. RIVER (N. GUARDRAIL) 2 $ 35.00 68 NE 76TH STREET & NE 75TH STREET (MEDIAN) 2 $ 35.00 69 NE 73RD STREET BTW 2ND AVE & 3RD CT (RAILROAD) 2 $ 35.00 70 NE 4TH AVE BTW 71ST STREET & 72ND TERR (RAILROAD) 2 $ 35.00 71 NE 83RD STREET & E DIXIE HWY (MEDIAN) 2 $ 35.00 72 NE 82ND TERR & E DIXIE HWY (MEDIAN) 2 $ 35.00 73 MORNINGSIDE - BISCAYNE BLVD TO THE BAY FROM NE 55 ST TO NE 59 ST 2 $ 35.00 74 NW 12TH AVE BTW NW 62ND STREET & 71ST STREET (MEDIAN & WEST) 2 $ 35.00 75 NW 5 AVE FROM NW 67 ST TO NW 71 ST 2 $ 35.00 76 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) 2 $ 35.00 77 FEDERAL HWY BTW NE 37 & 54TH STREET (RAILROAD) 2 $ 35.00 78 NE 36TH STREET BTW FEDERAL HWY & NE 7TH AVE (MEDIAN) 2 $ 35.00 79 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) 2 $ 35.00 80 59 STREET FROM NW 2 AVE TO NE 2 AVE 2 $ 35.00 $ 10, 074.52 $ 120,894.24 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 81 59 ST FROM NE 4 AVE TO BISCAYNE BAY 2 $ 35.00 82 58 ST FROM NE 4 COURT TO BISCAYNE BLVD 2 $ 35.00 83 NE 2 AVE FROM 54 ST TO 71 ST -- TREE GRATES 2 $ 35.00 84 NE 69 ST TO NE 71 ST FROM BISCAYNE BLVD TO NE 10 AVE 2 $ 35.00 85 NW 52ND STREET BTW 7TH AVE & XPW (E. GUARDRAIL) 2 $ 35.00 86 NW 51 STREET BTW 7TH AVE & XPWY (S. GUARDRAIL) 2 $ 35.00 87 NW 6TH CT BTW 46 & 48 ST. (EXPRESSWAY) 2 $ 35.00 88 NW 6TH CT BTW 43 & 46 STREET (EXPRESSWAY) 2 $ 35.00 89 NW 6TH AVE BTW 49 & 53 RD STREET (EXPRESSWAY) 2 $ 35.00 90 NW 6TH AVE BTW 46 ST & 48TH ST (EXPRESSWAY) 2 $ 35.00 91 NW 6TH AVE BTW 46 ST & 47TH ST (S. BAY VISTA PARK) 2 $ 35.00 92 NW 6TH AVE BTW 40TH STREET & 46TH STREET (EXPRESSWAY) 2 $ 35.00 93 NW 5TH AVE BTW NW 46 & 54TH STREET (MEDIAN) 2 $ 35.00 94 NW 5TH AVE BTW 40TH STREET & XPWY (S. GUARDRAIL) 2 $ 35.00 95 NW 39 ST BTW 3RD AVE & XPWY (W. GUARDRAIL) 2 $ 35.00 96 NW 5 AVE BTW 37TH ST & XPWY (N. GUARDRAIL) 2 $ 35.00 97 NW 38 ST BTW N MIAMI AVE & 2ND AVE TO D. END (SOUTH) 2 $ 35.00 98 NE 38 ST BTW N MIAMI AVE & NE 1ST AVE (SOUTH) 2 $ 35.00 99 NW 36 ST BTW 7 AVE & NE 2ND AVE (SWALE & MEDIAN) 2 $ 35.00 100 NW 53RD ST BTW 6 & 7 AVE (NORTH & SOUTH SWALE) 2 $ 35.00 101 NW 16 AVE BTW 50 & 46 ST (MEDIAN) 2 $ 35.00 102 NW 15 CT BTW 5 & 46 ST (MEDIAN) 2 $ 35.00 103 NW 15 AVE BTW 50 & 46 ST (MEDIAN) 2 $ 35.00 104 NW 49 ST BTW 17 & 15 AVE (MEDIAN) 2 $ 35.00 105 NW 47 ST BTW 17 & 15 AVE (MEDIAN) 2 $ 35.00 106 NW 11 AVE BTW NW 48 & 50 ST (MEDIAN) 2 $ 35.00 107 NW 11 AVE BTW 47 & 46 ST (MEDIAN) 2 $ 35.00 108 NW 8 AVE BTW 48 & 50 ST (MEDIAN) 2 $ 35.00 109 NW 8 AVE BTW 46 & 47 ST (MEDIAN) 2 $ 35.00 110 NW 8 AVE BTW 41 ST & XPWY (S. GUARDRAIL) 2 $ 35.00 111 NW 40 ST BTW 17 & 18 AV (EXPRESSWAY) 2 $ 35.00 112 NW 23 CT BTW 21 TERR & RAILROAD (N GUARDRAIL) 2 $ 35.00 113 2001 NW 28 ST (LOT) 2 $ 35.00 114 NW 34 ST BTW 10 & 8 AV (NORTH & SOUTH) 2 $ 35.00 115 NW 15 AVE BTW 23 ST & RAILROAD (S. GUARDRAIL) 2 $ 35.00 116 NW 15 AVE & 22ND ST (N GUARDRAIL) 2 $ 35.00 117 NW 17 TO 12 AVE, NW 20 TO 22 ST (VARIOUS PLANTERS) 2 $ 35.00 118 NW 14 AVE BTW NW 21 & 23 ST (VARIOUS PLANTERS) 2 $ 35.00 119 ALLEY ON NW 11 AVE BTW NW 33 & 34 ST (PLANTERS) 2 $ 35.00 120 NW 34 ST BTW 7 AVE & XPWY (E GUARDRAIL) 2 $ 35.00 121 NW 33 ST BTW 7 AVE CIRCLE & XPWY (E GUARDRAIL) 2 $ 35.00 122 NW 28 ST BTW 7 AVE & XPWY (E GUARDRAIL) 2 $ 35.00 123 NW 27 ST BTW 7 AVE & XPWY (E GUARDRAIL) 2 $ 35.00 124 NW 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) 2 $ 35.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 125 NW 2 ST BTW 7 AVE XPWY (E GUARDRAIL) 2 $ 35.00 126 NW 23 ST BTW 7 AVE & XPWY (E GUARDRAIL) 2 $ 35.00 127 NW 22 ST BTW 7 AVE & XPWY (E GUARDRAIL) 2 $ 35.00 128 NW 6 AVE BTW 21 TERR & 35 ST (EXPRESSWAY) 2 $ 35.00 129 NW 5 AVE BTW 23 & 36 ST (MEDIAN) 2 $ 35.00 130 NE 29 ST BTW N MIAMI AVE & RAILROAD (MEDIAN) 2 $ 35.00 131 NE 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) 2 $ 35.00 132 NE 25 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 2 $ 35.00 133 NE 24 ST BTW N MIAMI AE & RAILROAD (W GUARDRAIL) 2 $ 35.00 134 NE 22 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 2 $ 35.00 135 NE 22 ST BTW 2 AVE RIALROAD (E GUARDRAIL) 2 $ 35.00 136 NE 23 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 2 $ 35.00 137 NE 24 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 2 $ 35.00 138 NE 25 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 2 $ 35.00 139 NE 26 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 2 $ 35.00 140 NW 6 CT BTW 30 & 32 ST (EXPRESSWAY) 2 $ 35.00 141 NW 4 CT BTW 20 ST & DEADEND (ROUND ABOUT) 2 $ 35.00 142 NE 34 ST BTW 5 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 143 NE 31 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 144 NE 30 ST BTW 7 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 145 NE 29 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 146 NE N BAYSHORE DR & NE 28 ST (BIS. BAY) 2 $ 35.00 147 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 148 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 149 NE 25 ST BTW BISC BLVD & BISC BAY (E GUARDRAIL) 2 $ 35.00 150 NE 24 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 151 NE 23 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 152 NE 22 TERR BTW 7 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 153 NE 22 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 2 $ 35.00 154 BISCAYNE BLVD BTW NE 24 7 36 ST (SWALE & MEDIAN) 2 $ 35.00 155 NE 4 AVE BTW NE 17 TERR & 19 ST (MEDIAN) 2 $ 35.00 156 NE 17 ST BTW NE 2 AVE & BISC BLVD (MEDIAN) 2 $ 35.00 157 N BAYSHORE DR BTW NE 17 & 13 ST (MEDIAN) 2 $ 35.00 158 BISC. BLVD BTW NE 11 & 19 ST (SWALE & MEDIAN) 2 $ 35.00 159 NW 9 ST BTW 3 AVE & XPWY (W GUARDRAIL) 2 $ 35.00 160 NW 14 TERR & 2 AVE ALONG XPWY (EXPRESSWAY) 2 $ 35.00 161 NW 1 AVE & 14 ST (HUMP) 2 $ 35.00 162 NW 1 AVE BTW 13 ST ALONG RR TRACK (EAST & WEST) 2 $ 35.00 163 NW 1 AVE BTW 7 & 10 ST (MEDIAN) 2 $ 35.00 164 NW 9 ST BTW MIAMI AVE & 1 AVE (ALL) 2 $ 35.00 165 N MIAMI AVE & NW 20 ST BY RR TRACK (HUMP) 2 $ 35.00 166 N MIAMI AVE & NW 19 ST BY RR TRACK (HUMP) 2 $ 35.00 167 N MIAMI AVE & NW 14 ST (MEDIAN) 2 $ 35.00 168 NW 12 AVE FROM NW 12 ST TO NW 14 ST 2 $ 35.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 169 NW 8 ST RD BTW 11 & 10 ST (SWALE WEST) 2 $ 35.00 170 NW 11 ST RD BTW XPWY & NW 10 AVE (EXPRESSWAY) 2 $ 35.00 171 SUNNY BROOK RD BTW XPWY & 10 AVE (W GUARDRAIL) 2 $ 35.00 172 SPRING GARDEN RD BTW XPWY & 10 AVE (W GUARDRAIL) 2 $ 35.00 173 NW 13 AVE & MIAMI RIVER DEAD END (ROUND ABOUT) 2 $ 35.00 174 1458 NW S RIVER DR (SWALE) 2 $ 35.00 175 NW 15 AVE & NW 9 ST (SWALE NE CORNER) 2 $ 35.00 176 NW 9 ST BTW 17 AVE & HOUSE #1511 (SWALE NORTH) 2 $ 35.00 177 NW S RIVER DR BTW HOUSE #1520 & # 1665 (SWALE SOUTH) 2 $ 35.00 178 NW 16 AVE BTW NW S. RIVER DR & MIAMI RIVER (MEDIAN) 2 $ 35.00 179 NW 15 AVE BTW NW N RIVER DR & MIAMI RIVER (MEDIAN) 2 $ 35.00 180 NW N NIRVER DR BTW 13 TER & 14 AVE (MEDIAN) 2 $ 35.00 181 NW 13 TER BTW 14 AVE & NW N RIVER DR (MEDIAN) 2 $ 35.00 182 NW 14 AVE BTW 14 & 20 ST (MEDIAN) 2 $ 35.00 183 NW 14 AVE BTW 14 TER & 15 ST (SWALE-WEST) 2 $ 35.00 184 NW 14 AVE & 15 ST (ROUND ABOUT) 2 $ 35.00 185 NW 14 AVE & NW 17 ST (LOT) 2 $ 35.00 186 NW 17 ST & 16 TER ALONG CANT (WEST) 2 $ 35.00 187 NW 9 AVE & 15 ST (MEDIAN) 2 $ 35.00 188 NW 14 ST FROM NW 12 AVE TO NW 14 AVE 2 $ 35.00 189 NW N RIVER DR & 22 PL (ROUND ABOUT) 2 $ 35.00 190 NW 14 ST BTW S RIVER DR & 20 CT (ROUND ABOUT) 2 $ 35.00 191 NW 13 ST BTW HOUSE #2500 & DEAD END (SWALE SOUTH) 2 $ 35.00 192 NW 11 ST BTW NW 27 & 22 AV (MEDIAN) 2 $ 35.00 193 NW 26 AV RD BTW 24 CT & XPWY (SWALE) 2 $ 35.00 194 NW 23 AV BTW NW 11 & 7 ST (MEDIAN) 2 $ 35.00 195 NW 22 PL BTW 9 ST & XPWY (N. GUARDRAIL) 2 $ 35.00 196 NW 22 CT BTW 9 ST & XPWY (N. GUARDRAIL) 2 $ 35.00 197 NW 9 ST BTW NW 21 CT & 18 AV (EXPRESSWAY) 2 $ 35.00 198 ALONG NW 18 AV & 17 PL & NW 7 ST (MEDIAN) 2 $ 35.00 199 NW 17 CT BTW 7 ST & XPWY (N. GUARDRAIL) 2 $ 35.00 200 NW 17 CT BTW NW S. RIVER DR & XPWY (SWALE WEST) 2 $ 35.00 201 NW S RIVER DR & 18 AV (MEDIAN) 2 $ 35.00 202 NW 18 AV BTW NW HOUSE #1022 & 10 (SWALE EAST) 2 $ 35.00 203 NW 10 ST BTW NW 18 CT & 18 AV (SWALE SOUTH) 2 $ 35.00 204 NW 18 PL BTW NW S RIVER DR & XPWY (S. GUARDRAIL) 2 $ 35.00 205 NW 19 AV BTW 11 ST & XPWY (S. GUARDRAIL) 2 $ 35.00 206 W 19 CT BTW 11 ST & XPWY (S. GUARDRAIL) 2 $ 35.00 207 NW 20 AV BTW 11 ST & XPWY (S. GUARDRAIL) 2 $ 35.00 208 NW 21 AVE BTW 11 ST & XPWY (S. GUARDRAIL) 2 $ 35.00 209 NW 21 CT BTW 11 ST & XPWY (S. GUARDRAIL) 2 $ 35.00 210 NW 11 ST AT NW 18 AVE (TRIANGLE) 2 $ 35.00 211 DELAWARE PKWY BTW 20 & 27 ST (MEDIAN) 2 $ 35.00 212 NW 13 ST BTW 29 AV XPWY (E GUARDRAIL) 2 $ 35.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 213 NW 28 AV BTW 14 ST & XPWY (ROUND ABOUT) 2 $ 35.00 214 NW 30 AV BTW 13 & 14 ST (LOT) 2 $ 35.00 215 NW 31 AV BTW 13 ST & CANAL (S GUARDRAIL) 2 $ 35.00 216 NW 13 ST BTW 13 ST & CANAL (S GUARDRAIL) 2 $ 35.00 217 NW 33 CT BTW 14 ST & CANAL (LOT) 2 $ 35.00 218 NW 13 ST BTW 29 AV & XPWY (E GUARDRAIL) 2 $ 35.00 219 NW 29 AV BTW XPWY & 11 ST (SWALE EAST & WEST) 2 $ 35.00 220 NW 32 AV BTW & XPWY (N GUARDRAIL) 2 $ 35.00 221 NW 32 CT BTW 11 ST & XPWY (N GUARDRAIL) 2 $ 35.00 222 NW 32 PL BTW 11 ST & XPWY (N GUARDRAIL) 2 $ 35.00 223 NW 32 PL BWT 13 TER & XPWY (S GUARDRAIL) 2 $ 35.00 224 NW 33 AV BTW 11 ST & XPWY (N GUARDRAIL) 2 $ 35.00 225 NW 35 AV BTW 13 ST & XPWY (N GUARDRAIL) 2 $ 35.00 226 NW 35 CT BTW NW 11 & 7 ST (MEDIAN) 2 $ 35.00 227 NW 13 TER & NW 32 PL (PLANTER) 2 $ 35.00 228 NW 14 ST BTW OVERPASS & 37 AV (SWALE NO & SO) 2 $ 35.00 229 NW 45 AV BRIDGE OVER COMFORT CANAL (SWALE) 2 $ 35.00 230 SW FLAGAMI BLVD & SW 8 ST (ROUND ABOUT) 2 $ 35.00 231 SW 8 ST & TAMIAMI BLVD (ROUND ABOUT) 2 $ 35.00 232 SW 73 CT & SW 8 ST (ROUND ABOUT) 2 $ 35.00 233 NW 67 AV BTW TAMIAMI CANAL RD & CANAL (N GUARDRAIL) 2 $ 35.00 234 TAMIAMI BLVD & SW 4 ST (ROUND ABOUT) 2 $ 35.00 235 SW 68 AV & SW 4 ST (ROUND ABOUT) 2 $ 35.00 236 SW 68 AV & SW 6 ST (ROUND ABOUT) 2 $ 35.00 237 NW 61 AV & NW 7 ST (MEDIAN) 2 $ 35.00 238 NW 62 AV & TAMIAMI CANAL RD (N GUARDRAIL) 2 $ 35.00 239 NW 63 AV & TAMIAMI CANAL RD (N GUARDRAIL) 2 $ 35.00 240 NW 64 AV & TAMIAMI CANAL RD (N GUARDRAIL) 2 $ 35.00 241 NW 65 AV & TAMIAMI CANAL RD (N GUARDRAIL) 2 $ 35.00 242 NW 64 CT & TAMIAMI CANAL RD (MEDIAN) 2 $ 35.00 243 NW 62 CT & TAMIAMI CANAL RD (MEDIAN) 2 $ 35.00 244 SW 66 AV & SW 2 ST (ROUND ABOUT) 2 $ 35.00 245 SW 63 CT & SW 6 ST (ROUND ABOUT) 2 $ 35.00 246 SW 63 CT & SW 2 ST (ROUND ABOUT) 2 $ 35.00 247 SW 59 CT & SW 2 ST (LOT) 2 $ 35.00 248 SW 38 CT BTW W FLAGLER ST & SW 4 ST (MEDIAN) 2 $ 35.00 249 SW 32 CT RD BTW SW 33 AV & W FLAGLER ST (MEDIAN) 2 $ 35.00 250 SW 33 AV BTW SW 6 & 8 ST (MEDIAN) 2 $ 35.00 251 NW 23 PL BTW NW 7 & 3 ST (ROUND ABOUT) 2 $ 35.00 252 GLENNROYAL PKWY BTW NW 1 & 22 AV (MEDIAN) 2 $ 35.00 253 GLENNROYAL PKWY & NW 1 AV (MEDIAN) 2 $ 35.00 254 GLENNROYAL PKWY & 23 AV (MEDIAN) 2 $ 35.00 255 W FLAGLER ST & SW 1 ST (MEDIANT) 2 $ 35.00 256 SW 8 ST BTW SW 27 & 17 AV (MEDIAN) 2 $ 35.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 257 NW 17 AV BTW 5 & 6 ST (MEDIAN) 2 $ 35.00 258 SW 22 AV & SW 7 ST (MEDIAN) 2 $ 35.00 259 SW 8 ST BTW SW 17 & 7 AV (SWALE N & S) 2 $ 35.00 260 NW 17 AV BTW 5 & 6 ST (HUMP) 2 $ 35.00 261 NW 1 AV & NW 1 ST (MEDIAN) 2 $ 35.00 262 NW1AVBTWNW5&7AV(SWALEW) 2 $ 35.00 263 SW 5 ST BTW 3 AV & MIAMI RIVER (GUARDRAIL) 2 $ 35.00 264 SW S RIVER DR BTW NW 1ST & SW 4 ST (SWALE E & W) 2 $ 35.00 265 NW N RIVER DR NTW SW 2 AV & NW 5 ST (SWALE E & W) 2 $ 35.00 266 NW 4 ST & NW N RIVER DR (MEDIAN) 2 $ 35.00 267 S MIAMI AV & SW 4 ST (MEDIAN) 2 $ 35.00 268 25 SW S RIVER DR (LOT) CONTRACTOR 2 $ 35.00 269 109 SW S RIVER DR (LOT) CONTRACTOR 2 $ 35.00 270 19 SW N RIVER DR (LOT) CONTRACTOR 2 $ 35.00 271 121 SW N RIVER DR (LOT) CONTRACTOR 2 $ 35.00 272 114 SW N RIVER DR (LOT) CONTRACTOR 2 $ 35.00 273 BISCAYNE BLVD BTW CHOPIN PLAZA & NE 7 AV (MEDIAN) PARK'S 2 $ 35.00 274 SW SE 15 RD BTW SW 11 ST & S BAYSHORE DR (MEDIAN) 2 $ 35.00 275 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) 2 $ 35.00 276 SW 17 RD S MIAMI AV & XPWY (GUARDRAILS) 2 $ 35.00 277 SW 28 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 2 $ 35.00 278 SW 18 TER S MIAMI AV & XPWY (GUARDRAIL S) 2 $ 35.00 279 SW 19 RD EAST OF S MIAMI AV (DEAD END W) 2 $ 35.00 280 SW 20 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 2 $ 35.00 281 SW 21 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 2 $ 35.00 282 SW 22 RD S MIAMI AV & XPWY (GUARDRAILS) 2 $ 35.00 283 SW 23 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 2 $ 35.00 284 SW 24 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 2 $ 35.00 285 SW 1 AV BTW SW 27 RD & 15 RD (MEDIAN) 2 $ 35.00 286 SW 25 RD BTW BISC BAY & XPWY (MEDIAN) 2 $ 35.00 287 SW 24 RD BTW S MIAMI AV & SW 3 AV (MEDIAN) 2 $ 35.00 288 SW 23 RD BTW S MIAMI AVE & SW 4 AV (MEDIAN) 2 $ 35.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 289 SW 2 AV BTW SW 19 RD & XPWY (GUARDRAIL W) 2 $ 35.00 290 SW 2 CT BTW SW 18 RD & XPWY (DEAD END & LOT) 2 $ 35.00 291 SW 2 CT BTW SW 17 RD & XPWY (GUARDRAIL E) 2 $ 35.00 292 SW 11 ST ST 4 AV & XPWY (GUARDRAIL W) 2 $ 35.00 293 SW 11 ST BTW SW 3 AV & XPWY (GUARDRAIL E) 2 $ 35.00 294 SW 10 ST BTW SW 4 AV & XPWY (GUARDRAIL W) 2 $ 35.00 295 SW 4 AV BTW SW 8 & 10 ST (SWALE W) 2 $ 35.00 296 SW 3 AV BTW SW 8 & 10 ST (SWALE E) 2 $ 35.00 297 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E) 2 $ 35.00 298 SW 2 AV BTW SW 23 & 27 RD (MEDIAN) 2 $ 35.00 299 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) 2 $ 35.00 300 SW 12 ST BTW BRICK BAY DR & BISC BAY (SWALE N&S) 2 $ 35.00 301 SW 13 AV BTW SW 8 & 22 ST (MEDIAN) CUBAN MEMORIAL BLVD 2 $ 35.00 302 SW 27 RD BTW SW 1 & 5 AV (MEDIAN) 2 $ 35.00 303 SW 26 RD BTW SW 1 & 5 AV (MEDIAN) 2 $ 35.00 304 SW 25 RD BTW SW 2 & 5 AV (MEDIAN) 2 $ 35.00 305 SW 24 RD BTW SW 3 & 5 AV (MEDIAN) 2 $ 35.00 306 SW 23 RD BW SW 3 & 5 AV (MEDIAN) 2 $ 35.00 307 SW 1 AV BTW SW 25 & 28 RD (MEDIAN) 2 $ 35.00 308 SW 24 RD & SW 10 AV (MEDIAN) 2 $ 35.00 309 SW 25 RD & SW 13 st (MEDIAN) 2 $ 35.00 310 SW 9 AV & SW 10 ST (MEDIAN) 2 $ 35.00 311 SW 22 ST BTW SW 17 & 27 AV (MEDIAN) CORAL WAY CONTRACTOR 2 $ 35.00 312 SW 10 ST RD BTW SW 8 & 10 ST (MEDIAN) 2 $ 35.00 313 SW 8 ST TO SW 10 ST FROM SW 19 AVE TO SW 22 AVE 2 $ 35.00 314 SW 27 AVE FROM SW 8 ST TO SW 16 ST 2 $ 35.00 315 SW 22 ST BTW SW 27 & 37 AV (MEDIAN) CORAL WAY CONTRACTOR 2 $ 35.00 316 SW 32 AV BTW SW 21 & 16 ST (SWALE W) 2 $ 35.00 317 SW 16 ST BTW SW 32 & 34 AV (SWALE S) 2 $ 35.00 318 SW 11 ST BTW SW 36 CT & 30 AV (MEDIAN) 2 $ 35.00 319 SW 33 AV BTW DEAD END & SW 8 ST (MEDIAN) 2 $ 35.00 320 SW 37 AV & SW 20 ST (MEDIAN) CONTRACTOR 2 $ 35.00 321 SW 9 ST BTW SW 29 CT & 30 AV (SWALE N) 2 $ 35.00 322 S DIXIE HWY BTW SW 27 AV & BIRD RD (SWALE N) 2 $ 35.00 323 S DIXIE HWY & SW 28 TER (MEDIAN) 2 $ 35.00 324 SW 29 AV & SW 27 TER (N GUARDRAIL) 2 $ 35.00 325 SW 27 AVE FROM US1 TO SW 16 ST 2 $ 35.00 326 GRAND AVE TO HIBISCUS FROM DOUGLAS RD TO MAIN HWY 2 $ 35.00 327 GRAND AVE TO BIRD AVE FROM DOUGLAS RD TO VIRRICK PARK 2 $ 35.00 328 SW 36 AVE AND SW 22 ST (NORTH SIDE MEDIANS) 2 $ 35.00 329 SW 27 ROAD FROM S. MIAMI COURT TO DEAD END 2 $ 35.00 330 S DIXIE HWY BTW SW 27 & 17 AV (SWALE N) 2 $ 35.00 331 S DIXIE HWY & SW 27 TER (MEDIAN) 2 $ 35.00 332 MORRIS LN BTW TIGER TAIL AB & DEAD END (MEDIAN) 2 $ 35.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 333 AH-WEE-A CT BTW BAYSHORE LN & BISC BAY (LOT -ALLEY) 2 $ 35.00 334 AVIATION AV & SW 27 AV (MEDIAN) 2 $ 35.00 335 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN PL (MEDIAN) 2 $ 35.00 336 SW 3 AV BTW SW 22 ST & SW 16 AV (MEDIAN) SIDE ONLY 2 $ 35.00 337 SW 2 TER & SW 3 AV (MEDIAN) 2 $ 35.00 338 SW 22 TER & SW 32 AV (LOT) 2 $ 35.00 339 S DIXIE HWY BTW SW 17 AV & 95 RAMP (SWALE N) 2 $ 35.00 340 SW 1 AV BTW SW 17 & 16 AV (MEDIAN) 2 $ 35.00 341 ALATKA ST BTW S DIXIE HWY & S MIAMI AV (SWALE E) 2 $ 35.00 342 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN (MEDIAN) 2 $ 35.00 343 SE 32 RD BTW S SIXIE HWY & BRICKELL AV (MEDIAN) 2 $ 35.00 344 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT 2 $ 35.00 345 HALISSEE ST & S DIXIE HWY (MEDIAN) 2 $ 35.00 346 SW 22 AT BTW SW 17 & 12 AV (MEDIAN) CORAL WAY CONTRACTOR 2 $ 35.00 347 BRICKELL AV BTW SW 8 ST & SE 26 RD (MEDIAN) CONTRACTOR 2 $ 35.00 348 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT 2 $ 35.00 349 SW 25 RD BTW SW 2 AV & BISC BAY (MEDIAN) TO BRICKELL BAY 2 $ 35.00 350 CALUSA ST BTW TIGER TAIL AV & DEAD END (MEDIAN) CONTRACTOR 2 $ 35.00 351 CRYSTAL VIEW CT & BISC BAY (DEAD END & MEDIAN) 2 $ 35.00 352 ROCKERMAN RD BTW S BAYSHORE DR & BAYSHORE VILLAS DR (MEDIAN) 2 $ 35.00 353 S DIXIE HWY BTW SW 37 AV & BIRD RD (SWALE N) 2 $ 35.00 354 GRAND AVE & VIRGINIA ST (ROUND ABOUT) 2 $ 35.00 355 MARLER AV BTW DOUGLAS RD & PLAZA ST (ALL) 2 $ 35.00 356 HIBISCUS ST BTW LOQUAT AV & DEAD END (ALL) CONTRACTOR 2 $ 35.00 357 METRO RAIL BTW SW 37 AV & BIRD RD (SWALES) CONTRACTOR 2 $ 35.00 358 MARLER AV BTW PLAZA ST & HIBISCUS ST (SWALE S) 2 $ 35.00 359 FRANKLIN AV BTW ROYAL CT & DOUGLAS RD (PLANTERS) 2 $ 35.00 360 PLAZA ST & PALMETTO AV (LOTS) 2 $ 35.00 361 FRANKLIN AV & ROYAL RD (ROUND ABOUT) CONTRACTOR 2 $ 35.00 362 FRANKLIN AV & PLAZA ST (ROUND ABOUT) CONTRACTOR 2 $ 35.00 363 VIRGINIA ST & SHIPPING AV (ROUND ABOUT) CONTRACTOR 2 $ 35.00 364 METRO RAIL BTW BROOKER ST SW 37 AV (SWALES) 2 $ 35.00 365 VENTURA AV & LA PLAYA BLVD (MEDIAN) 2 $ 35.00 Subtotal $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 70.00 $ 21,770.00 TOTAL: $ 142,664.24 ANNUALLY Detail by Entity Name FLORIDA DEPARTMENT Of STATE DIVISION OF CORPORATIONS DIVISION Of f'inkz Irg CoiPo1TIoNs an official State of Florida website Department of State / Division of Corporations / Search Records / Search by Entity Name / Previous On List Next On List Return to List Events No Name History COCO TREE Search i Detail by Entity Name Florida Profit Corporation COCO TREE SERVICE CORP Filing Information Document Number P11000094072 FEI/EIN Number 45-3695565 Date Filed 10/28/2011 Effective Date 10/27/2011 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/01/2018 Principal Address 1720 NW 33RD ST MIAMI, FL 33142 Changed: 10/03/2018 Mailing Address 1720 NW 33 ST MIAMI, FL 33142 Changed: 10/30/2019 Registered Agent Name & Address ALVARADO, JOSUE E 1720 NW 33 ST MIAMI, FL 33142 http://search.sunbiz.org/...d3ecb62-f60a-4e80-9809-f9951fb79201&searchTerm=COCO%20TREE&1istNameOrder=COCOTREE%20L110000550120[3/30/2021 2:54:42 PM] Detail by Entity Name Name Changed: 04/23/2020 Address Changed: 04/23/2020 Officer/Director Detail Name & Address Title P ALVARADO, JOSUE E 1720 NW 33 ST MIAMI, FL 33142 Title VP Michelena, Joshua 1720 NW 33 ST MIAMI, FL 33142 Annual Reports Report Year 2020 2020 2021 Document Images 02/19/2021 09/11 /2020 04/23/2020 10/30/2019 10/11/2019 04/30/2019 10/15/2018 10/01/2018 04/28/2017 04/30/2016 08/04/2015 04/02/2015 04/11/2014 04/19/2013 04/30/2012 10/28/2011 Filed Date 04/23/2020 09/11/2020 02/19/2021 - -ANNUAL REPORT - -AMENDED ANNUAL REPORT - -ANNUAL REPORT - -AMENDED ANNUAL REPORT - - Reg. Agent Change - -ANNUAL REPORT - -AMENDED ANNUAL REPORT - - REINSTATEMENT - -ANNUAL REPORT - -ANNUAL REPORT - - Amendment - - ANNUAL REPORT - - ANNUAL REPORT - - ANNUAL REPORT - - ANNUAL REPORT - - 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 http://search.sunbiz.org/...d3ecb62-f60a-4e80-9809-f9951fb79201&searchTerm=COCO%20TREE&1istNameOrder=COCOTREE%20L110000550120[3/30/2021 2:54:42 PM] Detail by Entity Name Previous On List Next On List Return to List Events No Name History COCO TREE Search Florida Department of State, Division of Corporations http://search.sunbiz.org/...d3ecb62-f60a-4e80-9809-f9951fb79201&searchTenn=COCO%20TREE&1istNameOrder=COCOTREE%20L110000550120[3/30/2021 2:54:42 PM] Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18- 107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: r� n ��� p PROPOSER NAME: �/� �J �,� r lN��.Qi)DOP ADDRESS: rI2 ' v W 72) ( e thov O)l 42. PHONE: 4oa - @�k3 Wg-FAx: 3 b6 EMAIL: Q,0Q0 QOcol-1 vV I K "C LL O do al :'3 D6 — 70-� ( P � )‘=,. &ado SIGNED BY: TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Certifications Legal Name irm: 1' oeo ea rtort.e Entity T : Partnership,,So4le Proprietorship, Corporation, etc. r120T' fw,O Year Established: ?Ot/ Office Location: City qf Miami, Miami-Mideor, or ther .FL Business Tax Receipt/Occupational License Number: -1177693(r Business Tax Receipccupational icense Jsuing Age )s & a' Business Tax Receipt/Occupational;/_icense T xpiration Date: 7/9)O /O�1/ Federal Employee Identification Nhmber (VEIN): 6- '3etoq 6(p6. 0 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. 0 Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. degiuw fro 4d If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Loc1 Office Certification.) Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6901970 BUSINESS NAME/LOCATION COCO TREE SERVICE CORP OPERATING IN DADE COUNTY OWNER COCO TREE SERVICE CORP Employee(s) 1 CREDITCAPD-20-072483 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec Sa-276. MIAMIOAD For more information, visit www.miamidade.govitaxcollector RECEIPT NO. RENEWAL 7177686 LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS PAYMENT RECEIVED BY TAX COLLECTOR 75.00 09/03/2020 Attachment B: Reference Submittal Form IFB 1316386 — City Lots and Right of Way Landscaping Services FIRM NAME: &r(11/4,ute Reference Section 2.13 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. P Past Performance Reference Check #1 Company/Organization Name: _� CV' L0 ' Address: b' V Y V v _ jai 4 V�- Contact Person: 'Ok{ j. O/l_Q`15 00 Contact Phone Number and mail: b1 • 2*(lltiOil) " Date of Contract or Sale: ea-oa9--00 6-e-4 Prime or Subcontractor: Gt.)b COO ) (Description of Service, Total ollar value pf Contract, r--eQ cc�., apci -janci etc.): e Past Performance Reference Check #2 Company/Organization Name: Y/vl►plr?(aCm(i�7ii�c Q . tx____ Address: qoa--D mmo �(,�%&»u �, I�CP Contact Person: G�� (� Contact Phone Number an Email: '"-q?.1 Contact E-mail (if applicable): b�r�Qlj .QO ,3-amjn • Gam Date of Contract or Sale: 6 ) 7 Prime or Subcontractor: + Other (Desc ipt� q4 Servi e, Total oll ' valu of Co* etc. . 6teaviewee CLei t/ ditsA ' ni0I( i Past Performance Refe nce'ieck #3ff Company/Organization Name: atU Cf 6t/, ot 0/16 1 Address: P 0I W 'f f ,,e. ---izif,a r'L.�� � f Contact Person: Le kte/u , Contact Phone Number and Email: eq..-- ' - q7 7 - 3 55( Contact E-mail (if applicable): a%n 6(fu r &a(4254. , 06 • Date of Contract or Sale: l � Prime or Subcontractor: Other iption Servicetal d a/i v e of/C rat, et CERTIFICATE OF LIABILITY INSURANCE I Date 2/23/2021 Producer: Plymouth Insurance Agency 2739 U.S. Highway 19 N. Holiday, FL 34691 (727) 938-5562 This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below. Insurers Affording Coverage NAIC # Insured: South East Personnel Leasing, Inc. & Subsidiaries 2739 U.S. Highway 19 N. Holiday, FL 34691 Insurer A: Lion Insurance Company 11075 Insurers: Insurer C: Insurer D: Insurer E: Coverages The policies of insurance listed below have been issued to the insured named above for the policy with respect to which this certificate may be issued or may pertain, the insurance afforded by the limits shown may have been reduced by paid claims. period indicated. Notwithstanding any requirement, term or condition of any contract or other document is subject to all the terms, exclusions, and conditions of such policies. Aggregate policies described herein INSR LTR ADDL INSRD Type of Insurance Policy Number Policy Effective Date (MM/DD/YY) Policy Expiration Date (MM/DD/YY) Limits GENERAL LIABILITY Commercial General Liability Each Occurrence $ Damage to rented premises (EA occurrence) $ Claims Made Occur Med Exp $ General D - - _ Personal Adv Injury $ aggregate limit applies per: General Aggregate $ Policy ❑ Project ❑ LOC Products - Comp/Op Agg $ AUTOMOBILE ...s r LIABILITY Any Auto All Owned Autos Scheduled Autos Hired Autos Non -Owned Autos Combined Single Limit (EA Accident) $ Bodily Injury (Per Person) $ Bodily Injury (Per Accident) $ Property Damage {Per Accident) $ NNW EXCESS/UMBRELLA LIABILITY Each Occurrence IOccur ❑ Claims Made Aggregate Deductible A Workers Compensation and Employers' Liability Any proprietor/partner/executive officer/member excluded? NO If Yes, describe under special provisions below. WC 71949 01/01/2021 01/01/2022 X I WC Statu- tory Limits I 1OTH- ER E.L. Each Accident $1.000,000 E.L. Disease - Ea Employee $1,000,000 E.L. Disease - Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 90-68-060 Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": Coco Tree Service Corp Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL. Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or email certificates@lioninsurancecompany.com Project Name: ISSUE 02-22-21 (PH)(SS) Begin Date: 2/8/2021 CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI 444 SW 2ND AVE, 6TH FLOOR MIAMI, FL 33130 Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. _ _ — — •c:+t t'-'=3----i— '--`` A� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/15/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Professional Insurance Services of Florida Inc 5757 Blue Lagoon Dr #140 Miami FL 33126-2057 CONTACTONAlexander Sardinas (a/co No. E>c0: (305) 300-8291 lac No): (305) 357-1830 E-MAIL ADDRESS: info@proinservfl.com INSURERS) AFFORDING COVERAGE NAIC # wsuRERA: Burlington Insurance Company 23620 INSURED COCO TREE SERVICE CORP 1720 NW 33rd St Miami FL 33142-6173 INSURER B : Nautilus Insurance Co 17370 INSURER c : Granada Insurance Co. 524210 INSURER D : INSURER E : INSURERF: • • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR INVD POLICY NUMBER POLICY EFF (MM/DD/YYY`n POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 8646005797 06/29/2020 06/29/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 1,000,000 $ C AUTOMOBILE LIABILITY ANY AUTO AOUTOS ONLY HIRED v X SCHEDWNED ULED NON -OWNED AUTOS ONLY 0110FL00045170 - 0 11/04/2020 11/04/2021 COMBINED SINGLE LIMIT (Ea accident) $ 500,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ PIP $ 10,000 B X UMBRELLALIAB EXCESS LIAB OCCUR CLAIMS -MADE AN089294 06/29/2020 06/29/2021 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED RETENT ON $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Tree service CANCELLATION City Of Miami 1755 Meridian Ave Miami Beach FI 33139 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 3/23/2021 Mail - Josue Alvarado - Outlook https://outlook.office.com/mail/search/id/AAQkADFjMGFhZTQ4LTViNTktNGJhNi04MjczLTJhZTZiOGVjYjgyOQAQAAm2%2BdN4TVxKuocvmnRsVY4... 1 /2 3/23/2021 Mail - Josue Alvarado - Outlook ARE TS REE* OOD ,,A.tr u- goecto Brought to you by ISA nut: Tree Owner Information tional Activities Find an Arbothe Get Involved Find an i tx Home Find an Artorist Vert., an ISA Credential Credential Verification Certification ID search 7L-6439A' returned 1 records Back to Search Last Name cih Smote ling credentials Province De Lange' Orlando FL L^.:1TED STATES Explanation of ISA certification credentials Explanation of ISA qualifications ISA Certified Arboristt ISI International Society o�f,.pArboricultr+ unl w.tsa-w bor.corn • p. 1 678.367.098_1 - jsa@isa-arbor.tvr,i natwnal Society of Arboriculture 2oog:ao2a Email comments and questions to ISA Tuesday, Iarch16,aoaiit:,y8:4oAM(FAST/ISAHeadquart rsTime Please click here to view our privacy policy. https://outlook.office.com/mail/search/id/AAQkADFjMGFhZTQ4LTViNTktNGJhNi04MjczLTJhZTZiOGVjYjgyOQAQAA31T19D9fpBr4thweV3los%3D/sxs/... 1/1 3/23/2021 Mail - Josue Alvarado - Outlook u`Lisea DOJOS itd6f+na1101, LANGE!, DERICR C (ea.wry Naarri ALL LANDSCAPE DATA INC: ESRP CORPORATION 9rt/ NW 41 SIREEi SUITE 939 MEANT Plorkle 331/e DADE license It Ran Incase numGee. atatac. Incase. DOR-. SPLICMTEDMINIOLOONS License Rammed Rplste»od lae>,tuape Are Landscape ALL I.A6663043 Ctaseat,Actine 04/02/2010 tt/30/10l1 glafillattloo 04/15/2016 ANemate 41aw Ik C 1,110#nn https://outlook.office.com/mail/search/id/AAQkADFjM GFhZTQ4LTViNTktNGJhNi04MjczLTJhZTZiOGVjYjgyOQAQAA31TI9D9fpBr4thweV3los%3D/sxs/... 1/1 3/23/2021 Mail - Josue Alvarado - Outlook 201,4 0110WARD COUN EN FREF HUMMER LICENSL '1 vst K ttki ‘IN1 k uktiNN %Stitt Ot Itti 11414.1%11 It 114 1 SI tr_ The follow mg shall tv a% imitable 1\kt inspection a being carried tnit: Nere tICC Iimirij,. 1 • 1. ..-op% of the compan.%'% ltro%%ard Count% Tree 1 nwint license • Ptoot the company's CLUTtlit titiAtraftee h:ok Cra!: • 1t least one person should possess a ciii rein free l Timmer training calk! C. %went training card% reflect that training was completed w ithin • the past two % ems • Picture klonitkation issued try a government emit% or agency- : At feast one trained person must be mailable at ever) work site where being carried out, 3. The compari!.'s Tree Trimmer license number shall bc prommimt1 displayed on sides of .chicks used in tree trimming. 4. Tree trimmer license number must appear in ads offering tree trimming and/or rtino% al services. Ad% ertisernents inClutiC business cards, telephone direetory advertisements, quotes for tree sets t. fl:%ers and %chieles advertising tree 'srt-1. iccs. 5 License holders shall ensure that all mph:, ees engaged in tree trimming are adequately trained regarding saki:. procedures in accor-dance with applicable federal and state law including the federal (kcupational Saftey and Health Act of 1970 (OSI1A). 6 Retraining is required before licenses can be renewed. Tree trimmer license are reniabk every two years, 7. Each license holder shall notify , in V. riling, fthcrc is a change in any oldie standards required for heensure. COCO Tree Service Corp. I 720 NW 33 ST, MIAMI. FL 33142 BRWARD COUNTr OntDA CLASS TREE TRIMMER LICENSE 7%, B. 1084 r.:Yc'ITS:01113112,021 tk 41 {101 4 $41 1(11 Oktr,„ NV4 N lt J3142, MAIM. D OYU1 JOSUE V ALVARADO CERTIFICATE OF COMPETENCY JOSE E. ALVARADO .1rii.t.t.t. VI*" .4. https://outlook.office.com/mail/inbox/id/AAQIcADFjMGFhZTQ4LTVINTktNGJhNi04MjczLTJhZTZiOGVjYjgy00AQAHjj50%2B°/02BRO9Nsk9zj5uXJYEY0... 1/2 3/23/2021 Mail - Josue Alvarado - Outlook https://outlook. office.com/mai I/i nbox/id/AAQkAD Fj MG FhZTQ4LTVI NTktN GJh N iO4MjczLTJ hZTZiOGVjYjgyOQAQAHjj 50%2B%2BRO9Nsk9zj 5uXJYE%... 2/2 ATTACHMENT E IFB 1316386 BID PRICE SHEET Line No. Item Description Qty Unit of Measure Item Cost City Parcels and Miscellaneous Lots 1 City Lot Landscaping Services including but not limited to mowing, miscellaneous lot clearing, and watering. Price per square foot. See Attachment I - Locations, for a list of locations, their addresses, and square footage. 1 Sq. Ft. 0.015 Other Landscaping and Maintenance Items 2 Sodding: Installation of St. Augustine Grass as per Attachment F - Sodding Specification. Inclusive of fine sand, top soil, watering, etc. 1 Sq. Ft. $ 0.39 3 Herbicide/Insect Spraying (per location) 1 location $ 20.00 4 Erecting/Stalking/Bracing (per tree) inclusive of all materials, equipment and labor. 1 Tree $ 225.00 5 Stump Removal 0"-12" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each $ 150.00 6 Stump Removal 13"-24" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each $ 175.00 7 Stump Removal 25"-36" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each $ 350.00 8 Stump Removal 37" or more trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each $ 500.00 9 Fine Sand (Crushed Limerock) Installation at eroded areas in the swale and medians of public right of ways. Inclusive of all labor, equipment and materials such as water for dust control. 1 Cu. Yd $ 80.00 10 Fencing Installation inclusive of labor, materials, and equipment for a heavy duty 6' ht, 6 guage chain link fence. All appurtenances shall be included. 1 Linear Ft. $ 15.00 Right of Way and Swale Areas 11 NE 10TH BTW NE 87TH & 86TH STREET (SWALE E.) EACH 35 12 NE 87TH STREET BTW BAYSHORE DR & BISCAYNE BAY (E. GUARDRAIL) EACH $ 35.00 13 NE BAYSHORE DRIVE & BISC BAY (N. GUARDRAIL) EACH $ 35.00 14 NE 84TH STREET & BTW HOUSE #1176 & BISC BAY (CANAL) EACH $ 35.00 15 NE 10TH AVE & NE N. LITTLE RIVER DR (S. GUARDRAIL) EACH $ 35.00 16 BELLE MEADE ISLAND DR EAST (ROUND ABOUT) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 17 NE 84TH STREET & NE 3RD AVE (MEDIAN) EACH $ 35.00 18 NE 4TH AVE BTW 84TH STREET & 82ND TERR (S. GUARDRAIL) EACH $ 35.00 19 NE 82ND TERR BTW 4TH AVE & RAILROAD (N. GUARDRAIL) EACH $ 35.00 20 NE 4TH AVE BTW NE 80TH TERR & 79TH STREET (EAST) EACH $ 35.00 21 NE 4TH CT B/W NE 79TH STREET & 77TH STREET RD (HUMP) EACH $ 35.00 22 NE 5TH AVE BTW 78TH STREET & L. RIVER (S. GUARDRAIL) EACH $ 35.00 23 NE 5TH AVE BTW 77TH STREET & L. RIVER (N. GUARDRAIL) EACH $ 35.00 24 NE 76TH STREET & NE 75TH STREET (MEDIAN) EACH $ 35.00 25 NE 73RD STREET BTW 2ND AVE & 3RD CT (RAILROAD) EACH $ 35.00 26 NE 4TH AVE BTW 71ST STREET & 72ND TERR (RAILROAD) EACH $ 35.00 27 NE 83RD STREET & E DIXIE HWY (MEDIAN) EACH $ 35.00 28 NE 82ND TERR & E DIXIE HWY (MEDIAN) EACH $ 35.00 29 MORNINGSIDE - BISCAYNE BLVD TO THE BAY FROM NE 55 ST TO NE 59 ST EACH $ 35.00 30 NW 12TH AVE BTW NW 62ND STREET & 71ST STREET (MEDIAN & WEST) EACH $ 35.00 31 NW 5 AVE FROM NW 67 ST TO NW 71 ST EACH $ 35.00 32 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) EACH $ 35.00 33 FEDERAL HWY BTW NE 37 & 54TH STREET (RAILROAD) EACH $ 35.00 34 NE 36TH STREET BTW FEDERAL HWY & NE 7TH AVE (MEDIAN) EACH $ 35.00 35 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) EACH $ 35.00 36 59 STREET FROM NW 2 AVE TO NE 2 AVE EACH $ 35.00 37 59 ST FROM NE 4 AVE TO BISCAYNE BAY EACH $ 35.00 38 58 ST FROM NE 4 COURT TO BISCAYNE BLVD EACH $ 35.00 39 NE 2 AVE FROM 54 ST TO 71 ST -- TREE GRATES EACH $ 35.00 40 NE 69 ST TO NE 71 ST FROM BISCAYNE BLVD TO NE 10 AVE EACH $ 35.00 41 NW 52ND STREET BTW 7TH AVE & XPW (E. GUARDRAIL) EACH $ 35.00 42 NW 51 STREET BTW 7TH AVE & XPWY (S. GUARDRAIL) EACH $ 35.00 43 NW 6TH CT BTW 46 & 48 ST. (EXPRESSWAY) EACH $ 35.00 44 NW 6TH CT BTW 43 & 46 STREET (EXPRESSWAY) EACH $ 35.00 45 NW 6TH AVE BTW 49 & 53 RD STREET (EXPRESSWAY) EACH $ 35.00 46 NW 6TH AVE BTW 46 ST & 48TH ST (EXPRESSWAY) EACH $ 35.00 47 NW 6TH AVE BTW 46 ST & 47TH ST (S. BAY VISTA PARK) EACH $ 35.00 48 NW 6TH AVE BTW 40TH STREET & 46TH STREET (EXPRESSWAY) EACH $ 35.00 49 NW 5TH AVE BTW NW 46 & 54TH STREET (MEDIAN) EACH $ 35.00 50 NW 5TH AVE BTW 40TH STREET & XPWY (S. GUARDRAIL) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 51 NW 39 ST BTW 3RD AVE & XPWY (W. GUARDRAIL) EACH $ 35.00 52 NW 5 AVE BTW 37TH ST & XPWY (N. GUARDRAIL) EACH $ 35.00 53 NW 38 ST BTW N MIAMI AVE & 2ND AVE TO D. END (SOUTH) EACH $ 35.00 54 NE 38 ST BTW N MIAMI AVE & NE 1ST AVE (SOUTH) EACH $ 35.00 55 NW 36 ST BTW 7 AVE & NE 2ND AVE (SWALE & MEDIAN) EACH $ 35.00 56 NW 53RD ST BTW 6 & 7 AVE (NORTH & SOUTH SWALE) EACH $ 35.00 57 NW 16 AVE BTW 50 & 46 ST (MEDIAN) EACH $ 35.00 58 NW 15 CT BTW 5 & 46 ST (MEDIAN) EACH $ 35.00 $ 35.00 59 NW 15 AVE BTW 50 & 46 ST (MEDIAN) EACH 60 NW 49 ST BTW 17 & 15 AVE (MEDIAN) EACH $ 35.00 61 NW 47 ST BTW 17 & 15 AVE (MEDIAN) EACH $ 35.00 62 NW 11 AVE BTW NW 48 & 50 ST (MEDIAN) EACH $ 35.00 63 NW 11 AVE BTW 47 & 46 ST (MEDIAN) EACH $ 35.00 64 NW 8 AVE BTW 48 & 50 ST (MEDIAN) EACH $ 35.00 65 NW 8 AVE BTW 46 & 47 ST (MEDIAN) EACH $ 35.00 66 NW 8 AVE BTW 41 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 $ 35.00 67 NW 40 ST BTW 17 & 18 AV (EXPRESSWAY) EACH 68 NW 23 CT BTW 21 TERR & RAILROAD (N GUARDRAIL) EACH $ 35.00 69 2001 NW 28 ST (LOT) EACH $ 35.00 70 NW 34 ST BTW 10 & 8 AV (NORTH & SOUTH) EACH $ 35.00 71 NW 15 AVE BTW 23 ST & RAILROAD (S. GUARDRAIL) EACH $ 35.00 72 NW 15 AVE & 22ND ST (N GUARDRAIL) EACH $ 35.00 73 NW 17 TO 12 AVE, NW 20 TO 22 ST (VARIOUS PLANTERS) EACH $ 35.00 74 NW 14 AVE BTW NW 21 & 23 ST (VARIOUS PLANTERS) EACH $ 35.00 75 ALLEY ON NW 11 AVE BTW NW 33 & 34 ST (PLANTERS) EACH $ 35.00 76 NW 34 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 77 NW 33 ST BTW 7 AVE CIRCLE & XPWY (E GUARDRAIL) EACH $ 35.00 $ 35.00 78 NW 28 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH 79 NW 27 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 80 NW 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 81 NW 2 ST BTW 7 AVE XPWY (E GUARDRAIL) EACH $ 35.00 82 NW 23 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 83 NW 22 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 84 NW 6 AVE BTW 21 TERR & 35 ST (EXPRESSWAY) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 85 NW 5 AVE BTW 23 & 36 ST (MEDIAN) EACH $ 35.00 86 NE 29 ST BTW N MIAMI AVE & RAILROAD (MEDIAN) EACH $ 35.00 87 NE 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH $ 35.00 88 NE 25 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) EACH $ 35.00 89 NE 24 ST BTW N MIAMI AE & RAILROAD (W GUARDRAIL) EACH $ 35.00 $ 35.00 90 NE 22 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) EACH 91 NE 22 ST BTW 2 AVE RIALROAD (E GUARDRAIL) EACH $ 35.00 92 NE 23 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH $ 35.00 93 NE 24 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH $ 35.00 94 NE 25 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH $ 35.00 95 NE 26 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH $ 35.00 96 NW 6 CT BTW 30 & 32 ST (EXPRESSWAY) EACH $ 35.00 97 NW 4 CT BTW 20 ST & DEADEND (ROUND ABOUT) EACH $ 35.00 98 NE 34 ST BTW 5 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 99 NE 31 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 100 NE 30 ST BTW 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 101 NE 29 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 102 NE N BAYSHORE DR & NE 28 ST (BIS. BAY) EACH $ 35.00 103 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 104 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 105 NE 25 ST BTW BISC BLVD & BISC BAY (E GUARDRAIL) EACH $ 35.00 106 NE 24 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 107 NE 23 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 108 NE 22 TERR BTW 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 109 NE 22 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH $ 35.00 110 BISCAYNE BLVD BTW NE 24 7 36 ST (SWALE & MEDIAN) EACH $ 35.00 111 NE 4 AVE BTW NE 17 TERR & 19 ST (MEDIAN) EACH $ 35.00 112 NE 17 ST BTW NE 2 AVE & BISC BLVD (MEDIAN) EACH $ 35.00 113 N BAYSHORE DR BTW NE 17 & 13 ST (MEDIAN) EACH $ 35.00 114 BISC. BLVD BTW NE 11 & 19 ST (SWALE & MEDIAN) EACH $ 35.00 115 NW 9 ST BTW 3 AVE & XPWY (W GUARDRAIL) EACH $ 35.00 116 NW 14 TERR & 2 AVE ALONG XPWY (EXPRESSWAY) EACH $ 35.00 117 NW 1 AVE & 14 ST (HUMP) EACH $ 35.00 118 NW 1 AVE BTW 13 ST ALONG RR TRACK (EAST & WEST) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 119 NW 1 AVE BTW 7 & 10 ST (MEDIAN) EACH $ 35.00 120 NW 9 ST BTW MIAMI AVE & 1 AVE (ALL) EACH $ 35.00 121 N MIAMI AVE & NW 20 ST BY RR TRACK (HUMP) EACH $ 35.00 122 N MIAMI AVE & NW 19 ST BY RR TRACK (HUMP) EACH $ 35.00 123 N MIAMI AVE & NW 14 ST (MEDIAN) EACH $ 35.00 124 NW 12 AVE FROM NW 12 ST TO NW 14 ST EACH $ 35.00 125 NW 8 ST RD BTW 11 & 10 ST (SWALE WEST) EACH $ 35.00 126 NW 11 ST RD BTW XPWY & NW 10 AVE (EXPRESSWAY) EACH $ 35.00 127 SUNNY BROOK RD BTW XPWY & 10 AVE (W GUARDRAIL) EACH $ 35.00 128 SPRING GARDEN RD BTW XPWY & 10 AVE (W GUARDRAIL) EACH $ 35.00 129 NW 13 AVE & MIAMI RIVER DEAD END (ROUND ABOUT) EACH $ 35.00 130 1458 NW S RIVER DR (SWALE) EACH $ 35.00 131 NW 15 AVE & NW 9 ST (SWALE NE CORNER) EACH $ 35.00 132 NW 9 ST BTW 17 AVE & HOUSE #1511 (SWALE NORTH) EACH $ 35.00 133 NW S RIVER DR BTW HOUSE #1520 & # 1665 (SWALE SOUTH) EACH $ 35.00 134 NW 16 AVE BTW NW S. RIVER DR & MIAMI RIVER (MEDIAN) EACH $ 35.00 135 NW 15 AVE BTW NW N RIVER DR & MIAMI RIVER (MEDIAN) EACH $ 35.00 136 NW N NIRVER DR BTW 13 TER & 14 AVE (MEDIAN) EACH $ 35.00 137 NW 13 TER BTW 14 AVE & NW N RIVER DR (MEDIAN) EACH $ 35.00 138 NW 14 AVE BTW 14 & 20 ST (MEDIAN) EACH $ 35.00 139 NW 14 AVE BTW 14 TER & 15 ST (SWALE-WEST) EACH $ 35.00 140 NW 14 AVE & 15 ST (ROUND ABOUT) EACH $ 35.00 141 NW 14 AVE & NW 17 ST (LOT) EACH $ 35.00 142 NW 17 ST & 16 TER ALONG CANT (WEST) EACH $ 35.00 143 NW 9 AVE & 15 ST (MEDIAN) EACH $ 35.00 144 NW 14 ST FROM NW 12 AVE TO NW 14 AVE EACH $ 35.00 145 NW N RIVER DR & 22 PL (ROUND ABOUT) EACH $ 35.00 146 NW 14 ST BTW S RIVER DR & 20 CT (ROUND ABOUT) EACH $ 35.00 147 NW 13 ST BTW HOUSE #2500 & DEAD END (SWALE SOUTH) EACH $ 35.00 148 NW 11 ST BTW NW 27 & 22 AV (MEDIAN) EACH $ 35.00 149 NW 26 AV RD BTW 24 CT & XPWY (SWALE) EACH $ 35.00 150 NW 23 AV BTW NW 11 & 7 ST (MEDIAN) EACH $ 35.00 151 NW 22 PL BTW 9 ST & XPWY (N. GUARDRAIL) EACH $ 35.00 152 NW 22 CT BTW 9 ST & XPWY (N. GUARDRAIL) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 153 NW 9 ST BTW NW 21 CT & 18 AV (EXPRESSWAY) EACH $ 35.00 154 ALONG NW 18 AV & 17 PL & NW 7 ST (MEDIAN) EACH $ 35.00 155 NW 17 CT BTW 7 ST & XPWY (N. GUARDRAIL) EACH $ 35.00 156 NW 17 CT BTW NW S. RIVER DR & XPWY (SWALE WEST) EACH $ 35.00 157 NW S RIVER DR & 18 AV (MEDIAN) EACH $ 35.00 158 NW 18 AV BTW NW HOUSE #1022 & 10 (SWALE EAST) EACH $ 35.00 159 NW 10 ST BTW NW 18 CT & 18 AV (SWALE SOUTH) EACH $ 35.00 160 NW 18 PL BTW NW S RIVER DR & XPWY (S. GUARDRAIL) EACH $ 35.00 161 NW 19 AV BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 162 W 19 CT BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 163 NW 20 AV BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 164 NW 21 AVE BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 165 NW 21 CT BTW 11 ST & XPWY (S. GUARDRAIL) EACH $ 35.00 166 NW 11 ST AT NW 18 AVE (TRIANGLE) EACH $ 35.00 167 DELAWARE PKWY BTW 20 & 27 ST (MEDIAN) EACH $ 35.00 168 NW 13 ST BTW 29 AV XPWY (E GUARDRAIL) EACH $ 35.00 169 NW 28 AV BTW 14 ST & XPWY (ROUND ABOUT) EACH $ 35.00 170 NW 30 AV BTW 13 & 14 ST (LOT) EACH $ 35.00 171 NW 31 AV BTW 13 ST & CANAL (S GUARDRAIL) EACH $ 35.00 172 NW 13 ST BTW 13 ST & CANAL (S GUARDRAIL) EACH $ 35.00 173 NW 33 CT BTW 14 ST & CANAL (LOT) EACH $ 35.00 174 NW 13 ST BTW 29 AV & XPWY (E GUARDRAIL) EACH $ 35.00 175 NW 29 AV BTW XPWY & 11 ST (SWALE EAST & WEST) EACH $ 35.00 176 NW 32 AV BTW & XPWY (N GUARDRAIL) EACH $ 35.00 177 NW 32 CT BTW 11 ST & XPWY (N GUARDRAIL) EACH $ 35.00 178 NW 32 PL BTW 11 ST & XPWY (N GUARDRAIL) EACH $ 35.00 179 NW 32 PL BWT 13 TER & XPWY (S GUARDRAIL) EACH $ 35.00 180 NW 33 AV BTW 11 ST & XPWY (N GUARDRAIL) EACH $ 35.00 181 NW 35 AV BTW 13 ST & XPWY (N GUARDRAIL) EACH $ 35.00 182 NW 35 CT BTW NW 11 & 7 ST (MEDIAN) EACH $ 35.00 183 NW 13 TER & NW 32 PL (PLANTER) EACH $ 35.00 184 NW 14 ST BTW OVERPASS & 37 AV (SWALE NO & SO) EACH $ 35.00 185 NW 45 AV BRIDGE OVER COMFORT CANAL (SWALE) EACH $ 35.00 186 SW FLAGAMI BLVD & SW 8 ST (ROUND ABOUT) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 187 SW 8 ST & TAMIAMI BLVD (ROUND ABOUT) EACH $ 35.00 188 SW 73 CT & SW 8 ST (ROUND ABOUT) EACH $ 35.00 189 NW 67 AV BTW TAMIAMI CANAL RD & CANAL (N GUARDRAIL) EACH $ 35.00 190 TAMIAMI BLVD & SW 4 ST (ROUND ABOUT) EACH $ 35.00 191 SW 68 AV & SW 4 ST (ROUND ABOUT) EACH $ 35.00 192 SW 68 AV & SW 6 ST (ROUND ABOUT) EACH $ 35.00 193 NW 61 AV & NW 7 ST (MEDIAN) EACH $ 35.00 194 NW 62 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH $ 35.00 195 NW 63 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH $ 35.00 196 NW 64 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH $ 35.00 197 NW 65 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH $ 35.00 198 NW 64 CT & TAMIAMI CANAL RD (MEDIAN) EACH $ 35.00 199 NW 62 CT & TAMIAMI CANAL RD (MEDIAN) EACH $ 35.00 200 SW 66 AV & SW 2 ST (ROUND ABOUT) EACH $ 35.00 201 SW 63 CT & SW 6 ST (ROUND ABOUT) EACH $ 35.00 202 SW 63 CT & SW 2 ST (ROUND ABOUT) EACH $ 35.00 203 SW 59 CT & SW 2 ST (LOT) EACH $ 35.00 204 SW 38 CT BTW W FLAGLER ST & SW 4 ST (MEDIAN) EACH $ 35.00 205 SW 32 CT RD BTW SW 33 AV & W FLAGLER ST (MEDIAN) EACH $ 35.00 206 SW 33 AV BTW SW 6 & 8 ST (MEDIAN) EACH $ 35.00 207 NW 23 PL BTW NW 7 & 3 ST (ROUND ABOUT) EACH $ 35.00 208 GLENNROYAL PKWY BTW NW 1 & 22 AV (MEDIAN) EACH $ 35.00 209 GLENNROYAL PKWY & NW 1 AV (MEDIAN) EACH $ 35.00 210 GLENNROYAL PKWY & 23 AV (MEDIAN) EACH $ 35.00 211 W FLAGLER ST & SW 1 ST (MEDIANT) EACH $ 35.00 212 SW 8 ST BTW SW 27 & 17 AV (MEDIAN) EACH $ 35.00 213 NW 17 AV BTW 5 & 6 ST (MEDIAN) EACH $ 35.00 214 SW 22 AV & SW 7 ST (MEDIAN) EACH $ 35.00 215 SW 8 ST BTW SW 17 & 7 AV (SWALE N & S) EACH $ 35.00 216 NW 17 AV BTW 5 & 6 ST (HUMP) EACH $ 35.00 217 NW 1 AV & NW 1 ST (MEDIAN) EACH $ 35.00 218 NW 1 AV BTW NW 5 & 7 AV (SWALE W) EACH $ 35.00 219 SW 5 ST BTW 3 AV & MIAMI RIVER (GUARDRAIL) EACH $ 35.00 220 SW S RIVER DR BTW NW 1 ST & SW 4 ST (SWALE E & W) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 221 NW N RIVER DR NTW SW 2 AV & NW 5 ST (SWALE E & W) EACH $ 35.00 222 NW 4 ST & NW N RIVER DR (MEDIAN) EACH $ 35.00 223 S MIAMI AV & SW 4 ST (MEDIAN) EACH $ 35.00 224 25 SW 5 RIVER DR (LOT) CONTRACTOR EACH $ 35.00 225 109 SW S RIVER DR (LOT) CONTRACTOR EACH $ 35.00 226 19 SW N RIVER DR (LOT) CONTRACTOR EACH $ 35.00 227 121 SW N RIVER DR (LOT) CONTRACTOR EACH $ 35.00 228 114 SW N RIVER DR (LOT) CONTRACTOR EACH $ 35.00 229 BISCAYNE BLVD BTW CHOPIN PLAZA & NE 7 AV (MEDIAN) PARK'S EACH $ 35.00 230 SW SE 15 RD BTW SW 11 ST & S BAYSHORE DR (MEDIAN) EACH $ 35.00 231 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) EACH $ 35.00 232 SW 17 RD S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 233 SW 28 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 234 SW 18 TER S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 235 SW 19 RD EAST OF S MIAMI AV (DEAD END W) EACH $ 35.00 236 SW 20 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 237 SW 21 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 238 SW 22 RD S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 239 SW 23 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 240 SW 24 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH $ 35.00 241 SW 1 AV BTW SW 27 RD & 15 RD (MEDIAN) EACH $ 35.00 242 SW 25 RD BTW BISC BAY & XPWY (MEDIAN) EACH $ 35.00 243 SW 24 RD BTW S MIAMI AV & SW 3 AV (MEDIAN) EACH $ 35.00 244 SW 23 RD BTW S MIAMI AVE & SW 4 AV (MEDIAN) EACH $ 35.00 245 SW 2 AV BTW SW 19 RD & XPWY (GUARDRAIL W) EACH $ 35.00 246 SW 2 CT BTW SW 18 RD & XPWY (DEAD END & LOT) EACH $ 35.00 247 SW 2 CT BTW SW 17 RD & XPWY (GUARDRAIL E) EACH $ 35.00 248 SW 11 ST ST 4 AV & XPWY (GUARDRAIL W) EACH $ 35.00 249 SW 11 ST BTW SW 3 AV & XPWY (GUARDRAIL E) EACH $ 35.00 250 SW 10 ST BTW SW 4 AV & XPWY (GUARDRAIL W) EACH $ 35.00 251 SW 4 AV BTW SW 8 & 10 ST (SWALE W) EACH $ 35.00 252 SW 3 AV BTW SW 8 & 10 ST (SWALE E) EACH $ 35.00 253 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E) EACH $ 35.00 254 SW 2 AV BTW SW 23 & 27 RD (MEDIAN) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 255 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) EACH $ 35.00 256 SW 12 ST BTW BRICK BAY DR & BISC BAY (SWALE N&S) EACH $ 35.00 257 SW 13 AV BTW SW 8 & 22 ST (MEDIAN) CUBAN MEMORIAL BLVD EACH $ 35.00 258 SW 27 RD BTW SW 1 & 5 AV (MEDIAN) EACH $ 35.00 259 SW 26 RD BTW SW 1 & 5 AV (MEDIAN) EACH $ 35.00 260 SW 25 RD BTW SW 2 & 5 AV (MEDIAN) EACH $ 35.00 261 SW 24 RD BTW SW 3 & 5 AV (MEDIAN) EACH $ 35.00 262 SW 23 RD BW SW 3 & 5 AV (MEDIAN) EACH $ 35.00 263 SW 1 AV BTW SW 25 & 28 RD (MEDIAN) EACH $ 35.00 264 SW 24 RD & SW 10 AV (MEDIAN) EACH $ 35.00 265 SW 25 RD & SW 13 st (MEDIAN) EACH $ 35.00 266 SW 9 AV & SW 10 ST (MEDIAN) EACH $ 35.00 267 SW 22 ST BTW SW 17 & 27 AV (MEDIAN) CORAL WAY CONTRACTOR EACH $ 35.00 268 SW 10 ST RD BTW SW 8 & 10 ST (MEDIAN) EACH $ 35.00 269 SW 8 ST TO SW 10 ST FROM SW 19 AVE TO SW 22 AVE EACH $ 35.00 270 SW 27 AVE FROM SW 8 ST TO SW 16 ST EACH $ 35.00 271 SW 22 ST BTW SW 27 & 37 AV (MEDIAN) CORAL WAY CONTRACTOR EACH $ 35.00 272 SW 32 AV BTW SW 21 & 16 ST (SWALE W) EACH $ 35.00 273 SW 16 ST BTW SW 32 & 34 AV (SWALE S) EACH $ 35.00 274 SW 11 ST BTW SW 36 CT & 30 AV (MEDIAN) EACH $ 35.00 275 SW 33 AV BTW DEAD END & SW 8 ST (MEDIAN) EACH $ 35.00 276 SW 37 AV & SW 20 ST (MEDIAN) CONTRACTOR EACH $ 35.00 277 SW 9 ST BTW SW 29 CT & 30 AV (SWALE N) EACH $ 35.00 278 S DIXIE HWY BTW SW 27 AV & BIRD RD (SWALE N) EACH $ 35.00 279 S DIXIE HWY & SW 28 TER (MEDIAN) EACH $ 35.00 280 SW 29 AV & SW 27 TER (N GUARDRAIL) EACH $ 35.00 281 SW 27 AVE FROM US1 TO SW 16 ST EACH $ 35.00 282 GRAND AVE TO HIBISCUS FROM DOUGLAS RD TO MAIN HWY EACH $ 35.00 283 GRAND AVE TO BIRD AVE FROM DOUGLAS RD TO VIRRICK PARK EACH $ 35.00 284 SW 36 AVE AND SW 22 ST (NORTH SIDE MEDIANS) EACH $ 35.00 285 SW 27 ROAD FROM S. MIAMI COURT TO DEAD END EACH $ 35.00 286 S DIXIE HWY BTW SW 27 & 17 AV (SWALE N) EACH $ 35.00 287 S DIXIE HWY & SW 27 TER (MEDIAN) EACH $ 35.00 288 MORRIS LN BTW TIGER TAIL AB & DEAD END (MEDIAN) EACH $ 35.00 ATTACHMENT E IFB 1316386 BID PRICE SHEET 289 AH-WEE-A CT BTW BAYSHORE LN & BISC BAY (LOT -ALLEY) EACH $ 35.00 290 AVIATION AV & SW 27 AV (MEDIAN) EACH $ 35.00 291 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN PL (MEDIAN) EACH $ 35.00 292 SW 3 AV BTW SW 22 ST & SW 16 AV (MEDIAN) SIDE ONLY EACH $ 35.00 293 SW 2 TER & SW 3 AV (MEDIAN) EACH $ 35.00 294 SW 22 TER & SW 32 AV (LOT) EACH $ 35.00 295 S DIXIE HWY BTW SW 17 AV & 95 RAMP (SWALE N) EACH $ 35.00 296 SW 1 AV BTW SW 17 & 16 AV (MEDIAN) EACH $ 35.00 297 ALATKA ST BTW S DIXIE HWY & S MIAMI AV (SWALE E) EACH $ 35.00 298 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN (MEDIAN) EACH $ 35.00 299 SE 32 RD BTW S SIXIE HWY & BRICKELL AV (MEDIAN) EACH $ 35.00 300 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT EACH $ 35.00 301 HALISSEE ST & S DIXIE HWY (MEDIAN) EACH $ 35.00 302 SW 22 AT BTW SW 17 & 12 AV (MEDIAN) CORAL WAY CONTRACTOR EACH $ 35.00 303 BRICKELL AV BTW SW 8 ST & SE 26 RD (MEDIAN) CONTRACTOR EACH $ 35.00 304 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT EACH $ 35.00 305 SW 25 RD BTW SW 2 AV & BISC BAY (MEDIAN) TO BRICKELL BAY EACH $ 35.00 306 CALUSA ST BTW TIGER TAIL AV & DEAD END (MEDIAN) CONTRACTOR EACH $ 35.00 307 CRYSTAL VIEW CT & BISC BAY (DEAD END & MEDIAN) EACH $ 35.00 308 ROCKERMAN RD BTW S BAYSHORE DR & BAYSHORE VILLAS DR (MEDIAN) EACH $ 35.00 309 S DIXIE HWY BTW SW 37 AV & BIRD RD (SWALE N) EACH $ 35.00 310 GRAND AVE & VIRGINIA ST (ROUND ABOUT) EACH $ 35.00 311 MARLER AV BTW DOUGLAS RD & PLAZA ST (ALL) EACH $ 35.00 312 HIBISCUS ST BTW LOQUAT AV & DEAD END (ALL) CONTRACTOR EACH $ 35.00 313 METRO RAIL BTW SW 37 AV & BIRD RD (SWALES) CONTRACTOR EACH $ 35.00 314 MARLER AV BTW PLAZA ST & HIBISCUS ST (SWALE S) EACH $ 35.00 315 FRANKLIN AV BTW ROYAL CT & DOUGLAS RD (PLANTERS) EACH $ 35.00 316 PLAZA ST & PALMETTO AV (LOTS) EACH $ 35.00 317 FRANKLIN AV & ROYAL RD (ROUND ABOUT) CONTRACTOR EACH $ 35.00 318 FRANKLIN AV & PLAZA ST (ROUND ABOUT) CONTRACTOR EACH $ 35.00 319 VIRGINIA ST & SHIPPING AV (ROUND ABOUT) CONTRACTOR EACH $ 35.00 320 METRO RAIL BTW BROOKER ST SW 37 AV (SWALES) EACH $ 35.00 321 VENTURA AV & LA PLAYA BLVD (MEDIAN) EACH $ 35.00 Executed in 2 Counterparts init. Document A310T ' - 2010 Bid Bond CONTRACTOR: (Name, legal status and address) Coco Tree Service Corp SURETY: United States Fire Insurance Company (Name, legal status and principal place of business) 1720 NW 33 St. Miami, FL 33142 OWNER: (game, legal stales and address) City of Miami, Florida 444 SW 2nd Avenue, 6th Fir Miami, FL 33130 BOND AMOUNT: ( 5% ) Five Percent of Amount Bid PROJECT: (Name, location or address, and Project number, if any) Solicitation no. 1316386, City Lots and Right -of -Way Landscaping Services, Miami, FL 305 Madison Avenue Morristown, NJ 07962 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor- and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the terns Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 29th day of March 2021 Coco Tree Service Corp (Principal) (Seal) (Win S (tl�it 'ss) Jenna Delgado� (Title Frey Reich , Attorney -in -Fact & Florida Licensed Resident Aaent CA ON: You should sign en original AIA Contract Document, on which this text appears in RED. An original assures that changes will not he obscured, (Title) United States Fire Insurance Company i n (Seal) AIA Document A310r" - 2010. Copyright O 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: Tills AIA" Document Is protected by U.S. Copyright Law and International Treaties, Unauthorized reproduction or distribution of this Ate Document, or any portion Olt, may result In severe civil and criminal penalties, and will be prosecuted to the maxlnnnn extent possible under the law. Purchasers are permitted to reproduce ten (10) copses of this document when completed. To report copyright violations of AIA Contract Documents, e-mail The American Institute of Architects' legal counsel, copyright@aia,org, 061110 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 00965413421 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Jeffrey W. Reich, Susan L. Reich, Kim E. Niv, Cheryl A. Foley, Robert P. O'Linn, Gloria A. Richards, Teresa L. Durham, Sarah K. O'Linn, Emily J. Golecki, Jenna R. Delgado, Coralise M. Medal, Hieneka C. Harrington, Brianna T. Miller, Lisa A. Roseland each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2022. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 22' day of August 2019. UNITED STATES FIRE INSURANCE COMPANY Anthony R. Slimowicz, President State of Pennsylvania } County of Philadelphia } On this 22nd day of August 2019, before me, a Notary public of the State of Pennsylvania, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. Commonwealth of Pennsylvania —Notary Seal Tamara Watkins, Notary Public Philadelphia County My commission expires August 22, 2023 Commission number 1348843 Tamara Watkins (Notary Public) I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the29th day of March 20 21 UNITED STATES FIRE INSURANCE COMPANY Al Wright, Senior Vice President 1JIitOlitu of aint ANNIE PEREZ, CPPO ARTHUR NORIEGA V Procurement Director City Manager April 12, 2020 Josue Alvarado Coco Tree Service Corp 1720 NW 33rd Street Miami, FL 33142 SENT VIA EMAIL coco(a�cocotreeservice.com RE: Addendum Acknowledgement — Invitation for Bid (IFB) No. 1316386 — City Lots and Right -of - Way Landscaping Services Dear Mr. Alvarado: The City of Miami's Procurement Department ("Procurement") is in the process of evaluating the bid response submitted by Coco Tree Service Corp ("Coco Tree"), for IFB No. 1316386 for the provision of City lot and right-of-way landscaping services. Our initial review has revealed that additional information is required to determine if the bid is responsive to the requirements of the IFB. Pursuant to the IFB's Certification Section, "Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/1/19). If no addendum/addenda was/were issued, please insert N/A." On March 22, 2021 Addendum No. 1 was issued (attached), however, Coco Tree failed to acknowledge receipt of said Addenda. Please acknowledge below that Coco Tree is in receipt of Addendum No. 1, which was made an integral part of this solicitation. Please check the appropriate response below: Yes, Coco Tree acknowledges receipt of Addendum No. 1 and is submitting the attached signed Addendum No. 1. Failure to read the addenda prior to proposal submittal is not the responsibility of the City. No changes to the bid will be allowed after the due date. All Bidders are responsible for reviewing all addenda. Please sign below to confirm your response made above: Print Name 0 Title A response to this letter, along with all of the documentation requested, must be emailed to Tahlia Gray at tgrav(d)miamigov.com or faxed to 305-400-5019, by no later than April 15, 2021 by at 5:00 PM Eastern Standard Time . Failure to respond by the required deadline may constitute grounds for deeming your bid as non -responsive. Should you have any questions regarding this notification, please contact Tahlia Gray at (305) 416-1912, or by email as provided above. Thank you for your cooperation. Sincere Annie Perez, CPPO Chief Procurement Officer AP:tg c: Bid File lllitg of tart ANNIE PEREZ, CPPO ARTHUR NORIEGA V Procurement Director City Manager ADDENDUM NO. 1 IFB 1316386 March 22, 2021 Invitation for Bid ("IFB"), City Lot Maintenance Services TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.32, Additions/Deletions of Services/Items/Suppliers has been deleted in its entirety and hereby replaced with the following: Additions/Deletions of Services/Locations/Suppliers Although this solicitation identifies specific locations/services, it is hereby agreed and understood that any service/location/supplier may be added/deleted to/from this Contract at the option of the City. When an additional service/location to the Contract is required, the supplier shall be invited to submit price quotes for these new services/locations. If prices are not competitive or not provided, the City maintains the right to add additional suppliers to the Contract to perform those services required. If these quotes are comparable with market prices offered for similar services, they shall be added to the Contract, whichever is in the best interest of the City, and an addendum and a separate purchase order shall be issued by the City. B. The following is the City's response to questions received from prospective Bidders: Q1. Who is this contract currently awarded to and what is the bid tab from that award? Al. There is currently no active contract for these services. Q2. Please provide the bid tabulation for the last contract the City awarded for these services. A2. See attached Exhibit A — IFB 700384 Bid Tabulation. Q3. Please provide the tabulation from IFB 1077382. A3. Be advised that per Florida State Statute 119.071(1)(b3): If an agency rejects all bids, proposals, or replies submitted in response to a competitive solicitation and the agency concurrently provides notice of its intent to reissue the competitive 1 solicitation, the rejected bids, proposals, or replies remain exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision concerning the reissued competitive solicitation or until the agency withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than 12 months after the initial agency notice rejecting all bids, proposals, or replies. Therefore, the City will not be releasing any information regarding IFB 1077382 until an award recommendation has been made for IFB 1316386. Q4. Does this contract have a cost estimate? A4. This information is not available. Q5. What is the construction timeline for this project? What is the projected start and/or end date? A5. This contract is not a construction project/contract. Q6. Please confirm the contract term. A6. The contract term is three (3) years with the option to renew for two (2) one-year periods. Q7. For the bond requirement, is an annual renewal bond allowed? A7. No. See Section 2.22, Performance Bond for performance bond requirements. Q8. Is there a 5% bid bond for this solicitation? A8. Yes. See Section 2.12, Bid Bond for bid bond requirements. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP:tg c. Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, Chief of Infrastructure Juvenal Santana, P.E., Director, Public Works. Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: (( /) DATE: 2 SIGNATURE: 3 Tap f tMlTtt ANNIE PEREZ, CPPO ARTHUR NORIEGA V Director of Procurement City Manager April 6, 2021 Josue Alvarado Coco Tree Service Corp. 1720 NW 33rd Street Miami, FL 33142 SENT VIA EMAIL coco e(s7cocotreeservice.com RE: Request for Clarification- Invitation for Bid ("IFB") 1316386, City Lots and Right -of - Way Landscaping Services Dear Mr. Alvarado, The City of Miami's Procurement Department ("Procurement") is in receipt of the bid response submitted by Coco Tree Service Corp. "Coco Tree" for IFB 1316386, City Lots and Right -of - Way Landscaping Services, issued on March 9, 2021. Our initial review has revealed that additional information is required as part of Procurement's due diligence review of your firm's bid submittal to this IFB. Pursuant to Special Conditions, Section 2.18, Bidder must list any or all subcontractor(s) that may be utilized to assist in the performance of the work specified herein on Attachment D — Subcontractors, if applicable." Attachment D was not submitted with the bid response and the City requires clarification on whether subcontractors will be utilized by Coco Tree for this contract. Please check below the appropriate response: { } Yes. Coco Tree intends to utilize subcontractors if awarded this contract and has failed to submit the required document. . Coco Tree will not utilize subcontractors in the execution of this contract and understands pursuant to Section 2.18, if Bidder does not include any subcontractor(s) as part of its bid submittal it will be construed that the Bidder will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it request in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy-two (72 hours of considering hiring subcontractor(s). The City will grant or deny such request in writing within forty-eight (48) hours of receiving said request. Please sign and date below to certify your respons �Lt (;) g 0 Print Name Title Date Your response to this letter must be emailed to tgrav(a�miamigov.com or faxed 305-400-5019 to the attention of Tahlia Gray, by no later than April 12, 2021 at 5:00 PM Easter Standard Time. Failure to respond by the required deadline may constitute grounds for deeming your bid as non -responsive. Sincerely, Annie erez, CPPO Director of Procurement AP:tg c: Bid File City of Miami Invitation for Bid (IFB) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamipov.com/procurement IFB Number: Title: Issue Date/Time: IFB Closing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 1316386 Invitation for Bid for City Lots & Right -of -Way Landscaping Services MARCH 9, 2021 @ 8:OOAM MARCH 29, 2021 @ 3:OOPM Voluntary MARCH 12, 2021 @ 10:OOAM VIRTUAL MARCH 19, 2021 @ 2:OOPM TAHLIA GRAY NO HARDCOPIES SUBMITTALS ALLOWED TGRAY@MIAMIGOV.COM 305-400-5019 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18- 107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: ADDRESS: PHONE: FAX: EMAIL: CELL(Optional): SIGNED BY: TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational License Issuing Agency: Business Tax Receipt/Occupational License Expiration Date: Federal Employee Identification Number (FEIN): Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) IMPORTANT NOTICE TO BIDDERS: • FAILURE TO COMPLETE, SIGN AND UPLOAD THE CERTIFICATION STATEMENT AND CERTIFICATIONS SECTION WILL RENDER YOUR BID NON -RESPONSIVE. • CONTACT BIDSYNC VENDOR SUPPORT TOLL -FREE NUMBER 800-990-9339, OR EMAIL SUPPORT(&BIDSYNC.COM, FOR BIDSYNC TECHNICAL DIFFICULTIES AND PROBLEMS. General Terms and Conditions 1.0 GENERAL TERMS AND CONDITIONS FOR INVITATION FOR BID (IFB) - References to goods only apply insofar as they are applicable to "Goods" as defined in Section 18-73 of the City Code. References to "Professional and Personal Services" are as defined in Section 18-73 of the City Code. Intent: The General Terms and Conditions described herein apply to the acquisition of goods/ services with an estimated aggregate cost of $25,000.00 or more. Definition: A Formal Solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami (City) Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1 ACCEPTANCE OF GOODS - Any good(s) delivered under this Formal Solicitation, if applicable, shall remain the property of the Bidder until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the Successful Bidder/Contractor and return the product to the Successful Bidder/Contractor at the Successful Bidder/Contractor's expense. 1.2 ACCEPTANCE OF OFFER - The signed or electronic submission of a Bidder's response shall be considered an offer on the part of the Bidder; such offer shall be deemed accepted upon issuance by the City of a Purchase Order. 1.3 ACCEPTANCE/REJECTION - The City reserves the right to accept, reject any or all, or portion of responses after opening/closing date, and request re -issuance on the goods/services described in the Formal Solicitation. In the event of a rejection, the Director of Procurement shall notify all affected Bidders and provide a written explanation for such rejection. The City also reserves the right to reject the Response of any Bidder which has previously failed to properly perform under the Terms and Conditions of a City Contract, to deliver on time contracts of a similar nature, and which is not capable to perform the requirements defined in this Formal Solicitation. The foregoing is not an all-inclusive list of reasons for which a response may be rejected. The City further reserves the right to waive any irregularities, minor informalities, or technicalities in any or all responses and may, at its sole discretion, re -issue the Formal Solicitation. 1.4 ADDENDA - It is the Bidder's responsibility to ensure receipt of all Addenda. Responses to questions/inquiries from prospective Bidders will be provided in the form of an Addendum. Addenda are available on the BidSync Procurement Solutions Platform ("BidSync") only. 1.5 ALTERNATE RESPONSES -Alternate responses will not be considered, unless specifically requested by the City. 1.6 ASSIGNMENT - Successful Bidder/Contractor agrees not to subcontract, assign, transfer, convey, sublet, pledge, encumber, or otherwise dispose of the resulting Contract, in whole or in part, or any or all of its rights, title or interest herein, without the City's prior written consent. 1.7 ATTORNEY'S FEES - In connection with any litigation, appellate, administrative, mediation, and/or arbitration arising out of the resulting Contract, each party shall bear their own attorney's fees through and including, appellate litigation and any post judgment proceedings. 1.8 AUDIT RIGHTS AND RECORDS RETENTION -The Successful Bidder/Contractor agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Successful Bidder/Contractor which are directly pertinent to this Formal Solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Contractor shall maintain and retain any and all of the books, documents, papers, and records pertinent to the resulting Contract for three (3) years after the City makes final payment and all other pending matters are closed. Successful Bidder's/Contractor's failure to, or refusal to comply with this condition, shall result in the immediate cancellation of this Contract by the City. The Audit Rights set forth in Section 18-102 of the City Code apply as supplemental terms and are deemed as being incorporated by reference herein. 1.9 AVAILABILITY OF CONTRACT STATE-WIDE - Any governmental, not -for -profit, or quasi - governmental entity in the State of Florida, may avail itself of this Contract and purchase any, and all goods/services, specified herein from the Successful Bidder/Contractor at the Contract price(s) established herein, when permissible by Federal, State, and local laws, rules, and regulations. Additionally, any governmental entity outside of the State of Florida but, within the Continental United States of America, may avail itself to this Contract and purchase any and all goods/services, specified herein from the Successful Bidder/Contractor at the Contract price(s) established herein, when permissible by Federal, State, and local laws, rules, and regulations. Each governmental, not -for -profit or quasi -governmental entity which uses this Formal Solicitation and resulting Contract will establish its own Contract, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the Successful Bidder/Contractor. 1.10 AWARD OF CONTRACT - A. The Formal Solicitation, any addenda issued, the Bidder's response, and the Purchase Order shall constitute the entire Contract, unless modified in accordance with any ensuing Contract, or amendment. B. The award of a Contract, where there are Tie Bids, the tie breaker will be decided by the Director of Procurement or designee, in the instance that Tie Bids cannot be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this Contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Specifications/Scope of Work. Bidder may be found non- responsive if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder is found non -responsive, the City, through action taken by the Department of Procurement, will void its acceptance of the Bidder's Response and may accept the Response from the next lowest responsive, responsible Bidder most advantageous to the City or may re -solicit for the goods/services. The City, at its sole discretion, may seek monetary restitution from Bidder and/or its bid bond or guaranty, and/or similar security, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's failure to satisfy the City's requirements. D. The term of the Contract shall be specified in one of three documents which shall be issued to the Successful Bidder. These documents may either be, a Purchase Order, Notice of Award, and/or Contract Award Sheet. E. The City reserves the right to automatically extend this Contract for up to one hundred 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 to extend is exercised, the City shall notify the Successful Bidder/Contractor, in writing, of its intent to extend the Contract in accordance with the existing terms and conditions for a specified number of days. Additional extensions beyond the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Contractor are in mutual agreement of such extensions. F. Where the Contract involves a single shipment of goods to the City, the Contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the Contract on a split -order, lump sum, individual -item basis, or such method of award in the best interest of the City, unless otherwise specified. H. A Contract may be awarded to the Successful Bidder/Contractor by the City Commission based upon the minimum qualification requirements reflected herein. 1.11 BID BOND/ BID SECURITY - A cashier's or certified check issued by a bank authorized to transact banking business in Florida, or a Bid Bond/Bid Security signed by a surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount as specified in the bid, is required from all Bidders, if so indicated under the Special Conditions. This check or bond guarantees that a Bidder will accept the Contract, as bid, if it is awarded to Bidder. Bidder shall forfeit bid deposit to the City, should City award Contract to Bidder and Bidder fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful Bidders within ten (10) days after the award and Successful Bidder's acceptance of award. If one hundred eighty (180) days have passed after the date of the Formal Solicitation closing date, and no Contract has been awarded, all bid deposits will be returned on demand. 1.12 BID SECURITY FORFEITED LIQUIDATED DAMAGES -Failure to execute a Contract and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Bond/Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained which cannot be determined at the time of award. Award may then be made to the next lowest responsive and responsible Bidder, or all Bid responses may be rejected. 1.13 BID RESPONSE FORM - All required forms in the Formal Solicitation should be completed, signed, and submitted accordingly as specified to in the Formal Solicitation. Digital signatures may only be utilized if expressly permitted in the solicitation. 1.14 BRAND NAMES - If, and wherever in the specifications, brand names, makes, models, names of any manufacturers, trade names, or Bidder catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade, or quality of goods only. When the City does not desire to rule out other competitors' brands or makes, the phrase "APPROVED EQUAL" is added. Unless otherwise specified, any manufacturers' names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive or exclusive. The Bidder shall provide any equipment that meets or exceeds the applicable specifications, including without limitation the following: Equal in every important attribute, to include industry quality measurable standard, quality of product, accessibility of distribution, durability/reliability/dependability and warranty coverage, and the delivery schedule. When bidding an "APPROVED EQUAL", Bidders shall submit, with their response, complete sets of necessary data (e.g., factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid. The Bidder shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The City shall be the sole judge of equality and its decision shall be final. The City shall determine in its sole discretion, subject to the concurrence of the Project Manager whether goods are acceptable as an equivalent. Unless otherwise specified, evidence in the form of samples may be requested, if the proposed brand is other than specified by the City. Such samples are to be furnished after Formal Solicitation opening/closing, upon request of the City. If samples are requested by the City, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. When "NO SUBSTITUTION" is used in conjunction with a manufacturer's name, brand name, and/or model number, that named item is the only item that will be accepted by the City in that particular instance. 1.15 CANCELLATION -The City reserves the right to cancel this Formal Solicitation, before its opening/closing. In the event of cancellation, the Director of Procurement shall notify all prospective Bidders and provide a written explanation for the cancellation. There shall be no recourse against the City for a cancellation made in accordance with this Section. 1.16 CAPITAL EXPENDITURES - Successful Bidder/Contractor understands that any capital expenditures that the Successful Bidder/Contractor makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the Successful Bidder/Contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any Successful Bidder/Contractor. If Successful Bidder/Contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17 CITY NOT LIABLE FOR DELAYS -It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder, any subcontractor, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction, or other legal or equitable proceedings, or on account of any delay for any cause over which the City has no control. 1.18 COLLUSION - Bidder, by submitting a response, certifies that its response is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Bid for the same goods/services, or with the City of Miami's Procurement Department or initiating department. The Bidder certifies that its response is fair, without control, collusion, fraud, or other illegal action. Bidder certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred, and the City reserves the right to reject any and all Bids where collusion may have occurred. 1.19 COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Successful Bidder/Contractor understands that contracts between private entities and local governments are subject to certain laws, codes, and regulations, including laws pertaining to public records, sunshine (open meetings), conflict of interest, ethics records keeping, etc. City and Successful Bidder/Contractor agree to comply with and observe all applicable laws, codes, regulations, and ordinances, and to secure all applicable public approvals and/or consents, of any governmental agency and/or owner of intellectual property rights as that may in any way affect the goods or services offered, including, but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance, City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.70 to 218.79, the Prompt Payment Act. Lack of knowledge by the Successful Bidder/Contractor will in no way be a cause for relief from responsibility. Non-compliance with all applicable local, State, and Federal directives, orders, codes, rules, regulations, and laws may be considered grounds for termination of Contract at the option of the City Manager. Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20 CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each Formal Solicitation once advertised and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Formal Solicitations for the provision of goods and services for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding Formal Solicitations between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs. The provision does not apply to, among other communications: oral communications with the City Procurement staff, provided the communication is limited strictly to matters of process or procedure already contained in the Formal Solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -bid conferences, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable Formal Solicitation documents; or communications in connection with the collection of industry comments or the performance of market research regarding a particular Formal Solicitation by City Procurement staff. Bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the City Clerk's Office, which shall be made available to any person upon request. Written communications may be in the form of an e-mail, or fax with a copy to the City Clerk's Office being required. In addition to any other penalties provided by law, violation of the Cone of Silence by any Bidder shall render any award voidable. A violation by a particular Bidder, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Miami Dade County Commission on Ethics. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk's Office at 305-250-5360 or clerks@miamigov.com, to obtain a copy of same. 1.21 CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Government in the Sunshine (public Meetings) Act and Public Records Act. If this Contract contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22 CONFLICT OF INTEREST - Bidders, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder or its employees must be disclosed in writing to the City. Further, Bidder shall disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in Bidder's firm. A. Bidder further agrees not to use or attempt to use any knowledge, property, or resource which may be within his/her trust, or perform his/her duties, to secure a special privilege, benefit, or exemption for himself/herself, or others. Bidder may not disclose or use information not available to members of the general public and gained by reason of his/her position, except for information relating exclusively to governmental practices, for his/her personal, or benefit, or for the personal gain, or benefit of any other person, or business entity. B. Bidder hereby acknowledges that he/she has not contracted or transacted any business with the City or any person, or agency acting for the City, and has not appeared in representation of any third party before any board, Commission, or agency of the City within the past two years. Bidder further warrants that he/she is not related, specifically the spouse, son, daughter, parent, brother, or sister, to: (i) any member of the Commission; (ii) the Mayor; (iii) any City employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder to immediate termination of any contract with the City, and imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23 COPYRIGHT OR PATENT RIGHTS - Bidders warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this Formal Solicitation, and Bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24 COST INCURRED BY BIDDER - All expenses involved with the preparation and submission of Bids to the City, or any work performed in connection therewith shall be borne by the Bidder. 1.25 DEBARMENT AND SUSPENSIONS (SECTION 18-107) - A. Authority and requirement to debar/suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of City Contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of City Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar/suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. B. Causes for debarment/suspension. Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. 4. Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment/suspension. 5. Debarment/suspension of the Contractual Party by any federal, state or other governmental entity. 6. False certification pursuant to paragraph C below. 7. Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. 8. Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. 9. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. C. Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). D. Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said parry's right to seek judicial relief. 1.26 DEBARRED/SUSPENDED VENDORS - An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a Response for a solicitation to provide goods or services to a public entity; may not submit a Response to a solicitation with a public entity for the construction or repair of a public building or public work; may not submit response on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 1.27 DEFAULT/FAILURE TO PERFORM -The City shall be the sole judge of nonperformance, which shall include any failure on the part of the Successful Bidder/Contractor to accept the award, to furnish required documents, and/or to fulfill any portion of this Contract within the time stipulated. Upon default by the Successful Bidder/Contractor to meet any terms of a Contract, the City will notify the Successful Bidder/Contractor of the default and will provide the Successful Bidder/Contractor three (3) days (weekends and holidays excluded) upon notification, by the City, to remedy the default. Failure by the Successful Bidder/Contractor to correct the default within the required three (3) days, shall result in the Contract being terminated upon the City notifying in writing the Successful Bidder/Contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract, and/or within the time required, or failing to use the subcontractors, entities, and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment, or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the Successful Bidder/Contractor incapable of performing the work in accordance with, and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default, or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due, or which may become due on this Contract to the Successful Bidder/Contractor. 1.28 DETERMINATION OF RESPONSIVENESS AND RESPONSIBILITY - Each Bid will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A. Responsive Bid is one which follows the requirements of the Formal Solicitation, includes all documentation, is submitted in the format outlined in the Formal Solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Bid non -responsive. B. Determination of Responsibility. A Responsible Bidder shall mean a Bidder who has submitted a Bid and who has the capability, as determined under Section 18-95 of the City Code, in all respects to fully perform the Contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 1. Bids will only be considered from any person or firm who are regularly engaged in the business of providing the good(s)/service(s) required by the Formal Solicitation. Bidder must be able to demonstrate a satisfactory record of performance and integrity, and have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. 2. The City may consider any information available regarding the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City or any other governmental entity, in making the award. 3. The City may require the Bidder(s) to provide documentation that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.29 DISCOUNTS OFFERED DURING TERM OF CONTRACT -Discount prices offered in the Response shall be fixed after the award of a Contract by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts, off the original prices quoted in the Response, will be accepted from Successful Bidder/Contractor during the term of the Contract. Such discounts shall remain in effect for a minimum of one hundred and eighty (180) days from approval by the City Commission. Any discounts offered by a manufacturer to Successful Bidder/Contractor will be passed on to the City. 1.30 DISCREPANCIES, ERRORS, AND OMISSIONS -Any discrepancies, errors, or omissions in the Formal Solicitation, or Addenda (as applicable), should be reported in writing to the City's Procurement Depaitnient. Should it be found necessary, a written Addendum will be incorporated in the Formal Solicitation and will become part of the Purchase Order (Contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence. Any inconsistency in this Formal Solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1. Addenda (if applicable) 2. Specifications 3. Special Conditions 4. General Terms and Conditions 1.31 EMERGENCY/DISASTER PERFORMANCE -In the event of a natural disaster or other emergency, or disaster situation, the Successful Bidder/Contractor shall provide the City with the commodities/services defined within the scope of this Formal Solicitation at the price contained within Bidder's response. Further, Successful Bidder/Contractor shall deliver/perform for the City on a priority basis during such times of emergency. 1.32 ENTIRE BID CONTRACT -The Bid Contract consists of any amendments to the Bid Contract, the Formal Solicitation, including any addenda, Bidder's Response and any written agreement entered into by the City of Miami and Successful Bidder/Contractor, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding, and representations, if any, made by and between the parties. To the extent that the Bid Contract conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Bid, the Formal Solicitation, including any addenda, and then the Bid shall control. This Contract may be amended only by a written agreement signed by the City and Successful Bidder/Contractor. 1.33 ESTIMATED QUANTITIES - Estimated quantities or dollars are provided for the Bidder's guidance only: (a) estimates are based on the City's anticipated needs and/or usage during a previous contract period and; (b) the City may use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other government, quasi - government or non-profit entities utilizing this Contract. No guarantee is expressed or implied as to quantities that will be purchased during the Contract period. The City is not obligated to place an order for any given amount subsequent to the award of the Contract. Said estimates may be used by the City for purposes of determining the low Bidder meeting specifications. The City reserves the right to acquire additional quantities at the prices bid or at lower prices in this Formal Solicitation. 1.34 EVALUATION OF RESPONSES — A. Rejection of Bids. The City may reject a Bid for any of the following reasons: 1. Bidder fails to acknowledge receipt of addenda; 2. Bidder misstates or conceals any material fact in the Bid; 3. Bid does not conform to the requirements of the Formal Solicitation; 4. Bid requires a conditional award that conflicts with the method of award; 5. Bid does not include required samples, certificates, licenses; and, 6. Bid was not executed by the Bidder's authorized agent. The foregoing is not an all-inclusive list of reasons for which a Bid may be rejected. The City may reject, and/or re -advertise for all or any portion of the Formal Solicitation, whenever it is deemed in the best interest of the City. B. Elimination from Consideration. 1. A Bid Contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2. A Bid Contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or failed to deliver on time, under contracts of a similar nature. 3. A Bid contract may not be awarded to any person or firm who has been debarred by the City, in accordance with the City's Debarment and Suspension Ordinance (Section 18-107), or is currently debarred by the State of Florida or any political subdivision, or is on the convicted vendor's list per Section 287.133, Florida Statutes. 1.35 EXCEPTIONS TO GENERAL TERMS AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed in the Bid and shall reference the applicable section. Any exceptions to the General Terms and/or Special Conditions shall be cause for a Bid to be considered non- responsive. 1.36 FREIGHT ON BOARD (F.O.B) DESTINATION -Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the Bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of Bid. 1.37 FIRM PRICES - The Bidder warrants that prices, terms, and conditions quoted in its Bid will be firm throughout the duration of the Bid Contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance, or resulting purchase orders, or Bid Contracts. 1.38 FLORIDA MINIMUM WAGE AND CITY OF MIAMI LIVING WAGE ORDINANCE - A. Florida Minimum Wage. In accordance with the Constitution of the State of Florida, Article X, Section 24, employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the Successful Bidder's/Contractor's and their subcontractor's responsibility to understand and comply with this Florida minimum wage requirement and pay its employees the current established hourly minimum wage rate. This minimum wage rate is subject to change or adjusted by the rate of inflation using the consumer price index ("CPI") for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated, shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. It is the Bidder's and their subcontractor's (if applicable), full responsibility to determine whether any of their employees may be impacted by this Florida Minimum Wage Law, at any given point in time during the term of the Bid Contract. If impacted, Bidder must provide, with its bid, employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of bid submittal constitute Successful Bidder's/Contractor's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of the Bid Contract, and a waiver of any contractual price increase request(s). The City reserves the right to request and the Successful Bidder/Contractor must provide for any, and all information to make a wage and contractual price increase(s) determination. B. City of Miami Living Wage Ordinance. The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total contract value exceeding $100,000 annually, and that have been competitively solicited and awarded on, or after January 1, 2017 by the City. "Service Contract" means a contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557. If a solicitation requires services, effective on January 1, 2017, Contractors must pay to all its employees, who provide services, a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 an hour, with health benefits. This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance. Please review Section 18-557 of the City Code for a complete and thorough description of the City of Miami Living Wage Ordinance. 1.39 GOVERNING LAW AND VENUE - The validity and effect of any Bid Contract as a result of this Formal Solicitation shall be governed by the laws of the State of Florida. The parties agree that any action, mediation, or arbitration arising out of the Bid Contract shall take place in Miami -Dade County, Florida. In any action or proceeding each party shall bear their own respective attorney's fees. 1.40 HEADINGS AND TERMS - The headings to the various paragraphs of the Bid Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending, or affecting in any way, the expressed terms and conditions hereof. 1.41 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person, firm, or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI), and/or Protected Health Information (PHI), shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996, and the City of Miami Privacy Standards. HIPAA mandates for privacy, security, and electronic transfer standards, which include, but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder and reasonable assurances that IIHI/PHI will be held confidential; E. Making PHI available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (i.e., paper records, and/or electronic transfer of data). The Successful Bidder/Contractor must give its customers written notice of its privacy information practices, including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION -Successful Bidder/Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Bidder/Contractor and persons employed or utilized by Successful Bidder/Contractor in the performance of this Contract. The Successful Bidder/Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder/Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder/Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder/Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder/Contractor to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Successful Bidder/Contractor, or persons employed or utilized by the Successful Bidder/Contractor. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder/Contractor shall require all sub-consultant/contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. The Successful Bidder/Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Bidder/Contractor in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder/Contractor or other acts of the Successful Bidder/Contractor, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder/Contractor or sub-consultant/contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Successful Bidder/Contractor. 1.43 FORMATION AND DESCRIPTIVE LITERATURE - Bidders must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS) as required, covering the products offered. Reference to literature submitted with a previous bid, or on file with the City, will not satisfy this provision. 1.44 INSPECTIONS - The City may, at reasonable times during the term of the Bid Contract, inspect Successful Bidder's/Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Successful Bidder/Contractor, under the Bid Contract conform to the terms and conditions of the Formal Solicitation. Successful Bidder/Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-101) City Code, as same may be amended or supplemented, from time to time, which, in conjunction with Section 18- 102, providing for audits of City contractors, are applicable and are deemed as being incorporated by reference as supplemental terms. 1.45 INSPECTION OF BID - Bids received by the City, pursuant to a Formal Solicitation, will not be made available until such time as the City provides notice of a decision, or intended decision, or within 30 days after bid closing, whichever is earlier. Bid results will be tabulated and may be furnished upon request, via fax or e-mail, to the City's Procurement Contracting Officer, issuing the Formal Solicitation. Tabulations are also available on the City's website following a recommendation for award. 1.46 INSURANCE - Within ten (10) days after receipt of Notice of Award, the Successful Bidder/Contractor, shall furnish the evidence of insurance to the Procurement Department, as applicable. Submitted evidence of insurance shall demonstrate strict compliance with all requirements stipulated in the Special Conditions section titled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the certificate of insurance is received within the specified time frame but not in the manner prescribed in the Formal Solicitation, the Successful Bidder/Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Successful Bidder/Contractor fails to submit the required insurance documents in the manner prescribed in the Formal Solicitation within fifteen (15) calendar days after receipt of the Notice of Award, the Successful Bidder/Contractor shall be in default of the contractual terms and conditions and will not be awarded the contract. Information regarding any insurance requirements shall be directed to the Risk Management Director, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305- 416-1384. The Successful Bidder/Contractor shall be responsible for ensuring that the insurance documents required in conjunction with this Section remain in effect for the duration of the contractual period; including any renewals and extensions that may be exercised by the City. 1.47 INVOICES - Invoices submitted by Successful Bidder/Contractor to the City shall include the Purchase Order number and description of goods and/or services delivered (i.e., quantity, unit price, extended price, etc.); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48 LOCAL PREFERENCE -City Code Section 18-85, states, "when a responsive, responsible non -local Bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local Bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local Bidder, then that non -local Bidder and each of the aforementioned responsive, responsible local Bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local Bidder. Contract award shall be made to the lowest responsive, responsible Bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local Bidder and a non -local Bidder, contract award shall be made to the local Bidder." 1.49 MANUFACTURER'S CERTIFICATION - The City reserves the right to request from Bidders a separate Manufacturer's Certification of all statements made in the Bid. Failure to provide such certification may result in the rejection of the Bid, or termination of the Bid Contract, for which the Bidder/Successful Bidder/Contractor shall bear full liability. 1.50 MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No Contract or understanding to modify the Formal Solicitation and the resultant Purchase Order(s) or Bid Contract, if applicable, shall be binding upon the City, unless made in writing by the City's Director of Procurement through the issuance of a change order, addendum, amendment, or supplement to the Bid Contract, Purchase Order, or award sheet, as applicable. 1.51 MOST FAVORED NATIONS - Successful Proposer shall not treat the City of Miami ("City") worse than any other similarly -situated local government and, in this regard, grants the City a "most favored nations clause" meaning the City will be entitled to receive and be governed by the most favorable terms and conditions that Successful Bidder/Proposer grants now or in the future to a similarly situated local government. 1.52 NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in the Bid Contract will be deemed or construed to create a partnership or joint venture between the City and Successful Bidder/Contractor, or to create any other similar relationship between the parties. 1.53 NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services, or by other appropriate testing laboratories as determined by the City. The data derived from any test for compliance with specifications is public record, and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered, not conforming to specifications may be rejected, and returned at Successful Bidder's/Contractor's expense. The non -conforming items not delivered in accordance with the stipulated delivery date in the Bid and/or Purchase Order, may result in Successful Bidder/Contractor being found in default, in which event, any and all re -procurement costs may be charged against the defaulted Successful Bidder/Contractor. Any violation of the above stipulations may also result in the Successful Bidder/Contractor being removed from the City's supplier's list. 1.54 NONDISCRIMINATION - Successful Bidder/Contractor affirms that it shall not discriminate as to race, gender, color, age, religion, national origin, marital status, or disability, in connection with its performance under the Formal Solicitation. Furthermore, Successful Bidder/Contractor affirms that no otherwise qualified individual shall solely by reason of their race, gender, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Successful Bidder/Contractor shall not discriminate against any person on the basis of race, gender, color, age, religion, national origin, marital status or disability. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.55 NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve in the City's best interest, the City reserves the right to advertise for, receive, and award additional contracts for the goods and/or services described herein, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources, for the purchase of the goods and/or services described herein, as may be available in accordance with the applicable provisions of the City of Miami Procurement Ordinance. It is hereby agreed and understood that the Formal Solicitation does not constitute the exclusive rights of the Successful Bidder(s)/Contractor(s) to receive all orders that may be generated by the City, in conjunction with the Formal Solicitation. In addition, any and all goods, and/or services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under the Formal Solicitation, unless such purchases are determined to be in the best interest of the City. 1.56 NOTICE REGARDING "CURES" - Bids submitted with irregularities, deficiencies, and/or technicalities that deviate from the minimum qualifications and submission requirements of Request for Qualifications (RFQ), Request for Proposals (RFP), invitation to bid (ITB), invitation for bids (IFB), invitation to quote (ITQ), Requests for Letters of Interest (RFLI) and Request for Sponsorships (RFS) shall result in a non -responsive determination. any solicitation issued after May 6, 2019, shall comply with APM 2-19. APM 2-19 is attached hereto. only minor irregularities, deficiencies, and technicalities may be allowed to be timely cured by the proposer at the sole discretion of the city. material irregularities, deficiencies, and technicalities cannot be cured by the proposer, and are not waivable by the city. BIDS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS IFB SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not give consideration to the curing of any Bids that fail to meet the minimum qualifications and submission requirements of this IFB. Proposer understands that non -responsive Bids will not be evaluated. 1.57 OCCUPATIONAL LICENSE/BUSINESS TAX RECEIPT - Any person, firm, corporation, or joint venture, with a business location within the City's municipal boundaries and is submitting a Bid under the Formal Solicitation shall meet the City's Business Tax Receipt requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside of the City's municipal boundaries shall meet their local Occupational License/Business Tax Receipt requirements. A copy of the Occupational License/Business Tax Receipt must be submitted with the Bid; however, the City may, in its sole discretion, and in its best interest, allow the Bidder to provide the Occupational License/Business Tax Receipt to the City during the evaluation period, but prior to award. A Certificate of Use ("CU") will be required if applicable under City regulations. 1.58 ONE PROPOSAL - Only one (1) Bid from an individual, firm, partnership, corporation, or joint venture will be considered in response to the Formal Solicitation, unless otherwise stipulated in the Formal Solicitation. 1.59 OWNERSHIP OF DOCUMENTS - It is understood by and between the parties, that any documents, records, files, or any other matter whatsoever, which is given by the City to the Successful Bidder/Contractor, pursuant to the Formal Solicitation shall at all times remain the property of the City, and shall not be used by the Successful Bidder/Contractor for any other purposes whatsoever, without the written consent of the City. 1.60 PARTIAL INVALIDITY - If any provision of the Bid Contract or the application thereof, to any person or circumstance, shall to any extent be held invalid, then the remainder of the Bid Contract or, the application of such provision to persons or circumstances other than those as to which it is held invalid, shall not be affected thereby, and each provision of the Bid Contract shall be valid and enforced to the fullest extent permitted by law. 1.61 PERFORMANCE/PAYMENT BOND - A Successful Bidder/Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of the Bid Contract, in an amount equal to one hundred percent (100%) of the Bid Contract price. Any bond furnished will comply with Florida Law, and be in a form acceptable to the City of Miami Risk Management Director. 1.62 PREPARATION OF BIDS - Bidders are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid amounts, if required, shall be either typewritten, or manually entered into the space provided, with ink. Failure to do so will be at the Bidder's risk. A. Each Bidder shall furnish the information required in the Formal Solicitation. The Bidder shall sign the Bid, and print type or manually enter the name of the Bidder, the Bidder's address and telephone number, on the face page and on each continuation sheet thereof, on which the Bidder makes an entry, where required. B. If so required, the unit price for each unit offered, shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises, unless otherwise specified. Bidder shall include in their Bid all taxes, insurance, social security (if applicable), workmen's compensation, and any other benefits normally paid by the Bidder to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will prevail. C. The Bidder must state a definite time, if required, in calendar days, for delivery of goods and/or services. D. The Bidder should retain a copy of all response documents for future reference. E. All Bids, as described, must be fully completed and typed, or printed in ink and must be signed in ink with the Bidder's name, and by an officer or employee having authority to represent the Bidder by their signature. Bids having any erasures or corrections, must be initialed in ink by person signing the Bid or the Bid may be rejected. F. Bids shall remain valid for at least 180 days. Upon award of a Bid Contract, the content of the Successful Bidder's/Contractor's Bid, may be included as part of the Bid Contract, at the City's discretion. G. The City 's Bid Forms shall be used when Bidder is submitting its Bid. Use of any other forms, will result in the rejection of the Bid. 1.63 PRICE ADJUSTMENTS - Any price decrease effectuated during the Bid Contract period, either by reason of market change, or on the part of the Successful Bidder/Contractor to other customers shall be passed on to the City. 1.64 PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Bid Contract, the Successful Bidder/Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery, and that the new product meets or exceeds all quality requirements. 1.65 CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Successful Bidder/Contractor represents and warrants to the City, that it has not employed, or retained any person, or company employed by the City to solicit or secure the Bid Contract and that the Successful Bidder/Contractor has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon, or in connection with, the award of the Bid Contract. 1.66 PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for Bid evaluation purposes. Bidders are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the terms shall be two percent (2%), 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from Successful Bidder(s) during the term of the contract. The City will comply with the Florida Prompt Payment Act, as applicable. 1.67 PROPERTY - Property owned by the City is the responsibility of the City. Such property furnished to a Successful Bidder/Contractor for repair, modification, study, etc., shall remain the property of the City. Damages to such property occurring while in the possession of the Successful Bidder/Contractor shall be the responsibility of the Successful Bidder/Contractor. Damages occurring to such property while in route to the City, shall be the responsibility of the Successful Bidder/Contractor. In the event that such property is destroyed, or declared a total loss, the Successful Bidder/Contractor shall be responsible for the replacement value of the property, at the current market value, less depreciation of the property, if any. 1.68 PROVISIONS BINDING - Except as otherwise expressly provided in the resultant Bid Contract, all covenants, conditions and provisions of the resultant Bid Contract, shall be binding upon, and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors, and assigns. 1.69 PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list, following a conviction for a public entity crime may not: A. Submit a Bid to provide any goods or services to a public entity. B. Submit a Bid on a contract with a public entity for the construction or repair of a public building or public work. C. Submit responses on leases of real property to a public entity. D. Be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity. E. Transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.70 PUBLIC RECORDS - Successful Bidder/Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City Code, Section 18, Article III, and agrees to allow access by the City and the public, to all documents subject to disclosure under applicable law. Successful Bidder/Contractor shall additionally comply with the provisions of Section 119.0701, Florida Statutes, titled "Contracts; public records". Successful Bidder/Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: A. Keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service. B. Provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements. E. All electronically stored public records must be provided to the City in a format compatible with the City's information technology systems. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. Successful Bidder/Contractor's failure or refusal to comply with the provision of this Section shall result in the immediate cancellation of the Bid Contract by the City. 1.71 QUALITY OF GOODS, MATERIALS, SUPPLIES, AND PRODUCTS - All materials used in the manufacturing, or construction of supplies, or materials, covered by the Formal Solicitation shall be new. The items bid shall be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in the Formal Solicitation. 1.72 QUALITY OF WORK/SERVICES - The work/services performed shall be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality, except as otherwise specified in the Formal Solicitation. 1.73 REMEDIES PRIOR TO AWARD (SECTION 18-106) - If prior to a Bid Contract award, it is determined that a Formal Solicitation or proposed bid award is in violation of law, then the Formal Solicitation or proposed bid award shall be cancelled and all bids rejected by the City Commission, the City Manager, or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.74 RESOLUTION OF CONTRACT DISPUTES (SECTION 18-105): A. Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the City Attorney, shall have the authority to resolve disputes between the Successful Bidder/Contractor and the City which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to disputes based upon breach of Contract, mistake, misrepresentation, or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. B. Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission, or the City Manager, which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this Section. 1.75 RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (SECTION 18-104): Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000.00. Protests thereon shall be governed by the administrative policies and procedures of purchasing. A. Protest of solicitation. 1. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a contract may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within three days after the request for proposals, request for qualifications or request for letters of interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the chief procurement officer; or 2. Any prospective bidder who intends to contest bid specifications or a bid solicitation may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within three days after the bid solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the chief procurement officer. B. Protest of award. 1. Any actual proposer who perceives itself aggrieved in connection with the recommended award of contract may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within two days after receipt by the proposer of the notice of the city manager's recommendation for award of contract. The receipt by proposer of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the chief procurement officer; or 2. Any actual responsive and responsible bidder whose bid is lower than that of the recommended bidder may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within two days after receipt by the bidder of the notice of the city's determination of non -responsiveness or non -responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the chief procurement officer. 3. A written protest based on any of the foregoing must be submitted to the chief procurement officer within five days after the date the notice of protest was filed. A written protest is considered filed when received by the chief procurement officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based and shall include all pertinent documents and evidence and shall be accompanied by the required filing fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the chief procurement officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. Authority to resolve protests; hearing officer(s). Hearing officers appointed by the city shall have authority to resolve protests filed under this chapter of the City Code. The city manager shall appoint a hearing officer, from a separate list of potential hearing officers pre -approved by the city commission, to resolve protests filed in accordance with this section, no later than five working days following the filing of a bid protest. The hearing officer shall have the authority to settle and resolve any written protest. The hearing officer shall submit said decision to the protesting party and to the other persons specified within ten days after he/she holds a hearing under the protest. A. Hearing officer. The hearing officer may be a special master as defined in chapter 2, article X, section 2-811 of the City Code, or a lawyer in good standing with the Florida Bar for a minimum of ten years with a preference given to a lawyer who has served as an appellate or trial court judge. The hearing officer may be appointed from alternative sources (e.g. expert consulting agreements, piggyback contracts, etc.) where the city commission adopts a recommendation of the city attorney that such action is necessary to achieve fairness in the proceedings. The engagement of hearing officers is excluded from the procurement ordinance as legal services. The hearing officers appointed in the pre -qualified group should be scheduled to hear protests on a rotational basis. B. Right of protest. Any actual bidder or proposer who has standing under Florida law dissatisfied and aggrieved with the decision of the city regarding the protest of a solicitation or the protest of an award as set forth above in this section may request a protest hearing. Such a written request for a protest hearing must be initiated with a notice of intent to protest followed by an actual protest as provided in subsection 18-104(a). The notice of intent to protest and the actual protest must each be timely received by the chief procurement officer and must comply with all requirements set forth in subsection 18-104(a). Failure to submit the required notice of intent to protest and the actual protest within the specified timeframes will result in an administrative dismissal of the protest. C. Hearing date. Within 30 days of receipt of the notice of protest, the chief procurement officer shall schedule a hearing before a hearing officer, at which time the person protesting shall be given the opportunity to demonstrate why the decision of the city relative to the solicitation or the award, which may include a recommendation for award by the city manager to the city commission, as applicable, should be overturned. The party recommended for award, if it is a protest of award, shall have a right to intervene and be heard. Hearing procedure. The procedure for any such hearing conducted under this article shall be as follows: A. The city shall cause to be served by certified mail a notice of hearing stating the time, date, and place of the hearing. The notice of hearing shall be sent by certified mail, return receipt requested, to the mailing address of the protester. B. The party, any intervenor, and the city shall each have the right to be represented by counsel, to call and examine witnesses, to introduce evidence, to examine opposing or rebuttal witnesses on any relevant matter related to the protest even though the matter was not covered in the direct examination, and to impeach any witness regardless of which party first called him/her to testify. The hearing officer may extend the deadline for completion of the protest hearing for good cause shown, but such an extension shall not exceed an additional five business days. The hearing officer shall consider the written protest and supporting documents and evidence appended thereto, supporting documents or evidence from any intervenor, and the decision or recommendation as to the solicitation or award being protested, as applicable. The protesting party, and any intervenor, must file all pertinent documents supporting his/her protest or motion to intervene at least five business days before the hearing, as applicable. The hearing officer shall allow a maximum of two hours for the protest presentation and a maximum of two hours for the city response. When there is an intervenor, a maximum of two hours will be added for the intervenor. In the event of multiple protests for the same project, the hearing officer shall allocate time as necessary to ensure that the hearing shall not exceed a total of one day. C. The hearing officer shall consider the evidence presented at the hearing. In any hearing before the hearing officer, irrelevant, immaterial, repetitious, scandalous, or frivolous evidence shall be excluded. All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of their affairs shall be admissible whether or not such evidence would be admissible in trial in the courts of Florida. The hearing officer may also require written summaries, proffers, affidavits, and other documents the hearing officer determines to be necessary to conclude the hearing and issue a final order within the time limits set forth by this section. D. The hearing officer shall determine whether procedural due process has been afforded, whether the essential requirements of law have been observed, and whether the decision was arbitrary, capricious, an abuse of discretion, or unsupported by substantial evidence as a whole. Substantial evidence means such relevant evidence as a reasonable mind might accept as adequate to support a conclusion. E. Within ten days from the date of the hearing, the hearing officer shall complete and submit to the City Manager, the City Attorney, any intervenor, the Chief Procurement Officer, and the person requesting said hearing a final order consisting of his/her findings of fact and conclusions of law as to the denial or granting of the protest, as applicable. F. The decisions of the hearing officer are final in terms of city decisions relative to the protest. Any appeal from the decision of the hearing officer shall be in accordance with the Florida Rules of Appellate Procedure. Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required filing fee as provided in subsection (f), with the chief procurement officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section. Stay of procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the contract until the protest is resolved by the chief procurement officer or the city commission as provided in subsection (b) above, unless the city manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. Costs. All costs accruing from a protest shall be assumed by the protestor. Filing fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the bid or proposed contract, or $5,000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the chief procurement officer and/or the city commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. (Ord. No. 12271, § 2, 8-22-02; Ord. No. 13629, § 2, 9-8-16) 1.76 SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, Bidder(s) will be notified by the City to remove such samples, at Bidder's expense, within 30 days after notification. Failure to remove the samples will result in such samples becoming the property of the City. 1.77 SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Successful Bidder/Contractor shall not sell, assign, transfer, or subcontract at any time during the term of the Contract, the Contract itself, or any portion thereof, or any part of its operations, or assign, sell, pledge, dispose, convey, or encumber any portion of the performance required by this Bid Contract, except under, and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.78 SERVICE AND WARRANTY - When specified, the Bidder shall define all warranty, service, and replacements that will be provided. Bidders must explain on the Bid to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with Bidder's response. 1.79 SILENCE OF SPECIFICATIONS - The apparent silence of the scope of work/specifications, and any supplemental scope of work/specification as to any detail or the omission from it, of detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials of first quality and correct type, size, and design shall be used. All workmanship and services shall be first quality. All interpretations of the scope of work/specifications shall be made upon the basis of this statement. If Bidder has a current contract with the State of Florida, Department of General Services, to supply the items in the Formal Solicitation, the Bidder shall quote not more than the contract price; failure to comply with this request will result in disqualification of the Bid. 1.80 SUBMISSION AND RECEIPT OF BIDS - Bids may be submitted electronically via BidSync at or before, the specified closing date and time, as designated in the Formal Solicitation. NO EXCEPTIONS. A. Facsimile responses will not be considered. B. Failure to follow these procedures may deem your Bid non -responsive. C. The responsibility for obtaining and submitting a Bid on or before the Bid closing date is solely and strictly the responsibility of Bidder. The City is not responsible for delays specifically caused by any occurrence. Bids received after the Bid closing date and time, will be considered late, will remain unopened and will not be considered for award. D. Late, misdelivered, or incorrectly addressed responses will be rejected. E. All Bids are subject to the conditions specified herein. Bids that do not comply with these conditions may be deemed non -responsive. F. Modifications/changes of Bids already submitted will be considered only if received before the Bid closing date and time. All modifications/changes shall be submitted via BidSync. Once a Formal Solicitation closes (closed date and/or time expires), the City will not consider any subsequent modifications/changes which alters the Bids. 1.81 TAXES - The City is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders should be aware that all materials and supplies that are purchased by the Bidder for the completion of the Bid Contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended, and all amendments thereto, and shall be paid solely by the Bidder. 1.82 TERMINATION - The City Manager, on behalf of the City, reserves the right to terminate the Bid Contract by written notice to the Successful Bidder/Contractor effective as of the date specified in the notice, should any of the following apply: A. The Successful Bidder/Contractor is determined by the City, to be in breach of any of the terms and conditions of the Bid Contract. B. The City has determined that such termination will be in the best interest of the City, to terminate the Bid Contract for its own convenience; C. Funds are not available to cover the cost of the contracted goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.83 TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services have been received, inspected, and found to comply with award specifications, free of damage, or defect, and properly invoiced. Payment will be made after delivery, within forty-five (45) days of receipt of an invoice, and authorized inspection and acceptance of the goods/services, and pursuant to Section 218.74, Florida Statutes, and other applicable law. 1.84 TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of the Formal Solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified in the Bid. Deliveries shall be made during regular City business hours, unless otherwise specified in the Special Conditions. 1.85 TITLE - Title to the goods shall not pass to the City until after the City has inspected and accepted the goods or used the goods, whichever comes first. 1.86 TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE -All Bids submitted to the City are subject to public disclosure, pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Bid contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119, must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with Bidder's name, the Formal Solicitation number, and title marked on the outside. Please be aware that the designation of an item as a trade secret by Bidder may be challenged in court by any person. By Bidder's designation of material in Bidder's Response as a "trade secret" Bidder agrees to indemnify and hold harmless the City for any award to a plaintiff for damages, costs, or attorney's fees and for costs and attorney's fees, incurred by the City, by reason of any legal action challenging Bidder's claim. 1.87 UNAUTHORIZED WORK OR DELIVERY OF GOODS - Neither the Successful Bidder/Contractor nor any of their employees shall perform any work, or deliver any goods, unless a change order or purchase order is issued and received by the Successful Bidder/Contractor. The Successful Bidder/Contractor will not be paid for any work performed, or goods delivered outside the scope of the Bid Contract, or any work performed by Successful Bidder's/Contractor's employee(s) not otherwise previously authorized. 1.88 USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion, or other publicity materials containing information obtained from the Formal Solicitation shall be mentioned, or imply the name of the City, without prior express written permission from the City Manager, or the City Commission. 1.89 VARIATIONS OF SPECIFICATIONS - For purposes of the Formal Solicitation evaluation, Bidder(s) must indicate any variances from the Formal Solicitation scope of work/specifications and/or conditions, no matter how slight. If variations, are not stated on their Bid, it will be assumed that the product fully complies with the Formal Solicitation's scope of work/specifications. 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for maintenance and landscaping services for city -owned lots, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the Solicitation. 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION AND CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted via the BidSync Electronic Bidding System (BidSync), with a copy filed with the Office of the City Clerk via email at Clerks@miamigov.com, pursuant to Section 1.20. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than March 19, 2021 at 2:00 PM. All responses to questions will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3. SUBMISSION AND RECEIPT OF RESPONSE Electronic bid submittals to this IFB shall be submitted through the BidSync Electronic Bidding System ("BidSync") until the date and time as indicated in the Solicitation. The responsibility for submitting a bid on/or before the stated closing time and date is solely and strictly the responsibility of the Bidder. The City will in no way be responsible for delays caused by technical difficulties or caused by any other occurrence. Electronic bid submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as individual files and labeled. Any bids received and time stamped through BidSync, prior to the bid submittal deadline, shall be accepted as a timely submittal and anything thereafter will be rejected. Additionally, BidSync will not allow for the electronic bid submittal after the closing date and time has lapsed. Bids will be opened promptly at the time and date specified. All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne by the Bidder. Accordingly, Bidder: 1. Must register, free of charge, with BidSync Electronic Bidding System ("BidSync") to establish an account in order to have access to view and/or respond to any solicitations issued by the City of Miami's Procurement Depaitinent ("City"). 2. Shall submit all bids electronically. Hard copy bid submittals will not be accepted. NO EXCEPTIONS. 3. Must submit the Certification Statement and associated solicitation documents which define requirements of items and/or services to be purchased and must be completed and submitted as outlined within the solicitation via BidSync. The use of any other forms and/or the modification of City forms will result in the rejection of the Bidder's bid submittal. 4. Shall ensure that the Certification Statement is fully completed and provided with your bid. Failure to comply with these requirements may cause the bid to be rejected. 5. Must ensure that an authorized agent of the Bidder's firm signs the Certification Statement and submits it electronically. FAILURE TO SIGN THE CERTIFICATION STATEMENT SHALL DEEM THE BID NON -RESPONSIVE. 6. May be considered non -responsive if bids do not conform to the terms and conditions of this solicitation. 2.4. PRE -BID CONFERENCE A voluntary pre -bid conference will be held on March 12, 2021 at 10:00 AM, via Teams by clicking THIS LINK or via phone (786) 598-2961; Conference ID: 780557112#. A discussion of the requirements of the Solicitation will occur at that time. All questions and answers affecting the scope of work/specifications of the IFB will be included in an addendum, that will be distributed through BidSync, following the Pre -Bid Conference to all the attendees. Because the City considers the Pre -Bid Conference to be critical to understanding the Solicitation requirements, attendance is highly recommended. It is the Bidder's responsibility, prior to submitting a bid, to acquaint themselves thoroughly, regarding any and all conditions and/or requirements that may in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these conditions. 2.5. BIDDERS MINIMUM REQUIREMENTS Bids will be considered only from firms that are regularly engaged in the business of providing the services as described in this bid; and that have adequate financial support, equipment and personnel to ensure that they can satisfactorily provide the goods and/or services if awarded a contract under the terms and conditions herein stated. The minimum qualifications for this bid are that the Successful Bidder shall, as of Bid Due Date: 1. Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. 2. Have no record of pending lawsuit or criminal activities and have never been declared bankrupt within the last three (3) years. 3. Have adequate financial support, equipment, and organization to ensure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. 4. Have a satisfactory record of performance for at least three (3) years. 5. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of the last three (3) consecutive years, authorizing said entity to do business within the State of Florida. 2.6. METHOD OF AWARD Award of this contract will be made to the lowest responsible and responsive bidder(s), who bid on all items in the aggregate, meeting Specifications. The City shall select up to three (3) vendor(s), with the lowest deemed the "primary vendor" and the next lowest the "secondary vendor", and so on, in the order of lowest prices provided to the City. Should the "primary vendor" not be able to provide the item at the time needed, the City has the option to select the next lowest "secondary vendor" to fulfill the order and so forth. 2.7. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with the option to renew for two (2) additional one (1) year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative, not a right of the Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.8. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds. 2.9. ESCALATION CLAUSE Successful Proposer(s) may request, in writing, including a justification, an adjustment of the prices submitted in the pricing schedules based on changes in the CPI for All Urban Consumers (CPI-U), U.S. City Average, Miami -Ft. Lauderdale, FL., no more than 60 days, but no less than 30 days prior to the yearly contract anniversary. If requested, the pricing schedule may be increased/decreased, if necessary, based on review of the CPI criteria listed above. Any adjustments made will be for the following contract year and will not be combined with previous years that were not requested within the date parameters set above (i.e., rate increase requested within the date parameters above in 2021, if approved will be for year 2022 Should the Successful Proposer(s) not submit their request for any particular year, they will forgo any change in the CPI. 2.10. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Bidder(s) of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any project(s) will be awarded to any firm(s). 2.11. INSURANCE REQUIREMENTS The Successful Bidder(s) shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $ 2,000,000 Products/Completed Operations $ 1,000,000 Personal and Advertising Injury $1,000,000 B. Endorsements Required City of Miami listed as an additional insured Contingent and Contractual Liability Premises and Operations Liability Explosion, Collapse and Underground Hazard Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation A. Employer's Liability Limits of Liability $1,000,000 for bodily injury caused by an accident, each accident. $1,000,000 for bodily injury caused by disease, each employee $1,000,000 for bodily injury caused by disease, policy limit IV. Umbrella Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $ 2,000,000 Aggregate $ 2,000,000 City of Miami listed as an additional insured. Coverage is excess follow form over the general liability and auto policies. V. Owners and Contractors Protective Liability Each Occurrence $1,000,000 Policy Aggregate $1,000,000 City of Miami listed as the named insured The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change, or in accordance to policy provisions. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: 1. The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. 2. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. Compliance with the foregoing requirements shall not relieve the bidder of their liability and obligation under this section or under any other section of this Agreement. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: • Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation For Bid. • The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Bidder in conjunction with the General and Special Terms and Conditions of the Solicitation. The Successful Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Bidder. See Attachment A - Insurance Addendum. 2.12. BID BOND All bids must be accompanied by a Bid Bond in the amount of 5% of the total bid submitted, to be in the form of a Cashier's Check or Money Order made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935. A copy of the bond shall be uploaded with the Bid Response, with the original mailed to the City of Miami — MRC, Attention: Procurement, 444 SW 2nd Ave, 6th Floor, Miami, FL 33130. The bond, from all unsuccessful bidders, if in the form of a Cashier's Check, will be returned after bid award. 2.13. REFERENCES Each bid must be accompanied by a list of three (3) references, by completing Attachment B - Reference Submittal Form. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. These references must be from contracts within the last five (5) years and for services as described in this solicitation. 2.14. CURES Please refer to Section 1.56, Notice Regarding "Cures" of the General Terms and Conditions of this Solicitation as well as Attachment C - APM Regarding Cures, for further clarification of this policy. 2.15. LIVING WAGE ORDINANCE The City of Miami Living Wage Ordinance is applicable to this service contract. Please refer to Section 1.38 of the General Terms and Conditions for further information and guidance on how to comply with this ordinance. 2.16. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 2.17. PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with a Public Works Superintendent, or designee, who shall be designated as the Project Manager(s) for the City. 2.18. SUBCONTRACTOR(S) Bidder must list any or all subcontractor(s) that may be utilized to assist in the performance of the work specified herein on Attachment D - Subcontractors, if applicable. Any subcontractor(s) listed must meet the same requirements and submit the same information listed under the Bidder's Minimum Qualifications section. All information required shall be included in the solicitation response. If Bidder does not include any subcontractor(s) as part of its bid submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it request in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy two (72) hours of considering hiring subcontractor(s). The City will grant or deny such request in writing within forty-eight (48) hours of receiving said request. 2.19. CONTINGENCY Items so entitled on the Bid document shall be the cash allowance sum per contract year, and in the amount indicated. These shall be included in the Bid to provide funds for payment for items of work not foreseen at the time of bidding. Payment from these Bid Items will be made only as directed by the Project Manager, or designee. The Successful Bidder is not obligated to contingency funds and should not expect to receive them unless used for work not foreseen at the time of bidding. 2.20. RESPONSE TIME A twenty-four (24) hour response time is required. Failure to respond to a service call within the specified time will result in the successful vendor paying any and all costs associated with the repairs performed by a secondary vendor. 2.21. COMPLETED WORK The City shall be notified by the Successful Bidder upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Successful Bidder at no additional charge to the City. The Successful Bidder shall not begin work until a Purchase Order and/or a Notice to Proceed are received. 2.22. PERFORMANCE BOND Within ten (10) working days following notice of award by the City, the Successful Bidder shall furnish to the City of Miami, a Performance Bond in the total amount of the Cost to the City for the period of the contract (to be determined at the time of award which is inclusive of the any contingency amount). The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be written on a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the successful contractor. 2.23. METHOD OF PAYMENT Payment will be made within forty-five (45) calendar days, in accordance with Florida Statutes Sections 218.73 and 218.74 of the Prompt Payment Act for services rendered the previous month, upon submission of properly certified/approved invoices. All such information shall be provided to the City Project Manager, or designee. The City will pay the contract price minus any liquidated damages and/or other damages to the Successful Bidder upon completion and acceptance. Damages caused by the Successful Bidder's employees shall be estimated by the City Project Manager, or designee and computed actual costs and repairs shall be deducted from the Successful Bidders total monthly billing. Each invoice shall include total cost, percent (%) retainage, proof of payment to subcontractors and suppliers with corresponding release of liens forms and affidavits. 2.24. LIQUIDATED DAMAGES Failure to complete the project in accordance with the specifications and to the satisfaction of the City within the time stated, shall result in liquidated damages being assessed. The Successful Bidder shall be subject to an assessment of liquidated damages in the amount of $100.00 for each and every calendar day the work remains incomplete (not to exceed the total amount of the contract), as compensation due to the City for loss of use and for additional costs incurred by the City due to such incompletion of the work. The City shall have the right to deduct said liquidated damages from any amount due or that may become due to the Successful Bidder under this agreement or to invoice the Successful Bidder for such damages if the costs incurred exceed the amount due to the Successful Bidder. 2.25. CONTRACTOR TO BE REPRESENTED The Successful Bidder, at all times, must either be personally present at the worksite or be represented at the worksite by a responsible agent or agents designated by the Successful Bidder in written notice to the City prior to the beginning of work. Such notification shall include pertinent data such as addresses, phone numbers, etc., where said agent or agents may be contacted at any time of the day or night. The agent or agents shall be clothed with full authority to act for the Successful Bidder in all cases, and to carry out any instructions relative to the work may be given by the City. 2.26. USE OF PREMISES The Successful Bidder shall confine their equipment, apparatus, the storage of materials, and the operation of their workmen to the limits indicated by law, ordinances, permits, or direction of the Project Manager, or designee, and shall not unreasonably encumber the premises with his/her materials. The Successful Bidder shall take all measures necessary to protect their own materials. 2.27. DAMAGES TO PUBLIC/PRIVATE PROPERTY The Successful Bidder shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the Successful Bidder, at their expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done). 2.28. PUBLIC CONVENIENCE AND SAFETY The Successful Bidder shall conduct their work so as to interfere as little as possible with private business or public travel. The Successful Bidder shall, at their own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, and the Successful Bidder shall be liable for all damages occasioned in any way by their actions or neglect or that of their agents or employees. The Successful Bidder shall meet the following noise abatement performance standards for all construction equipment: 1. Between the hours of 6:00 PM and 8:00 AM the following day on weekdays, or at any time on Sundays or holidays, such that the sound therefrom creates a noise disturbance across and at a residential district boundary or within a noise sensitive zone, except for emergency work of public service utilities or by special permission issued pursuant to subsection (c) of City of Miami Ordinance Section 36-6, Construction Equipment. 2. At any other time, such that the sound level at or across a real property boundary exceeds a reading of 0.79 weighted average dBA for the daily period of operation. Such sound levels shall be measured with a sound level meter manufactured according to standards prescribed by the American National Standards Institute. 2.29. SAFETY MEASURES Successful Bidder shall take all necessary precautions for the safety of employees and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs warning against hazards created by their operation and work in progress must be posted. All employees of Successful Bidder shall be expected to wear safety eyewear, appropriate clothing, and hearing protection when and wherever applicable. The Successful Bidder shall use only equipment that is fully operational and in safe operating order. Successful Bidder shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. 2.30. ENVIRONMENTAL REGULATIONS The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder non -responsible if the history of violations warrants such determination in the opinion of the City. 2.31. ADDITIONAL CONTRACTOR(S) OR SUBCON I'RACTOR(S) There are no implied or express guarantee that all Successful Bidders under this contract will receive work assignments during any given catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency. However, the City reserves the right to assign work to multiple Successful Bidders at any given point in time, add Contractor(s) who were not part of the initial award to the contract or direct Successful Bidder(s) to hire Subcontractor(s), which may or may not be part of this bid contract, to expedite the clean-up efforts of debris to restore normalcy and order to the lives of City residents, businesses, and general public in an expeditious manner. 2.32. ADDITIONS/DELETIONS OF SERVICES/ITEMS/SUPPLIERS Although this Solicitation identifies specific facilities/products/items/services/suppliers, it is hereby agreed and understood that any facility/product/item/service/supplier may be added/deleted to/from this Contract at the option of the City. When an additional facility/product/item/service to the Contract is required, the supplier shall be invited to submit price quotes for these new product(s). If prices are not competitive or not carried, the City maintains the right to add additional suppliers to the Contract to carry those items required. If these quotes are comparable with market prices offered for similar facilities/products/items/services, they shall be added to the Contract, whichever is in the best interest of the City, and an addendum and a separate purchase order shall be issued by the City. 2.33. FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare the Successful Bidder in default of the contract or make appropriate reductions in the contract payment. 2.34. TERMINATION A. FOR DEFAULT If Successful Bidder defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder was not in default or (2) the Successful Bidder's failure to perform is without their or their Subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interest of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Successful Bidder will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.35. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Bidder's authorized signature affixed to the Bidder' s/Proposer's acknowledgment form attests to this. 3.0 Specifications 3.1 SPECIFICATIONS/SCOPE OF WORK Introduction BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THE LINE ITEM LISTED IN THE ACTUAL IFB. BIDDERS SHALL SUBMIT THEIR BID PRICES UTILIZING ATTACHMENT E — BID PRICE SHEET. The City of Miami's (City) Department of Resilience and Public Works (Public Works) is in need of a fully capable and willing firm to provide landscaping services for City Lots and Right of Ways. The Successful Bidder shall furnish all labor, equipment, and materials necessary for satisfactory contract performance. Such materials and equipment shall be of suitable type, in good condition and grade for the purpose of this contract. All workmanship, equipment and frequency of services shall be subject to the inspection and direction/approval of the City. Description of Work The following services are to be performed at City designated lots. A lot is defined as any strip of land owned by the City of Miami with or without a swale are in the front side towards the street and any adjacent alleys. Swale maintenance is to be included in the maintenance of the lot. A list of City lots and right-of-ways are listed on Attachment F — Locations, located in the Header/Attachment section of this solicitation. The services to be provided include but are not limited to: A. Mowing: the mowing of only grassed areas of the designated parcels/locations as defined in Attachment F — Locations. B. Miscellaneous Lot Clearing: the removal of vegetative and non -vegetative debris by mechanical means, utilizing heavy equipment if necessary. Debris/Litter is to be removed and hauled from the site to the nearest approved waste facility. Tipping fees are the responsibility of the Successful Bidder. Disposal fees for the removal of excess debris (i.e. illegal dumping, etc.) are the responsibility of the Successful Bidder C. Tree/Palm Planting: the planting, watering, staking, mulching (Cypress mulch), top soiling, and maintenance of new trees for a one-year period. Trees planted within the public right-of-way or within close proximity of sidewalks shall require root barriers such as Root Solutions or an approved equal. Refer to Attachment G — Planting Specifications for additional planting guidelines. See "Tree Quoting" under the Additional Information section below. D. Erecting/Stalking and Bracing Fallen Trees: to be performed on new and fallen trees. Fallen trees will require digging underneath trees and filling the areas with treated planting soil, bracing tree with wood boards and watering for at least one week. Refer to Attachment G — Planting Specifications for additional erecting/stalking/bracing guidelines. E. Stump Removal: the removal and disposal of tree stumps of different sizes, including the roots of said stump. Surface restoration including topsoil and filling material shall be included in the stump removal process. F. Sodding: the installation of St. Augustine (Floratem) grass as needed, per the direction of the City. Refer to Attachment H — Sodding Specifications for additional sodding guidelines. G. Herbicide/Insect Spraying: the spraying of herbicide to all City parcels and miscellaneous lot as listed in Attachment F — Locations. H. Crush Limerock: the installation of fine sand (crushed limerock) at eroded areas in the swale and medians of the public right-of-ways. Watering of the sand is required for dust control. I. Hedge Trimming and Plant Bed Maintenance — trimming of hedges and upkeep of plant beds as applicable. Additional Information Tree Quotes All trees shall be quoted on an as needed basis. The City reserves the right to purchase direct any and all plant material inclusive of all trees, sodding, or otherwise. Fencing When executing any excavations, the Successful Bidder shall install fencing around the area at the Successful Bidder's expense. Fencing shall be a 4ft high minimum, 6-gauge, heavy-duty chain link fence with an adequate number of fence posts to maintain the fence in an upright and taut position. Permits For this contract, Public Works will issue "no -fee" permits for all tree and excavation projects. The Successful Bidder will be responsible for obtaining the permits from the Roadway/Plans Development Section of Public Works prior to the start of any construction. Public Access During any improvement construction, safe access shall be provided by the Successful Bidder to the entrances of all residences and business establishments. The methods used to allow access will be determined by the Successful Bidder with the approval of the City's Project Manager or designee. Maintenance of Established Landscaping Existing trees on private property and in the public right of way are to be protected while work is in progress. Trimming of trees is not allowed without prior approval of the City's Project Manager. Landscaping and structures on existing private property adjacent to the project area shall be maintained. If any replacements are needed, the replacements shall be of equal or better quality. These costs shall be considered incidental of the job and at no additional cost to the City. Frequency All listed City parcels, miscellaneous lots and right-of-ways areas shall be maintained on a monthly basis. The City's Project Manager may request some areas/lots be maintained more frequently on an as needed basis. ANNIE PEREZ, CPPO Procurement Director ARTHUR NORIEGA V City Manager ADDENDUM NO. 1 IFB 1316386 March 22, 2021 Invitation for Bid ("IFB"), City Lot Maintenance Services TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.32, Additions/Deletions of Services/Items/Suppliers has been deleted in its entirety and hereby replaced with the following: Additions/Deletions of Services/Locations/Suppliers Although this solicitation identifies specific locations/services, it is hereby agreed and understood that any service/location/supplier may be added/deleted to/from this Contract at the option of the City. When an additional service/location to the Contract is required, the supplier shall be invited to submit price quotes for these new services/locations. If prices are not competitive or not provided, the City maintains the right to add additional suppliers to the Contract to perform those services required. If these quotes are comparable with market prices offered for similar services, they shall be added to the Contract, whichever is in the best interest of the City, and an addendum and a separate purchase order shall be issued by the City. B. The following is the City's response to questions received from prospective Bidders: Q1. Who is this contract currently awarded to and what is the bid tab from that award? Al. There is currently no active contract for these services. Q2. Please provide the bid tabulation for the last contract the City awarded for these services. A2. See attached Exhibit A — IFB 700384 Bid Tabulation. Q3. Please provide the tabulation from IFB 1077382. A3. Be advised that per Florida State Statute 119.071(1)(b3): If an agency rejects all bids, proposals, or replies submitted in response to a competitive solicitation and the agency concurrently provides notice of its intent to reissue the competitive 1 solicitation, the rejected bids, proposals, or replies remain exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision concerning the reissued competitive solicitation or until the agency withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than 12 months after the initial agency notice rejecting all bids, proposals, or replies. Therefore, the City will not be releasing any information regarding IFB 1077382 until an award recommendation has been made for IFB 1316386. Q4. Does this contract have a cost estimate? A4. This information is not available. Q5. What is the construction timeline for this project? What is the projected start and/or end date? A5. This contract is not a construction project/contract. Q6. Please confirm the contract term. A6. The contract term is three (3) years with the option to renew for two (2) one-year periods. Q7. For the bond requirement, is an annual renewal bond allowed? A7. No. See Section 2.22, Performance Bond for performance bond requirements. Q8. Is there a 5% bid bond for this solicitation? A8. Yes. See Section 2.12, Bid Bond for bid bond requirements. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP:tg c. Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, Chief of Infrastructure Juvenal Santana, P.E., Director, Public Works. Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: DATE: 2 SIGNATURE: 3 EXHIBIT A - 700384 BID TABULATION Bidder (Legal Name of Firm) Bid Total Amount Orchidman Landscape Artisans Corp. $194,195.89 Thomas Maintenance Services, Inc. $214,076.45 Superior Landscaping & Lawn Service, Inc. $298,236.00 CNC Management Group, Inc. $360,375.00 Quote: 2304366 (RFQ 700384,3j Page 1 of 3 Sourcing A4 a Navigator r Requisitions'!. Negotiations 7 Negotiations > Simple Search > Quote History (RFQ 700384,3) > Quote: 2304366 (RFQ 700384,3) Title Time Left Quote Style Quote Currency Contact SuppliersQuote Nuinber Quote Status Note to Buyer Attachments Invitation for Bid (FB) for City Lots and Ric hts-of-Wa andscaping, M-0121 0 seconds Sealed USD Gonzalez, Mr. Steven Active Price Sheet + Bid Bond are attached in Attachments Favorites Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Hornut Preferences Help Actions I -Printable View Iv Go 3 21-Jun-2017 14:00:00 Price Only Orchidman Landscape Artisan Inc 21-Sep-201,7 Included Title TyperDescription Category 1Last UpdateaUsage tipdate.Delete , ; Attachments:File , From Supplier,2I-Jun-2017 One Time ,' 1 to Requirements Show All Details I Hide Afl Details IDetailsSection Score Maxim U m Score! !I]:1:11de General 0 0 ,., . . ftegutemerits . . Target i 1 Maximum! , . ii Value ,Quote Value Score Score ,OrchidMan Landscape Artisans, Corp. [Corporation !2,008 17400 SW 232nd Street, Miami, FL 33170'; [Unincorporated Miami -Dade County 26-3340922. !6357594 'Legal Name of Firm: !Entity Type., Partnership, Sole Proprietorship, Corporation, etcYear Establishcd: Office Location: City of Miami, Miami -Dade County, or Other ffyp.!\1 Occupational / Business license Number: Ir•Occupational / Business License Issuing Agency; [Occupational / Business License Expiration Date: • Will Subcontractor(s) be used? (Yes or No) If yes, provide Subcontractor(s) information on Attachment C - Supplement to !Bid, The Work performed by all Subcontractors listed cannot be more than ten percent (10%) of the total Work for this Contract. Please list and acknowledge all addendum / addenda received. List the addendum / addenda number and date of receipt (Le. Adderidurn No. 1, 7/1/07), If no addendum / addenda was / were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Articlie No 111, Section 19-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami ;Local Office Certification" form located in the Header/Attachments Section of this soliCitation? (Yes or No) iReference No, 1: Name of Company / Agency for which Bidder is icurrently providing the services / goods as described in this soKitation, or has provided such services / goods in the pat: Reference No. 1: Address, City, State, and Zip for above reference Company / Agency listed: Reference No. 1: Name of Contact Person and Telephone ,Number for above reference no. 1 Miami -Dade County - 30-Sep-2017 No lAddendurn No. 1, 05/22/17 Addendum No, 2, 05/25/17 !Addendum No. 3, 06/13/17 tA.JP Ventures 2990 Ponce de Leon Boulevard ,• Suite 500 Coral Gables, FL 33134 Alberto Perez, (786) 556-3756 http://imapisivetside.emgov.net:8003/0A__HTML/OAjsp?0AFunc—PONRESENQVIE.,. 6/26/20 7 Quote: 2304366 (RFQ 700384,3 Page 2 of 3 :Reference No. 1: Date of Contract or Sale for above reference no, 1 Reference No, 2: Name of Company / Agency for which Bidder is currently providing the services / goods as describedin this solicitation, or has provided such services / goods in the past: ;Reference No. 2: Address, City, State, and Zip for above `reference Company / Agency listed: Reference No, 2: Name of Contact Person and Telephone Number for above reference no. 2 Reference No, 2: Date of Contract or Sale for above reference ,no. 2 Reference No. 3: Name of Company / Agency for which Bidder is currently providing the services / goods as described in this solicitation, or has provided such services / goods in the past: ;Reference No. 3: Address, City, State, and Zip for above reference Company / Agency listed; Reference No, 3: Name of Contact Person and Telephone Number for above reference no, 3 Reference No, 3: Date of Contract or Sale for above reference no, 3 Contract Terms Variables DetailsSection No variables found. Deiiverabies 2010 'Menendez Management 1430 South Dixie Flighway Suite 311 Coral Gables, FL 33146 Pedro Menendez, (305) 670-7600 2009 Ambar Motors 4875 NW 77 Street Doral, Honda 33166 Hector Marrero, (305) 827-8484 Clause Variable Indicates deliverable is overdue k4 Indicates responsible party failed to perform the deliverable Deliverable N. No deliverables found. Lines w`TIP All prices are in USD, Show All Details e Date Quote Total (USD) 208,752.52 Hide All Details )etails Lrne :Ship"To '13H€dc 1 Bidders are not 261000 - 'required to enter a Purchasing ;unit price on this line, 'Bidders shall submit their prices on iAttachrnent B - Price jSheet, located in the -Header/Attachments Section of this Solicitation in the 'Oracle/iSupplier Sourcing System. Notes Note to Buyer Price Sheet Attached Start Target Quote: Target: Quote Rank Price Price: Price Unit ;Quantity Quantity 1 208,752.52 Dollar. 1 1 Alert Need By Promised, 'Active Date Date tine Total"Quotes' 208,752.524 Update http://imap1..riverside .c mgov.net:.8003/OA_IITMVIL/OA.jsp?0AF'unc—PONRESENQ_VI:E.,, 6/26/2017 Quote: 2304366 (RFQ 700384„, Page 3 of 3 Attachments 1 Tl -itle Type ;Description .Category [Last Updated Usage Update Delete 6ncillYie.nts •File From Supplier :21-Jun-2017 One -Time ,../ ..,.., Return to Award Line: RFQ70038d1,3 - Line 1 Actions [Printable View Go Requisitions Negotiations Intelligence Horne Logout Preferences Help Privacy Statement Copyright ia) 200E1 OracleA oghis mooted http://imapl siversicle.cmgov.net:8003/0A_HTML/0Ajsp?0AFune=PONRESENQ VIE... 6/26/2017 3 ; he.e.t fy Pftr"e.lcx st€ d tAir e:llane<att3 Lots • F-Ur li h a€;i n;at,arit i ar€tj (;i,i talln)! rht":n5sary for rrowirg th j7tl:jSt9-•,','.€^t13. tY[;,;,f i'.atir:r7, tr t111'!f'.t,7 hi.`rl;t4•I4'1:;pray€nq. Irlles. =i?ra frog, lit ar t iek :i 3 :t€ ,a 4ebri;; r at:lovsf. On a €itonthiy 4>tr i:t o` any I-o 7_1 .€ r p - ie and 4 i :i o-at ,ns(P-15 441 vt,art ,oat- i ra15r i I a s feted r - s,ai.Iln r rri r}. Luc rt; ee of "e`o f. l;.e r. rr7„te117.0 :r..'r !agt;ii tu4rnt !vat,',;a=y %r rot utrf a,tu, =)f tt:. City c!B, rhirimur! (i;rtlehoiont:t ky 100 for i! tyi)icr; 410110€:3?f`v," ro eo•ra! of r€isp:taa•:v arfi non-ve*letc,titro ,lobos r chrir:i ci ,Y ea..., at; .kit' 1 Wavy r..ric:it7tnE rIrt ro st,incny3t:Gi4 t:. +seraa- e eorFors.tkp .'te n#tli�ar . ".l:€t awea±-, ••,at;t ! f, 0,wh,.foff) the propetp to! o lo:y tires i rvn3 `roes a :lin to an sp robed Aart-fa `acilky, and-V ricr r g in trot - rty title ;Ut'rtfif5 Gs7 tot and g it, Augltnliieo rr"'tor3tii in) 0o11d 000 :r0eL .!iil:9 rEC:f: '.iElt"•:+ t;p seii, ' r!or)ey, ate, .....„w,.,, M.�,,.....,�..,..s:,,�.,.,,..,,�.,.,:.,.,.«.,,..�._ •,. rQli,7€'t S Of S"�dixf end S4'lFtt it a, i i::o'. inaP"r4<ti Inc'. 2:4tcl;Cra;lit nrr.2 e3o€-r for €luy,vio3 g.:ritrimtep hnfl.ie d i to yl::{}, irc;c ; opra'rr.:,. or.4i monthly ism - =:an• rs € f,-..;Fw-i and 1t1,,'is:}i 1?,r,ot). x....1,:...LJI- int 1-t"t a -::Ty �1l ) (»it;1',.41,1 8^!:€ fat<t::f:i 1 •t titer t .antlsc ei a 41:lintc.tt4rtc;e foal `,}:zllee, 1" to Its t; b.n )'.:42` tlsttri; diaale,ar forno"ai ar,Li r?r,iOrol o , v',ti i4.�•�.t., (;;ink ;:t:i: ,.?tt r_ ` i',f:`i;d0 e t::t'r: :or:S's,oi IJt:a?I:)r:`o hzt:rftr..rl:,r:tf..Z`a 3E tr:.rt1�<ic7hater•inatc:t:in;rho; ra:no,,atand :r<t;:a reetoraticn a`t,i;,'rui.> t,_r3tiars of Cltywo! IEr.:xir:eo. dreipjt:GtlnE, (1r..10 F,t'Ajd 0orj it',;ttttliriq tir€3 Saild, =Ur32i:i1: I1f le/ err q; Oak ;au.%, Aar warranty. 7i.. 1 ontl arlt 1?, 1i1-12 (;sir l ?I! tahCr: root and •J`.i t?r;yal - RRoy:t nor: alota, (t) h?etuclinc3 r0ttar:r.(a, and 'I rat- ih<Trr soy.. nigh *H lob or, rriaterktio and n;quipment xecossory tot the ttl lut;rzn lane sang Oriolh iirreroca) at etoclo3t:xcantt in [hie s:eile 11: tnci ^dcli0:1345i lull Vublw.. tight of way onc: €nc;kEct ii0 t:o r;i for !litr,D! `.C:i.a017 fo: ie: G.i,.vng nowiri;s?iit, i!;€;i!7;±ir:y s•: e;nd 1 r'::Unilt t?p fato;r, nl'.trlail, aetr.1:1g1,€ivfoorii neroct oej fe 1-thf, `3 �inotalki(ion of choln fink fencing ilor y day, $' 'rtt. yetao aj ;:>,;ti74!irltj a [ t. ren*neon (concte?tn b.i36, c!Cfei, ate.) lr.r o `iv :tare ,Ut woo otlit tl€:aicyAfin,rr;incn .w I0 F;tit27v ` ants i00 Li leer Fo t 0 f,. rb t li G Ite€n ,,*Quai3 t#ctrcu)etG,si '78'1, 16, ztG11 ,;''1e) TOTAL, E3ID( . S30,0 )0,00 c1 005377 Local Business Tax Receipt Miami--Oacle County, State of Florida -THIS IS NOT A BILL - 00 Nor PAY 6357594 BUSINESS NAME/LOCATION ORCHIONIAiN LANDSCAPE ARTISAN S CORP 74100 SW 232 ST NIUA1411 FL 33170 RECEIPT NO. RENEWAL 66249E36 OWNER SEC, TYPE OF t3 USINESS ORCHIDPMAIN LANDSCAPE ARTISANS C003 SERVICE BUSINESS C/0 ALEJANDRA C PEREZ Employee(s) 1 EXPIRES SEPTEMBER 30, 2017 Must On dlsptayad at place of business Pursuant to County Coda Chapter BA - Art. 9 & IO PAYMENT RECEIVED SY TAX cOLLECTCfi 375,00 08/15/2016 FPPt110--16-016383 This Local Businovs Tax Rimini only confirms payment of the local Businoys Tax. The Recniptis not a liconsc, _ permit, nrn curlilicafImr'of rho holder's qualifications, to du husiunss. Helder must comply with ally govnrnulonlal or nungovernmenail tegalutnry laws and rogofroments which apply to Ills Uusiness. The RECEIPT NO. ahcvo must ho displayed on all commercial vehicles -Miami-pods Croft) Son 6n-Z76. Ent morn inlomrarfon, visit ]Yww:miomldgtLn yavitaxr<oil_or.(py Attachment C~.Supplement tmBid |FI37003O4-CITY LOTS AND R|GHT8^OP`VVAYLANDSCAPING THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, SUBMISSION OF THE FORM ORANY ADDITIONAL INFORMATION NOT INCLUDED |NTHE SUBMITTED FORM As DETERMINED IN THE SOLE DISCRETION OF THE CITY, MAY BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OFTHE C|TY'8REQUEST, FAILURE TOSUBMIT THE FORM ORADDITIONAL 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 onower�3provided herein. 1. State the true, exact, correct and complete name of the partnership, corporation or trade name Linder which Bidder does business and the address of the place of business, (if a corporation, list the name of the president and secretary, If a partnership, list the narnes of all partners. If a trade name, list the names o[the individuals who dnbusiness under the trade nmne). 8~� / s The correct name oTthe Bidder io b. The business /oa(Sole Propr|atorohip)(portnernh|p)(CorporaUvn) ' c. The address ufprincipal place o[business is: d. The names of the corporate officers, or partners, or individuals doing business Linder a trade name, are amfollows: � '` o, List all organizations which were predecessors to Bidder or in which the principals or officers o(tl�)eBidder were principals orofficers. [ List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by oragainst the Bidder, its parent cvsubsidiaries */ predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. g. List and describe all successful Performance or Payment Bond claims filed against Bidder's Somty(ies)during the last five (S)years, The list and descriptions should include claims pgainot the bond ofthe Bidder and its predecessor orgonizahon(s). h. List all claims, arbhmdonu, mediations, civil oohono, 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 omoo; e description of the subject matte/of the dispute; and the final outcome cf the claim. � w A /. i 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. � /. � H Has the Bidder, its principals, officers or predecessor organization(s) been debarred or aunpemdadhnwbiddingbyanygovenmenh|ogenoyduhngUhe|ost5vo(5)yonrn?Ifyaa. provide details, �|t\ , k Under what conditions did the Bidder request uhmngaorders during the last five (5)yeors7 0JA' |� What is the nature and amount of the three (3)largest. change orders submitted b.the Bidder within the past five (5) years, and their disposition? 2. How many years has your organizationbeen inbusiness while possessing the following licenses, certifications, vrregistrations? Ucanno/Corti0oabnn/Re0intrationName and Number #Yeurs D. / Identify Bidder's business )rad / kldid .5 C/.4.--...-e /72 .5- / 4 4-1--).1,4 e ,/W,//' itZ ri, ( 3, What is the last Pro'let of this nature hat Bidder completed? ( It•- a:tit>.-eltetj,kt-C1 4 0 Li --- 0 1 .(4 d.. Has Bidder ever failed to complete any Work awarded to its Organization? If so, where and why? 1\10 5. Provide owner names, addresses and 'telephone numbers, and Surety and Project names, for all Projects for which Bidder has performed Work, where Bidder's Surety has intervened to assist in completion of the Project, whether or not a claim was filed, J 6. Provide names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which Bidder has performed Work: /\ tIraDe11-0 0 VQ (name) (address) ZIr..55-0 °1:5'( 1\-KIL.Ctit:.1:YlirLCIrt-Q:1) (name) (name) Ikk (address) t•-is t,o (address) M 2:S3() (0713 7 (0 00 (phone #) (phone #) 7, List the following information concerning all Contracts in progress as of the date of submission of thi Bid (in case of joint ventures, list the information for all joint ventures). Na Project Owner's Name and Phone No. Total Contract Value Dte of a . Completion % of Completion to Date Al' e Ve.„(,eclklQ- Pro4x4Ai e. ' I.V.R,r4.0 re f . ;)qt.t2-<.(t 2 , 00 0 - 1 - r., Y4-, t‘,...1,10-eJI...c....2 1.....A.a.../La_c A „,...-.: \ a4.:1.s PrE)_____LL:1 la,c ro t,,Ik.o..m.„,.t. co( (lg. 20cq - _4. ereSeo-1 4D PQ„tf,sut,J Ate-O_ALOr Paq'reit, 4'1_12- ,v 010 8. Has a representative of the Bidder thoroughly inspected the City's project(s)? Does the Bidder have a formulated plan for its performance? If so, please include. Ye EL-1 No O. Will Bidder subcontract any part of this Work? If so, provide the following details for each Subcontractor(s) that will perform any Work. 'ffie Work performed by Subcontractors listed cannot be more than ten percent (10%) of the total Work for this Contract. f Name of subcontractor Approximate Percentage of Work to be performed .. . . Certification No, (if applicable) . . Description of Work IA The foregaing list of Subcontractor(s) may not be amended after award of the Contract without the prior written approval of the City's Contract Administrator identified in the solicitation, whose approval will not be unreasonably withheld. 10. Iclerj4ify equipment Bidder own;that available for the Work? 11. Identify equipment that Bidder will purchase for the proposed Work? Bidder will rent for the proposed Work? 13. State the name of Bidders proposed Project Manager and Supervisor(s) and give details of their qualifications and experience in managing similar Work. e. -rezi rteilY to -it( mfg.( to2A pvoyte. pt- 0 etspoYfa*kitt i,k t GLoct Landscaping Equipment List I3 Make Model Year SejL Weedeater Sthil F590R 2010 284172904 Edger Sthil 2010 283733763 Weedeater Sthil FS9OR 2010 283700824 Edger Shidawa LE261 9021103 Trimmer Sthil None Trimmer Sthil None Chainsaw Sthil MS250 373518718 Polesaw Sthil HTIOI 283027476 Ridon SCAG 36" Freedom 2 Push Snapper EZ Speed 2013644781 Push Snapper EZ Speed 2013644974 Blower Sthil BR600 283891864 Push Toro 22197 3100000147 Blower Shidawa EB802 2009 8070398 Blower Sthil BR600 2009 279488739 Wall Behind Mower Toro 22197 2010 310001038 Mower SCAG 52" STT52V•27CH 2010 D7400441 Blower Shin 68243 2010 9020152 Blower Shin 68243 2010 9077763 Lirna 8R60 2010 Reel Tru Cut C-27 2010 829549 Blower Sthil BR60 2010 283891854 Weedeater l FS9OR 283700834 Edger FC9OR 283591716 Edger FC70C 282964245 Edger FC75 280011580 Trimmer HL 100 283094446 Weedeater Sthil FSI3OR 281266315 Weedeater Sthil FS9OR 284171817 Weedeater Still! FS 13OR 281266318 Trimmer Sthil HL9OK 282987150 Weedeater Sthil FS9OR 280356085 Weedeater Sthil FS9OR 284172909 Edger Sthil FC90 283846605 Trimmer Sthil HL I OOI< 283093924 Trimmer Sthil HL I OOK 283593052 Trimmer Sthil HL 100 282632751 Polesaw Echo E08112007442 Chainsaw Sthil MS250 279518718 Blower Sthil BR600 283891855 Blower Sthil BR600 283162233 Ridon Am SCAG 52" STT52V-27CH D7400636 Ridon SCAG 52" STWC52V-25KA D6900240 Bush Snapper 7800556 2013645004 l pPAJA om A Docu Bid Band CONTRACTOR: (Nance, legal ,s'atus and address) Ord idman Landscape Artisans Corp. 17400 SW 232 Street Miami, F[, 33170 OWNER: (Name, legal status and address) City of Miami 444 SW 2nd Avenue, fall Floor Miami, FL 33130 BOND AMOUNT 5%,ofBid Pro[Submitted ent A31 O TM 20 SURETY: (Name, legal status and principal place of business) FCCI Insurance Company 6300 University Parkway Sarasota, FL 34240 PROJECT: (Nanw, location or address and l)roject number, 'fan)) 0 This document has important legal. consequences, Consultation with an attorney is encouraged with respect to Its completion or modification, Any singular reference to Contractor, Surety, Owner or outer party shall be considered plural whore tapnlicable. City Lots and ROWS Whiten co - RPP #700 384.2 Milani, FL The Contractor and Suiety are bound to the Owner in the amount set forth above, for the paytnent of which the Contractor and Surely bind themselves, their heirs,executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that lithe Owner accepts the bid of the Contractor within tl'ic time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms dwell bid, and gives such bond or ponds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed, the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall he null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. rf this Bond is issued in connection vrith a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this }3ond has been funtished to comply with a statutory or other legal requirement in the location of the P ) any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefro `{ provisions conforming to such statutory or outer legal requirement shall be deemed incorporated herein. Whc furnitshelda She intent is that this Bond shall be construed as a statutory bond and not as a common law bond `a71C 21 st day of ,tune, 2017 Orchidman l:.andscrape Artisans Corp. (Prin !rea Ar 4,11 } or (1141,1 o aF -C3 'r'rtttttittt (Pal) Attorney in Fact & PI.. Resident Agent AIA Document A31014 » 2010. Copyright 1903, 1970 and 2010 by The Arnetican Institute of Architects, All rights reserved, WARNING: This AIAn Document Is protected by U.S. Copyright Lew and International Treaties, Unauthorized reproduction or distribution of this NA" Document, or any portion of it, may result In severe civil and criminal penalties, and van ba prosecuted to the maximum extent possible under the tpu, Purchasers are permitted to reproduce Ian (10) copies of this document when completed. To report copyright violations of AMA Contract Documents, a -mall The American Institute of Architects' legal counsel, copyrigh14 ale.org, 041110 C C 1.12' ir INSURANCE GROUP t t Jrc• than a polity,. A r<>;misa, GENERAL POWER OF ATTORNEY 10-00082871 Know all men by these presents: That the FOCI Insurance Company, a Corporation organized and existing under Laws of the State of Florida (the 'Corporation") does make, constitute and appoint: William F }leis, William L Parker; Davor I Mlrnica; Ilsane r1 Bauza; Eduardo A. Menendez Each, its true and lawful Attorney -In -Fact, to snake, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $7 500,000): $7,500,000,00 This Power of Attorney is made and executed P by authority of a Resolution adopted by the Board of Directress, ution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any. bond, undertaking or contract of surety to which it is attached, In witness whereof, the FCCI Insurance Company has caused these presen s to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 251H day of September , 2016 Craig hn n, President FCCI nsur ice Company Thom Gay Koval Esq., EVP, ChieT a ,Offieer, rnent Affairs and Corporate Secretary FCCr Insurance Cart any State of Florida County of Sarasota Before me this day personally appeared Craig Johnrn, who, is prst�nally known to rrte and who executed th; foregoing document for the purposes expressed the, ein. My coritrnission expires: 9/2 /2020 State of Florida County of Sarasota Before me this day personally appeared Thomas A Koval, Esq., who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission -expires: 9125/2020 CERTIFICATE 1, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the regoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. day of ,tea. 2 01 7 Thorne . Koval, Esq., EVP, Legal Officer, Caov r ent Affairs and Corporate - ary r 3 4 - c ty 1 of aid RigrE .. .. C nc sc a t;rtf Par3!r and irli }<;eattrsii ans t..aia f" n s, n nlf'kibitr mat d& andargeipment-oeceesory for mowing thin m it7r�3 u5&3C)-ar�Y�B 'ttua31.N:Yt f), irlientleirf,. hcrbroido spraying, (mor„ 5r >r4 4n0, litter pick up, 'ri d de brie removal, on a monthly b-.idi8 a)f any the,i 4 city parcels and rei; cellra4o181 lolo•kicatlons ;Srkt are is a,rt, '18 rF ricrosf 1 3 listed in A}tstrl re nt D-Locations of uaa kt i,l [ %br ni)t4r1a1 iri equil nrani noceadary for iok clearing )t} iota, ron i u m din cn ri , 60 by M. for a tytiioat hat,inch, glh, removal ofvegetative, rind turnrr,lettivecIrbri.,.'y ii1 )411 )1144.1. ai114), 111 iir10 it 'heavy equii,r ne.nt martin ry such 111 )kid ;xcr isr ;a 4 opor for any typo er o ndition nr d: thin t <rrca crc r to t.<ialc Wade rlove1 oft) the. prope*/ lot, flouting the Jobria hear €Ire 1f to or, ,8poroved yoirtio facility: and vttnttaring the prr,F•.rr,y ,1itr; Pi>: rdcist rnnkitl 8110 adding 01. Ailgusiiee ;alleratrain) Solid Sod nc3t ling f11?r, , iar1; t f) ac il, watering,. et:., Rig hts af•it1,7y 11110 Y al Are:so I=tlrna h ai1 l+I;iarl ar t y?;.;c;isz ;,r t ntsc; a°uss1r' for ma tsin 0))ii(ai+. .=heelingY3a1liiaide fang tst 1}-811 ¢1n,r:n_,S.litte pirI rid or a' lF it rarr'1ovEif, aa'r a rrrra))sihl b iss o any right.doofiways and a .ir; zre f .e1 - i r,tfF c<3irrc,nt £; - ,^ a r:rt;a dsc.apiaar� :le=,ia)ze,trarieelter11;i t-:;re ct rel r Vt9 t:lrt7 :irt„' Ely ar rr1 t tfi"vS's Piet r.1,>alred t'" tC 1) 'including all ap erter'i n 1 at t 5%S, icla 1o44'tiond. ca,?4ovrl1, 0" I2'titarkdianseter inoludiN gvtce1I rer.�tUr tnt;.2itC,"st §'rr:So ltrosatione, rf:rC�.ztt a 1•cr{Itfiatrrtrr r�straaG» n. (,itr, tdr, larzit{art, �06" trtrtk di ztst tiu. 40ifi. 111 E;itY'J11<lra tri�'.�tlUi 1 •J.5"rti)L 1I and a41'fav tllain 37"ire trio* da=t: 1 r, including rout. :;tnrlien at Citywide lr- ; t13n •. �i iax +ali t gtrgr 0rie fyrza {hoar m) Solid Sod liacludingfine ears, e4ring.r.�a�...�>.1� �ii+rn ii7tU2t r>d,.�.. Feet P'aarru,,h ail 6ibrx, n)4tetfe0 irtid l6Jayproc, tt ridoeeriary k3r inota11 g rrose yrj t 1 raa ;?';k iisar.�a. ( r� grrl.< 10 1' ' dear trunteq,,ineluding watering, on1` 1 10 year warranty. [Irttc,Pt ali tabor, material tir 1 ar{trit.rt)amr urt 3 ary °fir irrstl4hn, )%4trr 1 f r rs;tai pa:n -: keystone, (data, (6%6' grcy wood), iiratd griw irrrl q, ii i)lcfnc )1 g rated:rig, and 'I ye 1 wr:rrraely.- Curni1 n 1011)vtrs,r, materials and equipirle n) n; 644'8 uy ts>r the i 2 11 driatian of fins ontl (crush tirriertrek) at waded area iii )tie sa'rrala; I() Ctibic ant>;af the. public r 9la aP way- and rti6hittny ua[er for r(Iars: 1d :dogtrot. Foolish all lobos, 1r1at r a4 na16 Otapmer) tl N)on of Chain link, fencing (heavy do pert nonce (concrete b7'N , 6rkiitgr'racy tfratil.caricc; 4H Aiy f r 16)0 000 Foot f1° 6 gauge) + cttawirrt; lineaur a riecure lot art:8 1.2 r s'ar kitr i ".ti 40 787, o G1 ACCME) CERTIFICATE OF LIABILITY INSURANCE 1......—' ATE 09/06/201YYY) OrJIOG/20'i 6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate hoiden is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION 1S WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsemont(s). PRODUCER Onesource Of Florida Insurance Services Inc. 18495 South Dixie Highway, #110 LJ ! Miami, FL , 33157 CONTACT NAME,.: __... ... PHONE 305-740-6949 Fa,c . (PICLNR... iSt1; .. - tAlt. 1VI:..... 305 740-69.51 ' _ .,..1 edaAlL Apieus; onesourcewcins©ymail,com INSURERLS) AFFORDING COVERAGE NAIC If INSURER A: Preferred Contractors Insurance Co, INsUl ao Orchidman Landscape Artisans Corp. 17400 SW 232 Street MiamiFL 33170 INSURER 6: Brid9efiefd Ern-ployers Insurance Co. INSURER c ; Ascendant Commercial Insurance Inc. INSURERrs: INSURER E : _.. __._..._,__.....___.._......._. ____.�_ INSURER F : COVERAGES CERTIFICATE NUMBER: SIGN NUMQER: THIS INDICATED CERTIFICATE EXCLUSIONS INSR LTR IS TO CERTIFY THAT THE POLICIES OF NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY PERTAIN, AND CONDITIONS OF SUCH POLICIES. ......*. ._.._.. ... _ ._.. ,'ADTSL 'TYPE OF INSURANCE9 _MD INSURANCE LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED B`( LIMO"I-S SHOWN MAY HAVE BEEN STAR -_.._.__ ._.__...,.„...,._. N^(q POLICY NUMBER ISSUED TO CONTRACT THE POLICIES REDUCED BY ...POLICY EFF'" IMMIO q/YYYYj THE INSURED OR OTHER DESCRIBED PAID CLAIMS. POLICY EXP (MMlgglYYY'() NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT 'TO WHICH THIS HEREIN IS Su8IEc r TO ALL THE TERMS, _.........,,..„ _._.. ...... _._ .._.__ ....._. ._._.,.„:....... ...... LIMITS. A COMMERCIAL GENERAL _. ..i LIABILITY I X. ? OCCUR PER. LOC ## 1 I - i PC109983 .. 08/26/2016 _ ... _.. 08/26/2017 _....... . EACH OCCURRENCE (O RENTED DAMN.% — PRFNIIK, FJ, „i rrgrtwl,:,,,.._ UEO EE.XP (Any, one ei on)T_.„.,._....,,„.....w. PERSONAL&ADV INJURY $ 1,000,000 — GEN'L t X .: CLAIM.i•MADE 1 I •- _.....__..,__._ 50,000 °± 5,000� - . S 1,000,000 AGGREGATE LIMIT APPLIES 1 1 PRO I POLICY! ! JUG"(_'. OTHER: GGNERAL.OCRv0ATE _. _. _S 2,00U,000 PRODUCT'S - COMP/OP AGG 5 2,000,00i) S C AUTOMOBILE — _......._. X LIABILITY ANY AUTO ALL OWNED <..." AUTOS' Iio1FLIAuras X SOFIEDULED AUTOS NON -OWNED AUTOS j CA-39153-1 09/07/201609/07/20.17 COMIIIN0 t} IPIGLE LI1/ll 1,000,000 BODILY' INJURY (Per pecan) $ BODILY INJURY (Per acridenO PROPERry DAMAGE. ,(I? raccldrnti_..__.._.._ EACHOf CURRENCE�:S AGGREGATE $ $ UMBRELLACAB I EXCESS LIAR ED 1 €2ETENTION$ . OCCUR ! CLAIMS -MADE( $ S WORKE AND EMPLOYERSCOMP' NIA TI N Y/N' ANY PROPRlETOR/PAR TNERIE.Cocunv OUFICERAIEMBER EXCLUDED? N /A (Mandatory inNH) If yes, describe u,,0 r cescRIPTloN OF opERArloNS 5a?ovl Binder # 5978900 08/26/2016 08/26/2017 sTnr,�r, 10TTI EL EACHACCIDENI 1 _-.-- $ 1,000,000 1,000000'y„ -- - -- ---- E.L.DISEASE .-EAEMPLOYEE$$ ...«____w_......�.._ E L. DISE,ASE -POLICY LIMIT $ 1,000.000 } ...... oEsCRlPTION OF.OPERA TIONS / LOCATIONS / VEHICLES (ACORD ip<i, Additional Remark sScl, dule, may kln attaeha<I if more space to reon lred) CERTIFICATE HOLDER Insured Copy ACORD 25 (2013/04) CANCE LATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988.2013 ACORD CORPORATION. All rights rese The ACORD name and logo are registered marks of ACORD ed. 005377 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - OL) NOT PAY 6357594 BUSINESS NAME/LOOATION RECEIPT NO ORCHIDMAN LANDSCAPE ARTISANS CORP RENEWAL I 7400 SW 232 ST 6624986 MIAM FL 33170 OWNER Sec. TYPe OF eusiNess ORO-HOMAN LANDSCAPE ARTISANS COIV 3 SERVICE BUSINESS C/O ALEJANDRA C PEREZ Employee(s) EXPIRES SEPTEMBER 30, 2017 Must be dispfayed at place of business Pursuant to County Code Chapter dA Art. 9 & 10 PAYMENT RECEIVED SY TAX COLLECTOR $75,00 08/15/2016 FPPU 10-16-016383 This Local Business Tax Receipt only confirms paymeut ofhe Local BUS11111S3 lax, The fiacalpt is not a llama, permit, or a certification u loe holder's qualifications, to de briefness. Holder must comply with any govarnmeatil or irongevernmontal regulatory laws and requirements which apply to the business, The RECEIPT NO. above must hit flispfayod on all commercial ynhiclos Mianti-Oade Ws Sec to-27G, Fur more information. visit www.minmidado,qovitaxcoilector Thomas Maintenance Services Inc 16205 SW 117 Ave UJnit 7 Miami, FI 33177 Office: (305) 253-743 COPY City Lots and Rights of Way.Maintenance Contract M-0121 RFQ 700384,3 ATTACHMENT B PRICE SHEET ) TH,..VIAS MAINTENANCE SERVICES INC. '•-•-•:-•,'-•' -; -: ''."' , - - ... .., .. . • Ptie Nat Item,gespOptions . . . Quantij Item .-;”-- - Qtfty . . . . , City Parcels and Miscellaneous Lots 1 Furnish all labor, material grassed areas, weed -eating, spraying, litter pick up any the 74 city parcels Square Feet, 18,26 acres) Work. and equipment necessary for mowing the trimming, herbicide spraying, insect and debris removal, on a monthly basis of and miscellaneous lots locations (795,441 as listed in Attachment D - Locations of 12 (monthly) $ 0.01764 $ 168,378,95 2 Furnish all labor, material services of 10 City lot, lot, including the remo(ial mechanical means, ut bulldozer or a scraper order to back blade (level the site to an approved for dust control and adding ncluding fine sand, top and equipment necessary for lot clearing minimum dimensions 50' by 100' for a typical of vegetative and non -vegetative debris by lizing a heavy equipment machinery such as or any type of condition Inside the lot area in off) the property lot, hauling the debris from waste facility, and watering the property site St. Augustine (Floratam) Solid Sod soil, watering, etc. • 10 $ 102.75 $ 1,027.50 Rights -of -Way and Swale Areas 3 Furnish all labor, material weeding, trimming, herbicide and debris removal, on wale areas (10,000 Square Work. and equipment necessary for mowing, spraying, insect spraying, litter pick up, a monthly basis of any rights -of -ways and Feet) - See Attachment D - Locations of .., 10,000 Square Feet $ 0,33 $ 3,300.00 Other Landscaping Maintenance Items 4 Erecting / Staking and including all appurtenances Bracing fallen trees/palms, 1" to 10" d.b.h., at Citywide locations. 1° $ 46.00 $ 450.00 6 Stump removal, 0"-12" surface restoration, at trunk diameter, including root removal and Citywide locations, 1 $ 145.00 $ 145.00 6 Stump removal, 13"-24" surface restoration at Citywide trunk diameter, including root removal and locations. 1 $ 240.00 $ 240.00 71 Stump removal, 25"-36" surface restoration at Citywide trunk diameter, including root removal and locations. $ 375.00 $ 375.00 8 Stump removal, more than removal and surface restoration 37" In trunk diameter, including root at Citywide locations. 1 $ 550.00 $ 550.00 9 Install St. Augustine Gass top soil, watering, etc., (Floratam) Sqlid Sod including fine sand, at Citywide locations. 1,000 Square Feet $ 0.37 $ 370.00 10 Furnish all labor, material Live Oak trees, (30 gal year warranty. and equipment necessary for installing new , 10-12' clear trunk), including watering, and 1 • 10 160.00 $ 1,600.00 11 t• Furnish all labor, material Royal• palms - Roystonea including watering, and and equipment necessary for installing new elate, (6'-6' grey wood), field grown In clay, 1 year warranty. 10 $ 289.00 $ 2,890 00 . 12 Furnish all labor, mater installation of fine sand and medians of the public control. als and equipment necessary for the (crush limerock) at eroded areas in the swale right of way and including water for dust 10 Cubic Yards $ 50.00 $ 500.00 13 Furnish WI labor, mater installation of chain link all appurtenances (conOrete als and equipment necessary for the fencing (heavy duty, 6' ht., 6 gauge) including base, poles, etc.) for a secure lot area. 1,000 Linear Feet $ 4.25 $ 4,250.00 14 Contingency AllovvanCe $30,000.00 TOTAL 13113 $ 214, • 076 45 Miles Thomas Vice President - Thomas Maintenance Services Inc. (305) 253-7433 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Nunnber: RFQ 700384,3 (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Solicitation Title: city Lots and Rights of Way Landscaping M-0121 Thomas Maintenance Services Inc. (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately) preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the coorate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding, the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a'minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purjchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid .or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. i FORM -City of Miami Local Office Certlf cation 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Ot'fice Address: 16205 SW 117 AVE UNIT 7, MIAMI, FL 33177 Does Bidder/Proposer coif duct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per calendar week? ✓ YES .�,., NO If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the tease? ✓ YES NO ID_ Has Bidder/Proposer enclosed Business Tax Receipt (BTR) City of Miami and Miami1Dade a copy of the issued by the County? City of Miami: Ei YES ✓ NO — Exempt Cite Exemption: Miami -Dade County: ✓ YES NO —" Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the performance of Bidder/$roposer's business operations? I ✓ 1 YES NO Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. MI Ell HOMAS er Authorized Representative) Signature 2 FORM -City of Miami Local Office Certification 7/22/2013 Date STATE OF FLORIDA COUNTY OF `C y Certified to and subscribed before me this g- day of Juk.0 , 20 1 7 , by Ae°) ViA465: (NOTARY SEAL) (Signatxire ofNotary ublic-State of Florida) Eli7a f)/nji (Name of Notary Typed, Printed, or Stamped) Personally Known OR Produced Identification Type of Identification Produced FORM -City of Miami Local Office Certification ,/22/2013 3)12.\\ &12.S QY 11 Notary Public State of Florida Elizabeth Oliva My Commission FF 236612 Op 0,0 Expires 06/03/2019 3 - * 'Sac. TYPO, OF , o � - 5.'00 +.' '2427..�r 0014, Vf ,. ~^~-' The | ~~ ` ~ ~ t ` _ _ ^ yeas" is made anti atetred`•into as a: een eye nc}(�`e r is 1492'f S YV �•yIIC� r ar e address`> 1. Subject to land upon the terms, provisions, covenants and conditions set forth'iri thi;jLeaa_ and each in consideration of the duties, covenants and obligations of tl e other hereunder, Landlordleases,, demises .and lets to Tent acid Tenant leases, deinises aria lets --from. Landlord those certain premise (the "Pre ises" or "Leased Premises") located at 16205 Sw 117 4.ve Unit ###'tC, monsi4 l~ orri a ; ;3 ' � con "zattng of prok,i ate y� ,QSO r'entable aquarer ' '1'c e �f � sines p cfedndhaded oea es a,> tvl r 1 ..) . a 22 •LU,�R h. of one ( year and expire one (l ye'ar air the Conanie ce a€ent L tern i iate `in ar`coirdance u`vit i� he terms of dies Lease ` Tho 'l; er ±{s aideLIAT.v ance of the CommenceMent Date. t ti3� {iE,r. say.. ' r< -1 n the Commences Brit Date, 7and cont f g eacl'i ei iant shall pay'I.andhsrd pt#17,� ap i abi safes tn th an oust o Vh.56t6r a total amodnt off&4 l e lezit � c:# ` SM. l be made to •L ndierd witfiout at y offset` or deduction wh .tsoever, bra ore the. month, inlawfitl (legal tender for public or private debts) rnoziey ofs of `nea at; the address for Landlord provided above or elsewhere as designated from time to time by Landlord's writtennotice to Tenant. «,. graft 4, "enan shall pro iipt y K aiaclzent, as the same maybe adjusted it e' and c ges crue u .der this .,ease, sat the furies a zd place slated in tease 1f a`I�etrit !1 Y RT itrecely ate, Lan lordshall e tie kn adds o t� 4 { � r iedyr is m be ava labie, to an adz�nxnxstrative fee and late c ge often€ Pelt f )si event a to f payrxtcnt its not•received wsthxn five ( ) c ays r,�<s '` r ! � + 5�Y'r t 2 ✓+. � ..y, � �' �. yea e rafe of p en pef;g04 r p a zum, Sri ' press-Acit e�`o the amo it a kldhc�n late: charges, anti' shall 1%ecome znmediate`ly due and` pa. ke frdiii TenaM to properly licensed and competent perSotmel. Tenant Shaltna do- Or pennit anything to be done in or about the Premises, or bring or keep anything therein, which will in any way increase the rate of any insurance upon tho'Pe6riilsiisor the ,Center.., Tenant shall be reizinilted,40,,obiainitSoWn.1111micipalt. peiniitS.:anctOprOvalS, a copy of Which shall be delivered to Landlord,'prierto Tenant openin00, bshiess at theTrehlises Tenant ',Mali :amply with all laws rules,:regulationsAirditianceS,. ntde001A thelikeaffeCtitikle'PremiseSf-Jattd/Or the:Shopping Center PreiniseS.:tra ,part4he 'Centet") and the laritiness; safety,., occupation and use thereof Tenant Shati 00:.eauseior pep*it inftiy... or -WaStetb, the 'PretniseS ,and/or the Center, or :cause or. permit annisan0.10'.existi and keep the PreiniseS:and the4alicWaYs adjacent to thePtemisesandany 'kcadin4.,!.414tforti'.ancr,seryiee areas used bY;Tenititelean arid free -from' ttbbishan&dirt at all timewl,antirsbalLstore;alltmsh, and, garbage Withi1f the Preinises for the regular pickup of sich-trashandgairbage-atTenana expense. Tenant hall not burn any trash or garbage of any kind in or about;thedretniaes-lor the: Center. Tenant shall be responsible for the actions or inactions of any invitee, agent, employee, cOntractoiint, it eriSee,.. -CuStOther Ot guest of :Tenant and•shall vsnuse.suclies.lo'Cornply with all terms and con itions of this Lease. Upon termination of this Lease, Tenant shaltsurrender to Landlord all keys nd Garage Clickers of the Leased Premises. QUIET.ENJOYMENT 7. Upon payment by Tenant of the rents herein provided, and upon the observance and performance -Of altterinS, pro*isionSveoVenatits and obnditions on Tenanttvpatttobe oks;t1wed and performed, 'Tetranthalli- Si:lb:feet todil Of the terms,proviSions; covenaritstAndvaattiljonVeftnia.Uase, peaceably and quietly hold and enjoy the Premises for the Term.- . 'INSURANCE PREMIUMS - . , 8. If Landlord's insurance premiums exceed the standard premium rates becansedhenattmof i Tenant's operation results in extra hazardous exposure, then Tenant shall, upon receipt of appropriate invoieW,frOni'r.;aidlord,-." reimburse LandlOrd:for such increase tirtpreinitanalt,is unde*ood and agreed between th parties hereto that any such increase in premiums shall be considered as rent due and ilialRieinciticied in any lien for rent • :- — . , ,.. , ;;-: RULES AND' REGULATIONS Tenant a eeS to :comply With -all reasonable rules and oguialjonsLandlord and/or Hometown Business Center II Association may adOpt frOm time.to tiMe-for VPeratiowoftlt9•Center and' parking facilit es and protection and welfare of the Center and Parking facilities of the Center, its tehants;'sViSitorS and oCCapahts:: Ahy future rules-and-regkilatIofts shalthecOnteavart of this Lease, and Tenant ,hereby agrees 'to comply with the same upon 'delivery; of,eeopy thereof to 'Fenant proiddihg the Saite do -not, materially 'deprive tenant iofits,rights'.0stablished'underthiPLease0.4.,,,q:,::. 9i / . • ' -No;VehicleS4hieh cannot On its own poWet shaltremain inthepOking4reafoyinore fhan-'24 1101iSiticEnoi0aiiik)fvehiele'Shall, bemade lit'tliOparkingiartai;NO,repaitavelliele0'.**Y tYPe •ShaifbeCondtictedin;,ther CondOttiininin; *nor, shall in :04.41111g 'of -,yehlel*te,/pOzaittgd Whete in the3ebtdihitniiiitiVea, - including but not limited to, the parking area riO.4peitSonarPrOperty thing to any nrilt oWner shal1beplaced4tahe parking ,opeoRnon property'" • • ' :. 5 ' . 3 byproducts,Sbatpa4olyehlorobiphenols;•flamtriable explosives,,radicaotiVe44t.e*ISAiazardous materials, hazardous wastes, hazardous or toxic substances, or related materials as defined under any Legal Requiremerts, including, without limitation, the following statutes and the replationS proindIgatecIiinder theifauthorityv (a) the Comprehensive :Environmental Respons4Compitisatiorir did LLabThty'Add :1480;iS'aYnended (42. US.Ci gectiOnnstetiOri/ 9601ete$ft);;(b)anegazardous, Materials Transpotation. Act,'' as amended '(49lseOtionf, "section/ 4804:1,-1-evsecp)Ne)i the keio-nred-tbriSery ,tiOn andRecov of T976; aS Amended (42--114e4seetiont tsectionk690,15et seq.); and (d) the Water Pollution and Control Act, as amended--(33.U.S:C: ,C511:7-et'seq:p.,,t; UTILITIES - Ft. ' - - Tenant thalllie 'responSible. for Obtaining atid, payment !of its, own. ,electrierphonei,:,wat0-0 • seiVer; iraShiiitia ek- Security; pest ,Ontfol. and,Cleaning•:.servicei.,-Ily.AattlieVie- TeSPottsittility; of ctiiiiPatii**00 leahle.:ilehant Shill take all neCesgaryletiOns'tnenreithattO,'Itet$0.40'010iii4 ttliOtk!.to, pay fort: all'AiiirildOs. with1.tiliect to .the.:1;ifttnises .Whetii4do,,.rii; tancitordori40titiaty iffe'''Prettile ..'di,i.b.t1Wr': portion of the--.Ceriter' 'aS .& resort '-- of Tenant's - failure to pay .fatte*Ciiiiityii' telephone or other -dhargeS. -NOtWithStaiitlirig. ' the ,foregoing, • Tenant - aclOtO*1004,. ,;:th‘lif:eerOin: iltiTitikt e'..,'. eleetricityl, servieing-the-Preinise§ are nOt-separateli-rnetPtr.0.40.010 jPrbttlis*.4iotkr 4fleleOnt;t140114iidliii# shall such payment .nsctf.P-enant'sha-lictei*burs.elLandlorti .*.itsitinOto ) days frOtirtardlorede6Wring an iiivoide-to Tenant-for"steltainotint tenantillibeiled. to. •aiii'rene:45.ifer4ent,--.411scOlitifi, rebate, .,Offset; .'redtiOtibli.:'bt,00110eir$W6i1j00tit'antitOrd:i..61t,f4ny,, rea'sOtirolited tP,aii itttdraiytiotiltiadlayiti-:titt1ity7.:gthNioi*aiertorv0.0 ,ior Itelgoo ioltbotOlitkot 'qiianity ofany geiwideiIt willvalki be Tenant's itsporisibitity (and not ; titidloitN900.*:; 440iscir • , , . , .. . . replaCearlySuClittility otterviceg-w 1-11.: u - anydam ge. . . i . TENANT IMPROVEMENTS "AlIfoOdhOldiinprovettierits•:(as,.cliaitioWid fiebtilitra&tiotirevandioparp**t#.1!*:" tbb;l*ettil04,itanylitile;'41fiether by Pr'ek behalf Of Tenant or tver- Otifb'enOotti4E0r.(i,i. b'&I!otnoi/i'idrIrCiiii the Premiss anylittie, unless,siatii. terovoliiJt.04s0gtO *in*. -'. - .-: LindlOrd-'ind:'.k tke 6c0frailontifthis Lease (ether on thi'TermiiiaftoiV, :4-teipp.i:4, , teiMintitiOn4is Pro4dediiif this Lease), all giich,leaiehdldinipro'veniints,lnill:b*d00Wtik ::0of th Premises, and tif16:.th6fetti :gbalt5 Vest solely in LiiiiildrdiiicvithourMnientoPaiiy4natuWfOiT.4*W Ail 0ide•Iiiiiiiii§,anWASparatt* ovFne4 aridfinAil:iedlifine'Prthn14$;sWlit6triaiif tif‘.prop&tkof. TeriantAtict Oat ,15*-4,200110*iii*ti11101 including upon thelexpltation of the Term; provided Tenant. shall not at sgeltthit6.6040444, .._, ,, Y terms or covenant of this Lease, and provided further; that Tenant shall repair any damage tO the ?rein:4es caused by theteradvalPf'SaidAtade fixture's, arid apparatus ant shall to s**40.11S,t1*aft*titiditiOn.ekiated prior toftheciristallatioh,prsaidAradeftfOteS4-44pPaPa*-h;4:,. Ilwtik.4.1g,Of*SOionbyTeriarit(br any .pertnittedlaAgrieoetiOteilanvOf ot4any liOtiOn.-Oftl* Prdniii§e.fOr the ,conduct Ofbiiiiness.MIT be-cleetaecreotieltitivelevidendelhanienant has.!.fdhrid";the,-,PrieMilat'aild'"all of their thtures an chargeagit Tenant by ':13andIOrii=for 'aervitei•Or for Work done'ori the;Pteraties-liy.i.order ,of Tenanti,-.04:... -..: ,:: ::: accruing under thiS-Lease, shall be considered as rent due and shall be included in any lien for rent. Landlord ha,Onatleqiti yOre$6ritationa, of4arrantiestdgaiding-tiWoOndition0 ftbeRreiniaes or the Center, Tenant hereby leases the Premises in its as -is condition All improvements to ?remises,. itiOlidink:initillOi ••' piOVeniiiitg,,othaWreitliga LandlPhrS' advanee,writtOPeortseritvljc - ,Ortried, y 00700"iiit aC''O'';,:in!tb.4''Stdte:.fotxFif6.tkfa;.*,iif:aCV&fdattcewiW'gpptto*leta4,0ino - ... . .. , , 1 2Viitii"ae,- aii8:_a.i,,t!k4;ti::'iie5Ote.tI:a.tti7,§.kiikk,;e0$t:,.-"'-',It'"iei-t. . , . . . 5 thelioint if whielOhey: are :stubbed -to the Prethises), wiring (includingthat Wall&OrfeeilingsK,, or under *yelling:or floor Covering, or rn orunder the Slab)7,,Inne eVent5ahatKIhdkird 1*-teOPttd4le. for repair or of or Under; the floor; slab or floor oevering:4n,flit4 Prekni'S'es,;,untess334geh, repair or replacement is necessary as a result of a Castialty-TenalltsitakinaitOin allliteatlfigOghlag' as required by law,! including incurring any costs for fire inspections for the Premises. (B) StOrefront Repairs. All storefront repairs, including glass and doors, door frames, locks, lifts, opener S and hardware; • Wdok,V RepairS. Alt,repairs to windows sashesvfratheMOoks4cand hardivare),; and 411-1Poiffant!§1signse(incliidirig ;teplacentent ofaigns • •• • •••=.: ••••Y . . • (D) Maititenance4Repair:- All -the Maintenance; repair andreplaceMenttofilh011ekting ventilating-and'air cdtaitioning.;systen ("HVAC SySterri") located itt ad PreniiieOtieltditig'inainteriance',ofalt fiknires, :equipinent; dtiotSonaOlittierMnaChinery eointrols; appliance and utility. lines as are used for, in COTItIOCtiotiWithorwhichlare pattof the -eke** plumbing, heating, air conditioning, ventilation or other mechanical systems in and exclusive to the Premises shall be he responsibility Oftendint. _ Tenant shall,within thirty (30) days after the Effective Pate of this Lease, enter into and provide Landlord a copy of, and thereafter tnki.:,/t44a thixd p9rty preVentatie niaiii*iatke'eOft'aa on the :RV At'‘Stleili Pre400SYd61i oiftract shall provide for periothc mante1inoe i.:itadbdr.atee' maactires sIecificatons In OlePe1:1t,t01134t. ikils:f4 044614 the Ri Syse"a44ikd herein, tan4orci; .4t•sitS-4tion, may arrange for a preventative niidni0*,q0P91#4q for VC HOWEVER, Landlord has 10±74 Tent ofhistittAkgftei*rio.#2,t4i4,4ii withMermain,terianee requires fortli herein and: Tenant h* *440, 40.,,.'*0•909.0P*9:,f1 Within** aci,),Oys :after reeeipt.hY T4lani.PfitAnciloicr:inOP:0;;A:40:ei*kibk:04-o§oti preventative aV,Ac system,Tiipiriti4i;ice, shall be billed dlieetliitO Tinakil'arOgialthe'faig".-0* teni(JAV,days- after receipt of an invoice therefor. • ob.ligarttP11.11creunder shall; include:Mg.fellowing: • ,• • . • . _ (A) Exterior Repairs. LaridlOrd shall keep in good 0r4er,,,condttton,:an ap,,.ihe;roOf; foundations and exterior walls of the Premises, upon receipt of Written nOtifroatiori oni' 'tenant specifying the need for repairs. INDEMNIFICATION Tenant.fg. er gees.hat Terlaatwill Parall liens:of oontractorsoybcontracto,rs,pecbanics iabprers,onarialtnen, . and, other lteina, character,, and will indien*--; eVenses.cpsts, and.charges, including bond premiums for release .of.,011b5.and att6rny fde Rd costs reasonably incurred in andat±914..he, defense of any suit indiS4,404*1414;kiihiA04.ibt part thereof from any liens, judgirients, or eneuinbrances Caused'or Suffered* tenartari th event any such lien shall be made or filed, Tenant .shallboncl, against or dischargethe same within ten (10) • days after the same has been made or filed.'"IiIs understood and agreed between the parties • hereto that,,Me4expenses; posts ,and charges, ab,ove :referred to shall be consideregi as. rentdueiandt. Shall be qc1ued ip any he. for rent. • . • . •,.. ,.....: 37P-11424 -)),9 F41- 411#11, 11,904aY9 '-g4-th90 create any 11,0,,r1,., 0,e410§,t . 1,Ancitgrd!$,,in'terig ingthOi"Pn* *-.W1,1Nr491i$ ,P-;it340f-.1*Y441:: 1:6 '' ' 6 s reiribval of any Saclities or other improvements or or the erection, 'irstallaioxi, 'ate • 7 ."*.it*190 64-Or ratiolc-‘6140'.. the 'Mortgagee unc er any such Mortgage and/or' lessor; under any SitelAI#ourithleaSe4 it be the P% rcl r; aS its Landlord, said attorrin lent to'be effeetive 4nd sel =bperatize WithettitheleiWutiOtrot any further initruments' work the Purchaser succeeding to 'the iiter`est of bantilOOlviaor4kfoteasa, T h'e reapecttve Frights anti obligations of Tenant the Purchaser trpota t a'tt ent;< tl eittetit of the then remaining balance of the Term of this Lease and any such extensions and rentwal shall{` be and are the same as those set forth herein. In the event of such transfer of Landlord's interests, Landlord shall be released and relieved frd n. all_:liability, and responsibility thereafter.accruing to Tenant under this Lease or otherwise and Landlord's successor by acceptance of rent from Tenant hei'eutider shall begortie"liable and responsible to Tetrantin respect i'n 6114bltgatioxts atilt. Landlord, under this' Lease: ASSIGNMENT NT AND -SUBLETTING, 9. 'Without the written' consent of Landlord firstabtaineel in eaehease, Tett tsilall rrotsublease,: assign, transfer; ledge,; : or' otherwise eticuniber ordispese, of thiag;ease .or tri dei let the', Premises or any part thereof or permit the Premisesto be occupied by other persons. Any atternpted assignment or subl ase shall be void:and.shall bedeemed a delaA.ttof this Lease. Any transfer of the equity interest in Tnant shall be deemed an assignment and subject to this Section 19. SUCCESSORS AND ASSIGNS 20: All terms;,. rovisions covenants and Oondktions to be observed and. perfOrraed-by T naOs taW be'applrcable to' and brndn g `upoti Tenant's respecetive heirs administrator's, executors, si kcessaor&Yand assigns, subject, however, to the restrictions as to assignment or subletting by Tenant as provided; herein. All expressed covenants of this Lease shall be deemed to be covenants running with the land. HOLD-RAIRvILESS SOP LANDLORD 27'. , .In conside ation of said Premises being to Terzaixt for Al e 'rent,.:. er t gree.% that Tena at all itiies, shall indemnify and keep Latidltird :l trantess-° fr a f rl6Jios , � liabilities azid ea' k nse's w'nieh may ;arise or be elairned]'against Y Landlord a'rid:Abe in favor i per$Oti s or`cOrperations, eonsequent upon or arisinwrioni thei uses df 000upat y by Tenant, or consequent upon or''aLsing from any acts, omissions hnegietVor.fa'rtltof 1 agents, servants, errployees, licensees, visitors, customers, patrons or invitees; or consegaent:upon or ac ing fi•Qrrr `Tenant's failure to coinpl~y with ,any laws, statutest, 'e idrnanoes, odder oftegtilations. as herein pro` rded thatTandlord sha11 riot be habi'e to Tenant for�any m g 51bsses= or lttturie .the personsFor° property afrTeiiant which iii.0 bey -caused` by`the acts; :neglect; oitiWili- ar Mt f*iy' persons, firm or.ec rporatrons exdept when such injury, loss or damage.resttlts: OSvilegligenoe osf Landlord, his -a ents:or' •employees; ands'that Tenant' will rndennaify :andxkeep tar less'Lapolordti. fr'r n(all oarriages, liab: ldtres, 'losses; injuries, or expenses, w.hieh na, arose o AieV e.lairned agars: I arcdlc%r'd'nd bel favor of-ari)tpersons; fir,rns-or eon oratrortsr`for-any,inl s th .cfaociooxylliel person or property of any persons, firms or corporations, where said injuries* iarrfages arose€about or upon said Premises as a result of the negligence of Tenant,. his agents, employees, servants, licensees, visitors, customers, patrons, and inViteei411personal property placed or moved into the Premises or Center shall be at the risk of Tenant or the owner thereof, and Landlord shall not be'liable r renarn'for any d triage to said personal property .-Tenant<shall=marntai • at all ilfrildstii4g4he Torni an rrist. rtce poh4y` or poh ies in an amount or amoi hts sufficient; in Lar dl i'c ".s'opi n,xltt rffde•n'rh Landlord or pay f an dlord's dar iages; if any,-resum any acrtaner°sset�fo>r .ipthis at Tenaes sole expense,iobtinand keepiniforceduring,theTernt and anyeXtetiSiori-'or i•eiteWat :hered:''..(iyfire .and eXteridedcoverage litigurance with4Vandalisni and inalidons tractile4 endiorsehienta ;and -a sprinkler. 'leakage thdorsetrient, (whete apPlidablepon•all of ita ,Perskitial.PrOPO . . ,itteludingtentoVabletrade. fixtureS,A0Cated in th.eRretnisesvandOnallleaselkid improvements and any future additions and improvements made by Tenant; (ii) compreba4ve commercial general liability insurance; including contractual liability coverage, insuring Landlord (as an additional insured) and Tenant against. any liabilb arising out of the ownership, use, occupancy or maintenance of the Premises and all areas appurtenant thereto; (iii) Worker's compensation itiatitaticelnntirihntut Etna M defined bythe law ofthelurisdiction in whicitthePrernises iS located. 1:)) (0,-theSaineinay- eamendedfrOin 'dine totimeN and(iv).1tentaltab,atement insuiance covetageina cominerdially<tia§ nalgeatriontit. . ' ' ' ' ' ' .. . ,• •... • . ' . ,. :- .. - ..,:..- .„... . - . , • . - , ... . • , • ••.: .. . ,. . Said insurance shall be vitt. insuranee'.companiea',apprOved by aridlord.,. Such companleal,•aliali be. reaporigible4nsutance, 'carriers ',authiz)rizedr'tolsatie the relevant insurance; aiitheri2ed'io '.do btiSitieS§ ' in . Florida and . at :least- A -rated in , the 'most'. currentedition of cBESTS ' '..tritiiNCE Reperia. Oonipteliansive cOrnmercialgentral liability insurattee; includingiconttaetual fiahilitr•CCVerage,lahall 'haVe Mitilinitin limits! of$100,000.00 ,fdrany los§ of OrdarnagetO property from any one accident, and $100,000.00 for death of or injuryto any one p•etsOttlOtn*r.one accident, all per Occurrence, and a $50,000.00 annual aggregate. Fire and extended coverage insurance with vandalism and malicious mischief endottements and a sprinkler 12akage endorsement shall have limits* less than the repla.cement cost of all property (personal or otherwise),.and capital ProVeinentain the-premises:the limits of said insurance 'shall" not, hoWever,Aimitthe liability.s.of the Tenant hereunder. The policies cannot contain provisions which deny coverage because4he4iosa is due to the. fault 41 Landlord or Tenant. If Tenant shall fail to procure and maintain said insurance, Landrd May,' buffshallmot be required to, prOctire and maintain sarne, buret theckpense Often:ant. Tenant shall deliver to Landlord, prior to occupancy of the Premises, copies of policies of liabi*. insurance required; herein, or certificates evidencing the existence and amounts of such insurance, With-1CM, payable clauses satisfactory to Landlord. No policy, Shall •b.e:Caricelable. orabject to reduction of coverage except after thirty (30) days prior written notitetOtandlOrd,1401.*Ihatandiiig anything herein to the contrary, Landlord shall have the right to review the Tenants irtaiwanee once eVerr year att-&.to .0qtiire inafittki altdiitInsutate . coverage to•COver: the of inflation and to inelticleor'Clitrilriate certain Provisions inthe"Tetiantta insurance pOlicy*Itieh4eflecrthe.ilett etittent'induatryatatIdarcia for this type of insurance Coverage. — - , ' - .• .•: .- , • . , '... • - • .', • • .. ,, .. .•.., • .,, , .„ ... „ (C) A certificate of such policy or policies` shall •be•deliveredto Landlord on oryhefete the Commencement Date. EMINENT DOMAIN 25. If there shall be taken during the Term any part the, Premises; parkingt4cilitiesor Center; other than a part not interfering with maintenance, operations, or use of the Center, Landlord may elect to terthinate this :LeaseertO continue same in• effect. • If LandlOrdeliets to centinue the Lease, the rent ahalrbereduced in proportion to the area of the Freinisea,So 'taken and Landlord,cahatopairr any '-daitia.get6 the Premises, - resulting from such taking. If any part Of the ;Prentises1§,tti‘tilly condemnation ar*nktfientlYomain which renders the"PreMisesiunsultablerfOritsdritended,use,Ake tenant may eleet,tei'terinihhte this Lease, Or if any part of thvPretniseaa so taken lihich;:doesgidt, tendeftreWeiniSeaqinstiitablefer its intetided use, this teaseshaltcontinUeintelifeePand:itherental shall be reduced in proportion to the area of the Premises so taken andai*dr4rdi.g114A15,4iVOY datnage to the Premises resulting from such taking. If all of the Premises is taken hy:condeintiatiOn or Eminent Domain, this Lease shall terminate on the date of the taking. All sums avvarded (or agreed •11 (F) .Tenant shall be adjudicated bankrupt or`in.solveiat or- take4helberiefit of any federal reorganization 'or cbinpositi'on proceeding; make: an assigrirnent fox the benefit of creditors, or take'- the benefit of an in$olvency law; (G) A trustee in bankruptcy or a receiver shall 'be appointed Orelected- or had for Tenant or any Guarantor of this Lease, whether under federal or state laws; law; Tenant's interest under this Leaseshall be sold::under any • X:eeutiori-orproeessof (1) The Premises shall be abandoned or deserted or Tenant shall fail to continuously operate -the Premisesf (3) Tenant shall fail to maintain current, duly issued occupational licenses, or any other permit orr license required by an applicable -legal. authority 'for its operations at the Premises;. (1) Tenant shall fail to meet the insurance-requirerrfentsW -this Lease' .and= prcivide Certificates of Insurance (and policies if requested) evidencing such compliance; (3) Promptly comply 'with ' all property/building association:. regraulations -.;laws; ordinances, rules and regulations,of governmental and quasi-governetital, aut'horitiesqineludg zoning laws and building codes) and insurance underwriters or any other organization(s) exercising sizrixlar. fti ictians affeeting the Preemises, (K.) Pay before delinquency any 'and all liens; as well -as any and a-Fl taxes ,assessments arid -public- charges levied, 'assessed' or -imposed upon ' enarit's business.: :and, upbny alafixtures furnishings, equips lent or other personal property in the Premises; or (,) Comply with>all custoniary'and reasonablerregul loaestablished* LaridZord frohl time to time, provided that said regulations shall be similar to regulations •�usxordatily.aii paced owners of property's similar to the Center. . "(M) -Tenant shall fail to comply With any a id regulations of thei=loinetown sa ess Centeril Assoeiati}on 28. In the event of the occurrence of an Event of Default by Tenant, Landlord, at Landlord's Optton, may elect tb do one or'more'of the following' (A) A eel -date all of the retaining Rent for the Terns, itt which eVerit4lt Rent: s, all become immediate y due and payable; (B) 'Shall -the Event of Default occur within the 'last three=(3)months of the Term, the Tenant -shall be -responsible for fourt(4) inoriths of Rent whioh"shallbeeonie ritiinediately, thWaiid payable.;. (B) Terminate this Lease as provided by this Section and re=enter itheAPrem-iseijand remove al.l persons and property from the. Premises, either by summary proceedings or by any other su e action or proceeding i t la*, or otherwise, or 13 Rent bY which anyPayment exceeds, the-netlamount,, if an, y, of-therentsj6r,siycbVi�,riod.,c�o4oed-,*on, Landlord' recover' immediately from Tenant,, hit -Iaoc _value of __'_ `_.'--p-_--_-__------_-____-__.^-_~~^-~~~°~ balance of the Term. In deter -mining such net rental value of the Premises, the rent realized by any cost of all such alterations andfd�,-dtcorationg shall be -paid byTenanvto :LandJWfd,,as'J Goal 31 Landlord Ohall have, recelve�,dnd'eaJoy as,, Landlords soli!,..Ond absolute property, any and all stuns -collected by Landlord as rent or otherwise upon reletting the Premises after Landlord shall . ' --/`,''.-__~-~�_~ 3-2 otthe monies ?to 31"' ` � ' - ' �� in place and.use all of the furniture, fixtures, and equipment in the Premises, including that wh-few.-.,49 owned- by -or leased to Tenant� and (b),to remove all or any part of Tenantls:PrQp I erty frorn#iePrem, fses 15 and constitutes a security agreement within the meaning of the Uniform Commercial Code. Landlord, in'=additron to the riihtsprescribedxin this Lease,-hall°have°a Secu t Jnterest;'as that terMii&defnett1 under this status 'Tnrfi nn Comiihe9rczal Code, kite.: items'irefe d4d to i s ✓c` izik e ssctxrecthe payment tb tLand1Ord Hof the yvartous*l unts provide< or'in this °Lease' enaz t agreisa t $a a ; s, e eciltetand delive .toal:artdlord such fina0 may, froni tifrie t o time consideetiecessary to create, perfect, and preserve'ther 1x ,n eacrlbed attdr all.. additionalt4ubstitu1 ns teplacemehits, and• accessions thereto, aid a11. oceeds oflts or thelrrsale or.= the disposition (u4dee`the 'iffrmnc,Cozrm nerceal; Code, otherastattttory prOm.14 'ts, .ors er ise):-- Landlord, at the a Zpense of Tenant, may cause such financing statements and assurances to be recorded and re -recorded, filed.°and;re ±ilea and re .ew,edr:&:04%4: at suck -times and places-: as may be required.or permitted by law to create, perfect, and preserve such items. In the .event Tenant fails top amptly°'eiectite and return to Landitrd such financing statettients andxothexiinstt tments as La tdlotid> t'ay require to create; preser-'ve, and perfe'et.its lti tt, Tena4tOtalt10eloes hereby di ge+ Ilikliort io act°' as .'enantss agent ant attot ey in,`fect foi'the -sole-aWiniited.popese pf ex t such t naxtdtttg scat$ rents and'other ttistruntents and' anyasuclrexecuf Qt�rby 4441$rd p rsuom is Lease hay b see carve and biridtng"upon qeriatit;as though exec ed otigiiall ,Mhy Tez i su01 d'esagnatitt i being 4 lidwet coupled with ant interest Whichgrvesy l pa'weer aM authont to xeente anti d tfverathe-des3 nated.doeunientation cin behalf,of.Landlordand*»eh.ts. a at nat`r due**.tit to Landlord toi eni irliito this, aLeaseN Tenant''sl ctes gnatian'of La 2 lordr ast age itcatxd,° attorne hereon°der s1 al1 ribt be subject to revocationn nt ttissLease1is tei nnated ?:.. f :? " ,` WAIVER OFrDE1 AULT .-' 3'8 ' ' Farknre;of ,andlord to declare any default it inediately urrekicl thereof,=ar 4el< takingianyactiinf t`t connection therewith, -shall not'waive suchr efaii1ordYf hallv`l n 1t"to�dseclareah sudh Waif:to timo and takes such action as^rgtt�e laul�atthert h- �eunder, in `1a iatid/or in••'e4tri N'o waive by Landlord of a::defa TenanVsha1 be }e aikt no *press' ver'by 1andlo`rd shall- affect any::default other thattithe fault1 s'p wa"ivei4ncl i=ltat on y IN' IN tinte and=extension therein stated No waiver] of arty term; provision condittb a ar xcovenartt `af deeinee to • uxi$y otf constitute yaa further warverby Landlord of a :;i hei e' ca runt of the Lase =In addition to zany n 1tts anll' remedies • p;•a dtlor l halP be, entitled to aflf rights: sand reirtediek:a aS:lable atl atli ne'ofei eeutiorr or of enforeerrternt!bf this,Lease;:izt the events is' ofwt ie `ter n,?provilsrons, eo onants or>eonditions of this Lease; enTe < faits toy pa. ,Itent; • or -any other sum dne Landlord:whn drue All granted t4:Larcdlord herein, by slaw and rnegUity shall betutrailat R161 T GPENT1 Y. 39. Landlord; c r-ariy of its agents; shall have the right:to enterthe Premises during6_ali reasonable hours Ito aggiliirielitie same repairs; additionsf or a'ltetatit s=gas ina C.be. dee ed necessary for the snfety,cornfort, ar preservation thereof, Of to he Center; or tone rbit the Premises; td prospoetive purchasers, lenciem ortenaiits at anytime-. •La-niflordsk all'VraicUorraiie ri notice rand greestp rise its efforts not matenallyinterfere with Itailr`b rneigt4P.eratrons'( in The event Oran4e i ergency, in vvh eh`case prior notice is}not -neeessa } Sa1 A toff lrkew se extstf r the p'tirpese ditreitr vrng°pla0ar`d�s� szgns;':fiixtures �-_a tt ns; ar aka r >t�ari>r�x�o'tkkis Lease: � . , .. - � � : � r, • NOTICE: 17 No receipt of money by Landlord from Tenant after terntinatic6 of tizis,Lease:og tkt *4.ee= of any notice of commencement of any suit or final judgment for possession shall reinstate, .continue or extend the Term:. or affect any suOhilOileeAleniand,:.Suitkkjiidginent, unless specifically agreed to in writing by Landlord and Tenant. No actor-thing done by Landlord or its agents during the Teim l all bedeti edF.ariaaceeptanc of a surrender of tl e Premises, and no agreement tO accept a surrender of the Prenmisesslaali4e valid unless ittl a rzaade tix writiirg and subscribed -by a duly authorized off'iceror agentofLandtOtdiv•i, OCCUPANCY TAX 43. • Tenant sh ll be responsible for aril s'l allpay be£are delinquency. all municipal, county or state taxes assesse during the Term of this Lease against any occupancy interest or personal property of atiStleitiCAned by..'br placed in, upon- orrabout -the Ptemises ;by Teiiatit. • :..SIGNS.. 44 Landlord hall have the•right=tu.- nstall.signs on the itftriot:01.,eidettor of:the C nter and Premises and/or change;the-Center's name or street ad°dress.'Tenant ;sha.'llt f.rst'obtaln ',Landlord's w eittdii eonsent'berore installing any "sigrrage or any advertising° atter of ar•ty Coiw t < &e1v s v'tgibl'c to the put ie, :•which' tile; be withheld in Landlord's sole aztd ai solute ata fibl i i t e'onmpiyWit altLegal Requirements: TRIAL BY' AIRY 45. LANDLORD AND TENANT WAIVE TRIAL BY JURY IN ANY ACTION, PROCEEDING OR COUNTERCLAIM*, U€ ET BY EITRER OF T}J1 M.AGAINST R ON AN MATTERS ARISING .:OUT OF OR IN ANY WAY CO] LAT'IONSII:I'IP 3F. L ` L;-OfiID WN T1> :1 ' '.k OF' JGPREMJSES Tenantyl rt t agr awn r' cualirter lai i or ' eoiriatei�ctakkios, except eomp l proceeding or in +ny action based upon nonpaymentaf ruts -fin; Tenanthereunder. Upon Landlord's request, Tenant shall participatein med, between Landlord and Tenant; the _cost odiiatcii ii be borne ecp alltiy` Tenant. 46 Tenant Gc venants-'and agrees to deliver up andsiirrenclerto the•T,andlt rd 1pisssessi'on f'the Prenrtses upon' the eViration or earlier terminati n of this Lea's; as hereiris*Vided in,Aas good co idttion asp on the Commencement Date; 'includi'rig, but. not 1iiiiited ta, the"rlemo 'a1 of ',enantts exl`erior siigniage'ai d repair of the sign facia at Tenant's sole cosVorlOonpra :ed ld it g the•.Fe y. de tiTuetio%i by -east alty and'reasonable wear and tear excepted 'leant stall nothold o4ril yot d. the end of the Term for failure of Landlord to give notice to vacate, any such no de ei itg *at edfby Tenant. In the event Tenant, notwithstanding, shall hold over after the expiration ar -earlier termination of this Lease, it shall constitutea: tenanoy from month to month governed'by the terms hereof, except monthly Rent shall be an amount equal to 200% of the sure: of the monthly instalment 1 nt ` aya'lil&Jd} to g+: the fast calendar n onth ptiecedin,g, such p% i or **AO ii Tet a tt ty4l15i etie es payabblewider:thetegis ofithia ; se;�p ed f adti` i t g _19 arising from any such claim (including, without 'l'irmtation, the ;cost of .attorney fees in connection therewith), except as. follows: Not'itl statidi zg theabove,' .the Broker's listed above if any; shall not {be entitled 'Etottheir brooerage'cofimr sioxts'or finder's fee until the Coti:irneneeinenl''IIate ha beei1 yes"ta* is * butte; Tenant obtaining the necessary approval from Professional Management & Assooi'ttoi Services asf<< described in paragraph 61. FORCE MAJEURE 53.. Landlord shall not be required to. perforn ; any terra, coz ditioi , .or C.Overiant this t o fso, for gas WOW performance is delayed or prevented by force majure, wl is x sli ilme °acts o od la r ispu es ( nether lavvfu'l; or not); material or labor shortages', restrictions b`y ariy,gov"enmental civil tier s. floods. aid any'other cause not reasonably within theiceifitreiro'fLandlord Y cii byathe exercise Of' dilediligence Landlord= is unable; wholly or iri part, to prevent o ov :.) money shah not bedeerned force majeure STATUTORY RADON GAS NOTICE 54. Radon Gas: Radon is a naturally occurring radioactive gas that when it has accumulat d in a building in sufficient quantity, may present health risks to persons who are exposed to it over time. Levels of Radon that exceed Federal-and;State •guiielines.have: been found in buildings in Florida. Additionalinformation regarding Radon and Radon testing may be obtained from your County Public we-J� f.. 3.- ,•... - Ufa alth` nit. 55. No waiver by Landlord of any..breaob; by Tenant of any. teams or condition of this Leasee, and no failure by Landlord to exercise any right or remedy in respect of any such breach, shall constitute a waiver~'or relinquishmentifor°the future, or bar any eight:or remedy of Landlord. in respeet of ar other`hfeac . of�st cki,ter n okeondition�'or an breac ilofany'other':tenrar1.or. o ap ofd L pa rherif by Tenn itot receipt�of payment• by :Landlord of an ado ?int rles � xe�ti irxi due` n lord tirade this. Lease shaltt-be construed4s,anything'otlt r t e a part sP e ti sj s a then .due arid' o\ ing. No of do'r�sem ent or statement one any check or: letter o of i of of accompanying document'. shall be deemed to ;'be an accord -,or satisfacti .or,,o ,er ,fc settlement; Landlord may accept any such payment without prejudice to its rights to recover the balance'of scums due and owing sunder this°Lease or to pursue arty• others temedyVerinute inder.tl this Haase. 56 ° All obligations of Tenant which are or maybe intended by::their• naturetotbe per.foi;rned *idiot coiriplied wiiTYiha eik`th& expiration or earlier term inati'on ofthis'Leaseshall'airiiime3Sucliexplrat on 0i termination Express provisions in this Lease which require or permit survival in,specific instances, F N ar s roi:speeffieaobiligi ioiis; shalt 4lot be•deemed:a4imitationt up`ori-t -te:;gen, l r.o isrsurvival 21 'tOtiant Services cif t1 approved•by•Profe Effectwve•Date TIC as detailed: in Exhi obtain fauch, appro re wre** for :men ( daysr'. this Lease ;and the Landlord :from.; utpc eril* .ease;: BUILDING MAMA:GEIvIENT.APpRoVAL,.�_, {::,�h�' - : t aftiOst4410ii.apprt a a=T e �Ma tes zonal Management & AssociatesServices no lafier t Wert (15) d (Tenants fl • 'tl tleliver.any•doeuznents •required by•the 0nanag+e t "D", in order to complete the approval process:a hak dt ge e o t to dal, colt rOila g person. appearances if red �a 11:itiiitii.e. a part ofth s Lease: If Te t s nE e Landlord sha1t have the right, at its sole and absolute disc tzo, enant shall be..refunded the Security Deposit, thereby roleasig:: er obii ations.;under this Lease. No..twit d i:re�aaasn �n f 2°'.and effect. LANTDLORD:°S EXCULPATION 62. yt1 ' 6 lthe+eor traty eotavoid F in this Lease notwitbst i I gg4** ts: suceesaors'.and.ass wit11 respect to the Lease, lrenxlges :Lark is:s this.Leas6to :I e 65. Tenanst.co ekcP.: sue;.. gas., shall da- ,r corporate, company, pattnersl p or b ; ' Or manse of any: of the terms, covenants, co kook solely to the equity of Landlord, its's nter for the Satisfa6tiOi.Of each and every retie* sors and assOli• and asSl:g1#;;-'4fil0 of the terms, covena ; o. rnied by Landlord. RECORDING.` oh•s d.ovwsons o aseand not to irecoxd:amny.suaply oz, RSONAL G.UARAITY s s,ubleot to, and conditioned upaa, the delivery. to 1.a zd d des) from MarYA Thoipas & 1 f P a mteexng . : Tenant's : ce wig tlie'terrxialls and ofcondtheitions lieir�eof wh she marked Exhibit "BB" COVENANT OF T NT r$nants and agrees that it•will perforni:all agxeemep•ts k ereine Ares; it wilal.;prompt1y, upon receipt of tit of Rent for :which no notice is :0) day , Landlord shallhave the ri to Team (or without notice in ch may .otherwise be.inposed or o rsion in t lease"? r kn comwet b rsed by Tenant within ten.(10).G 23 .. ; r +h:., .✓� f v. tee-.. iS made mode Wd mto by i p etg; a y ; 'f zcia1.• /or ownership. mterest.tn'Tena at n•ov b� aon �}�..,� QQom�,,,,,, ._ L °rem .GRitl1}ti 1:. 1 aC1(nOW4 d 1 "rF0 S C ixwavo3e e u�toT P9X67SA wad des foz� payzxaezz de l i debt, notj.ce of & ttc n ti ee 1 tM- .1 s' " - x ice off 16ce`eattO6:1:114)0 %#re ce,;tr a ,�. .• ,kt Fy=si' r k"�.,: ik,�A. r�nn`i'_':s:1�.v ..t. asiLT.f .. ss „_'y'_£s .. %r ,c,.a.'.is� '1`x'?.'. ustral-; g 5 11.1 Ogler. . p • eCOES fl 4i 25 EXHIBIT "C" CONFIRMATION OF COMMENCEMENT DATE AoREEMEJ Th s Ccinftrmation of Commencement Pate. Agreement (this "Agreenient" )e:}s naadeeand-aid intt as o ' thzs 301day of November, 2016, by and between Seinofe Florid !nc., 01604 ;tda coz .ration:( u d Land#r��rd' ), and omas.Mahtiettange Servirce, (the "Tenant"). W'I'NESSETH: Landlord and Tenant have previously entered into a -certain lease- :,agreement dated 07/14/201-5 (the "Lease"), covering :certain ;prerrdses located at 16205 Sw 117 Ave liar #7C, Mtann, `1or 33106 as, tore cularly described .hi the Le - "Premises").. REFORE, in connection with the foregoing, the parties hereto mutually agee as lia:purpose• of •confirming the estab•li•shment of -the •Commenceniex t> • eetnent4 ent date, as: aired by the provisions of ttie Lease, Landlord,a -. a. The date of 11/30/2016 is hereby established. as :the "Co referred to o the I. ease, upon which Rent and all other items of payment cermen e Com neneing.on 11/30/2Q1.6 and continu ory. ti o pay Landlo;:rd the Rent and all ot1 err items &payz entaa*co The date of 1.1/30/2017, is: hereby establisk as. t Ag merit. and each and all prov isians hezeof shall 44,!;0 y rei e, the -par ies hereto and their zespeative`l� snccesee . T SS WHEREOF, tlze;-parties bereto.:11.01 alzemitect' t vrien able. • 27. 2017 FLORIDA PROFIT CQRPORATIC SNNUAL REPORT DOCUMENT# 694961 Entity Name: THOMAS MAINTENANCE SERVICES, INC. Current Principal Place of Business: 16205 SW 117 AVE UNIT 7 MIAMI, FL 33170 Current Mailing Address: PO BOX 16-1068 MIAMI, FL 33116 FEI Number 59-2118932 Name and Address of Current Registered Agent: THOMAS, MARY KPRES 16205 SW 117 AVE UNIT 7 MIAMI, FL 33177 US FILED Mar 20, 2017 Secretary of State CC3610312957 Certificate of Status Desired: Yes The above named entity submits this stati9ment for the purpose of changing its registered office or registered agent, or both, In the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title Narne Address City -State -Zip: P THOMAS, MARY K 9800 SW 125 AVE j MIAMI FL 33186 Title Name Address City -State -Zip: VP THOMAS, MILES 9800 SW 125 AVE MIAMI FL 33186 Date I hereby certify that the Information Indicated on report or supplemental report Is true and accurate and that my electronic signature shall have the sarrelegal effect -as if made under oath; that 1 am en officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears ahove, or on an attachment with all otherlike em4owered. SIGNATURE: MILES THOMAS VP 03/20/2017 Electronic Signature of Signing Officer/Director Detail Date ATTACHMENT A CITY OF MIAMI LIVING WAGE ORDINANCE N A ARTICLE X. - LIVI AGE REQQIREMEWS FOR SERVICE CONTRAC AN'OtITY EMPLOYEES* Footnotes; Note—S :eptiort 5 of Ord. No, 42.757 states that thip article Phan be effective Odtobei, 1, 2006. dilpes,.not‘---- Prior to the adoption Of Ord; NO. 1,2787, Ord No. 12623, § 2,, adopted December g,„. 2004, OepOologi articte:X,, diVIP ohs .4-4, in its entirety, which ,pertained to the aeopornie development financing .diOrity-and derived frm Ord. No, 1202, adopted. May10, 2001. Sao; 14,456, - Ciafirtitpne City.Meanathe;g0 'erfuneritof the City of Meta or any authorized agents, any board, agenoy, commssion, department, or other itYthereof,-.or anysuccessor thereto: . 00)11raelnearite a F contract to provide serviceetolhe,dity Lin:which the total. value Of !,;0013-00t.axcoalds: • • • $40.04.00.10paryear. Cd6kagtor• means I any 'for profit" I •indiVidual; business!' entity, PorPP!*.1.0, partnership, '4004 -*Ora earof#:04. 101.0-,ventorei br:einailar:bdelneseeritity'WhtPh.dleatat*-folloOng.-0-1*-a:- Tile.:04F0acta is pad En whoie orpart fidgl oneorfnoreof the OVe general .44#,:dna..sif:POOtf special ,raven e funds, or any other funds, bight:Ong, I?ot.•notlItgIt44:U -Vad%;-6144004;00.0.31100;. whether ripetitve bid process, requests for proposals, or o0trto I , (2) TiwodgItaptd• to, engaged' tha:fauaingoo of or part Oa contract to , .0000goi, s00000.4io- ogattoni or :49roorysit. propy,othor tp...gotot Intq:a.:00l404%!:-.Arti4 the ol* This, :0011,0atropply spend the majority ot their t1meon covered city q1:1Y100.1 srvioe contracts IfIneWntrOpt is for bots9,04.,anie lata.$o010 portion of addh:IoontroOt This 000tio oho!! notad*WQ00IWK,W,41011:-WPrittli •, r•thoioatepr:10, goods. : 'oddsJato441nottit.):ae.dtidn 18-73 of the Cfty Code.. x.V10,7131:POOilltelq0n;anyos*emOloyoxf by: the city snotito,th*wafrboorg. odntraotbrOidkvoak-w. Id% 1.0 orpOt4ttge,•40ith..dr without llanafits, that latrivolVed•in"..00440040.0..: ***010:0004SIMpet:0411ITA6t with the city. Cover oroWor nloa.na. the. .city. and any and all 4.000e pontrootcitO, and subcontractors of a service MO? 0:04t, Living.• ,• 90.0arls wage that is aa.definect•irt. seadn 18i-557 of tbc$,Ccide; The livingwage.nay.. • j.0.441.400 • 040.00 n brit egoketent to the cost of ilyt adjustment •for.:MtargiA)Ode.... as-#6.4icos( Labor, adtaad ::Of Labor.::$tagotida.: Let* Sp . ,00:4* . ,otoostip*.ispilektetfon.'dOt.OrnentS,, issued by' the Jn[te , , , 3 .agO.'OiroAldna ar.O,0:1041ded.aalpitivided in section 1&557 hereiiy.. „04'denta contr4ts Means thosehevingeontretts competitively January1,2017. Poga .1 Service contract nns a contract to 'provide services to the city exciudingi howevet!„ Professional services as defined by the °Con +tants Competitive Negotiation Act" set forth in F S g•287.05.ndsection 18,47 .ofthe Code •and/or the. ot 'er exclusions:provided by section of the eitYPode• (Ord. No. 12787, See: 1&557. -L.ivingage. (a) Wwwaga Pekl, I :Ord. ,Nta. § 2, 11-17-16) (1) NievOervite antractOre. All rIeW service contracts eh,alt.P4Y toea* Prri.P460e: Wh0:4).t0400:Qt:Neiled serylpg a110110-wag 0 of rio esethan .15;00 per ,hour without health benefits; or a wag of n�,tpss :than $13„10,an ho4ir *11 health - benefits as defihed In thts section unie$6 otherwise eg611.140:0000,erit to thts ort1.0e.. (2) Existing serve :a :contracts. Seryice .c.ontreawerdot and effectiYe .0.r compelitiValY $01104,001-0,0f January 1, 20 7, sha0 not be •sUbjectto the payment oftho livng wage set' forthin ttlia:sebttbt,afid;Shaii: ophtirpp to e governd by the tern* and coridittorls of the re4peotive oIEottIon and ret01014 contractual' d Coments, whan aPpiloable. a„), .T.hp.avipo we tovisiom shall apply 'to ail contracts covered by this section unless specificatly e&dLby 0 Or -More sobasotiOne a. '''0401.6eiti , V,;, landteape arehttedurei :registered surveying, and/0: hvaPPing; d. The, liv.itag n ' et provition isvaytil ived 1p.,e cram, ity coissibrt bYre$01:010; ptticfrit9 sils boOpatiti ., : ablieltatiOn •docurnent, upon wfitten recommendation of the bity,67i.a0agor.O.,i' 'L.,,,, 'designee, When. the .city conirnIsSionifiride itielh:the besfintereet*Of 'A',1)F.'.:.ty to ap waiver,inwhich case the -11.019.- wage provision .ehall. not -appiy,in, the ,:400,i,, ,.. ..docurnetr4 .or 1116MrgeOrciVWQ.rilt :dtollowed by atedprai :or state laW. or. ion grant or by a ctract the ottYla.e0oesst4g 1.5.Y'`01.001?aokirKe, and. Whiett OOntract. cleee nOt,j,ribipde4,NiOg Funding: OtilreAa'for.tha contract dleallow the Wir10 Wage brbv*on or pro4ide ContradiotorylUnding: require:47r ht* or are .:befitaftled:' in a contract awarded Cr ,tblibl:*1 ptiOrlo. the .effedV.0.,,to:',Of Jrkuar 2017,and WhiehCOntractineludes renewals, oreiteattorts; • • Profeesi.. ;et. service contraetaawarded under Competitive Me lation.Aerf•S:. • 2$716,1.,for.:theorpfesSionafeeryleeawithirt the scope. of thepradtibe.ofarottebtorai " *peat .• . , e. Allrespbie we.00:bbnstitvet*'boatrapts boverect by septiort1,841.20;0f thragode. City 0111419Y.8P For PoVarecterhOloyees of the eity,thecity will begin te pay the tiying:•w 4114iaa;Wovier a nine-year mipd'beginnihg:with the.40.04007,city.budget yea0 , 2Ol4-O 5 fsc4t year The, city manager:hills sofelitsoretiOn Withetit fiirtfterayo shfl have the fOn. to consider whether Ft is in tlie cys best intereSUP compttbe , qt:ROTIM4 a • '961 employees onY a fi?V4VOr p#thd T, l'400.10ifthe .0igig'WOt!telO,:00.0 040, 1?0 eci0j. t, hegotiotiens *thin the-dbilecti*e. bargaining struttUre. (o), 11410,4000;tite;.elleiiiiity period. For a c,overed .employer to .cornpl- Y-Wittilbia' 'art, ial' a laSt thoosi— I. . . . , . , lower. Wage. spate , 'affable when 'a covered eoployer,:elpg. pfpvides, a staadattis. l,11:-. Oftent .0104,34: ' hootti:be,:ridt,t pi4n. at oonsitt ofapayment of at leaet:$1, IS , per hour owar , ,,epiovtatewof hecifektte '{ '''ic f'• ' ' 't '41b ftr OC‘Ye*..,01.1W010 , , :sWX,0 tilOvd.OP:OfilOr*Ar-14;e110004prbvett..4YtO Oity.. • 01.10../1001.#1.; POO... 0.0.,',Of trie..0010PAPCI a:TOP:Oar FaCiMitaa AO:.inktiai.perigddrtstnOoOent::fbt aTte g :(to. Ntrgibility POW"), a covered enxp14e may r weaJe•,:...4.` , for atth flot.t0,e)00erf lhastlieWoipleyeee' a4to:41'v attlx*NOteL4on....0001pietiOn of thketiOtity:Pertbd, *filet/ .00 tJrWpe 007180 moilitrArtomcw '-oritrattesubleattY.10.' iiittOgialiteAkild no funds may bete teeted,uriess prior to -enteithg any such contract With 'the ity, he service Contractor . lailifee*Me 6.1W. .4tifich,e4tk,Ogiereit etitiitayees notess thanthefivingvaeAcath •certificate, most be made aVallable to, the pubit upon request. The certificate, at a minimurni. 4114t include thefelloki*z c.1) The narne,, a dress, and-ptione number of the employer,. a contact person; and The spedific :prOjectfor which the,' Se '.16e.cOntifact1a sOgght; (2) The arnount. 'the service .contract and the' city. department the.contract will serve. A•brief descrytionof.the projeCt'or:service provided; (4) A statement., f thewage fav0fOr all covered employ.pes;: and (5) A Conriltme • t to pay aji,coyefedempicyeas-,the avin9 wage. (d) 904ervgilon f.Gtfriaws; Everycover$I0:picyeeehaf.be paid without spi4seoyent.dedUctionoo•eflate. oh any account rk6:10; ?a such. 0.6yroti doortiotiong as are directed ::0:17 :Pgcre4ttgd by Iw or by a 0.,o4o.th'io b;OrPinifl9i#grogqeot): The geROce:contractor shall peroovered employeeewagerates,:if).aecordatiow,With federekand,gif Pt*gcciicalOfelevys suchasoyertima antiVrtilarwage:49.0, .te). POstipoi-,A :copy.pf fthe wager:Op-shelf:Co:Opt posted Oy the service contractorsAectIolhie ,ertiOte, at the Oile.of the w$* in a -prominent plane where ft ‘can eae14.-be seen and read,ty the odvoirAdt 110.000g, are shell. be supP. !led to such employees', within a reasoria.010 time -after a request 40..00. Maft404;. service onfraotor subject to thts artt, Oh* 101701sh'. a copy of the;req(iterneritgOfthieettitig eql.amittIng g, SobOntraOt on anyeerViOe contract Subject ,tOthi$ a6tOte-, posting root:1'470mo: ts Wilt not .be required Where the, service contractor aphlett tO thie: foiloWin4OlteMente on the front of the coyered ernplOy!,8 first paycheck and eyervelktriont4thofeafter,.P you: arelowl,eed by the 01P of Miami Ltvin Wage•Ordinence to be paid a 10.10:'iWage. ff. you do not '04ttoo 'Po are:. 1).etrto. paid:at tho Oing wage -rate :contact yOUr-einployer, an attorney, or the Qity Of Miata",.,Alt notioeswo.Ve pfinted pa. (share Creole (f): .P01100tive bOr9.80•40#11.ng:In this 01(00• Shall .,•be road to require, or authOr.ize Opy: -s*:000 OttaCtOr subjoct to th artie e, to, reOtiee wages set by a collective hargaining.agreerneht or astecAtired„ urid0.-Any' .OreOtitag:40,00, • §c2 12787, Ord, NO, 9:42643; $0:6.10a, iptementatiph, 1! M.0:1001/0J10: #211 ittgoret, Each Seri/ice oentraCtcr to, which. Wit w;000.•tait000, roititaio payroll record to.:411 to8fer00.04400iArii',.*P..t000:4f*iiit. thotoo4titioholtro .4iporve.: thern.fOr peeiod'ofthreeyger0 from the date -Of -terMlaatiOnbr*PatiO00. . • • 's•Oft4M:00,044•1.,#:-Itecokta.Shait The narnean: ,a,ddree&efea0hdovered entpioyee; The.:04'.titlea4d.claSeification; The number :hours worked each:oar, (4)- The -gross wa es earned and deductions:blade; • AnnuetWage4 paid; ,A.1.;00-YPt#IP 0.1',ocgrity:returne,anci ovi0otlp0.4pg '..14.0Areof;., A tgoco; offiL 4•00.00fitogymontgtoloci40 ogotritm,tortg: to '41)0.04.0.:9140.4v4r4 Ami,,othor aripiorootopito oiv,sMitb$4tir,itOpoltrilo to wo. d -RooftipopoytoiL foo::tootootoi, to Whidh.iwny rents 1041faf;4*;i•-0:11:00.11.4:t0.04,-Os4'01tV.4 0,:tidtOr.i.ioW4tgOto01110040f040€04.:•:' twoettitoo;tiJfton af ookosortoo.wittlOis arttite i',,ipoeyrooeatfrt*qheotk..'ttete,W' • • -0466g:for • .0y.:14FooLo forinrpection and Copying its4Aytop , Ittr . . , . • period .covered by the service contract. The city may examine payroll records as needed to ensure Compliance (Ord.. No,. 12787, , 4-6,06; Ord. No. 13110, § 2, 10-22-09) Sad:. 1.8-55.9.. - Corhpl Onde and:enforcement (a): $ervic0 oontMetOr to tooporee,. The ,:•service :contractor shall permit city empio.Yg.egt. agents, . or representativet to Observe work 'being performed.at, in or on the pro-00 c)r matter fer.Which.the 'service ractatlelating .'lay.ees and may survey covered e'rriployegs t0 the employment andpayroll of covered empt) 0011trador .haS .a i • Atract: The oity reoreseptatives, may examine the books and records of the 6 cont00.e to4etettoinelf,the service contractor . is in compliancawith the. provisions dints article, (4) •COMplainf.OroceOres and sanctions An .employee who believes that. hetshe le .a covered employee of .a servtce;contrathtor a id that the service contractor is or was not complying iwrth.the reculivinentS.Oft*s article has arightld flea °in:plaint With the procurement cited:tor-et:the City... Stroh.:.coMplaints May.beMadeat Any time alia'ehall...bel Vestigated within e 'reasonable period oftime by the .0ity. Written andOraie•titeMeOfe-by any such -employeshall be treated as ,confidential :and she- not be disclosedwithout-Ahe.wiltten Por*eilt of the employee ta.th, lextent allowedbythe FlorideStatutes M Private 'tight of ad on,against servioe contractor Any. covered employee: or •fOrrnercovered employee of a , service contractor 1,ray, lnSteadof utilizing the city adMinistrative ince-dare set NO 1.•01* afliAe4.0.411000.. addition to 'suchp cedure. bring .an action by filing .sultagainst the: serV100. ,contractor Th ny•-•-coutt,,of competent jpasclic t ri .to enforce the provisions Ofthis articie and may be awarded 'Pa* pay.; ,ogitofitac, attorneys fees,an.i costs, The applicable. statute of limitations for st.totra::.clalm viA.b0,409•ye,acs*pil:,01.00:: in- F .§:::0.-6A-4(4)( :) asmay be amended 'from...time to time for an action:for payment of WAgeei..TLheCivrt may:also imposes notions on the serVice. contractor, InCluding those .perechs or .ehtltlee 04.44).4.-20r te4etknO the senilce:eontra Or, to include wage restitution to the affeoted cavererriployeeand-daMM4 ti10 00 - to the covered em byee in the sum of up to $(6611.00 for each week the service coritraOtot•':igloO0f *We vitilatedth.aiticte (d), :$anatlarsv..agaipst 4qrvica coiltroptor. Fi).r viOattor1 of thieerticle, thei0.1tY,01100-0,4049TIOOONI00.!(10004000r by wittleing400 .40*, i,go contractor to pay we reetitution.et jte expanse for. eadh:0ff.000-0ftlPY0k.,The cityl-neyelePeanct pn:the eeruleecontraOtorto et ieaetone 0 ths.I600,104 .040tolaiire40; : - (.1) The :AO may i „Nee 'derange in the sumof $'500,0.Q for eaChW,Opt.foreacli coarodOoptoygo'fOottt, to have not. beh paid in accordance with this article; (2) Thecityfroay:44spenc ortentinateipay0pht under the service contract or ternilnatethe 'the CO ..r0OW, and (3')' The. City:may ..liciaro the soNloo-.:Ooti,o0tOr ineligibleifOrtiture ,eeNice .chhtrest4 f9r:thfee• restitution F1'aVe been Paid in full, whichever IS; tenger, litedditIOAOf eth et"4npl. bkinellgible:1" atienViCe.aantradt where printipat afters of SLial. arnpleYet were Othdr" • • .$formtoa..caitr$ ter whibbaS teen :cleClared ineligible:Under this:article (4). ifttletintpact alvattied Under the city prOpUreinent ordinance; the city tilaydebaror.susPenct• to contractor . provided therein.. (e) 'POI rac'rpti-P f se otiphs, All stich,sanetidriereo.tamencled:orimposettehalltkeetratter..-pf ptAtiP.r00.00, .,.... ,......, .,, „ :-.(.f) . -,,%arial:- for -aidi . i dad &hob* The sanctions contained In this article -shail, altscwapplytaent pa4ior paptiet.0.010g. att.d. - sttihtli:Arg'vtoio#kof this' iliois, , . . . . . .....„.....„.... .. „....... „, ... .._ .,......,...,.„...„... (g) 1.4-01#07.stlif4 i #4000::.beged: -,4,cS.eoft#4,tor OW not:ifle011aten cOpoettle 091:10W.0,040.40e. -. —....,... _, . .. „,.„..... .., . . . ,.. o-thol*tieOlecrimi eptOitiit. any *ailed employee .for rnakil, a "'comp P-0 'Op,-.4:44 or •i.qtr._,.$0, • , asoajltog,fila.mbet • S'grldel7thisatcleipartiOlpagngtinanrof :ot .. ., , 19ligpf444„ti 1§;:py::' , gader thisadiee, Aft. **O.:0TO** ' r dsamiabon;..! „oti a'-. a4Minfetoitivo 11ar:.:4 a court of oompatant .1417.1001611, shafl 7.0kiP4t1:10:012:41:0(0:00**.f::,, -ac1 :04.0Ye .Uotot,416,, - .„:,,, .,.,i1444:4' - ,.:44itti:'010C164,.. • h,) Remedies h&elnncfn-exclLrs ve.. Na remedyset forth:inthis article is intendedto be exclusive oro prerequisite for asserting.:a clai i for•relieff to enforce the rights under this: article or in a court of -taw This article shall :not fie construed to.lim t ari, employee's right to bring a common law cause of action for wrongf ii terr gnation (Ord. No 1.2787,, :§ , 4-6 0.6; Ord ,iota 'l 3'648;. § ;2, 11.-177 1.8) Sec. - Erttplaprs- receiving direct tax,abatei erxt or subsidy. The city reserves t e right to impose the living: wage requirements of this article on orafter Jlanuary 'l, '2a1 on any.errtployer as a condition of that em:ployer^rreceiving a direct:tax abatement or si bsidyfrom the city. 11 (Ord. No. 1384.8=, § , 11-17-4:6) :Se.cs.. 18-561----1.8-59p. - Reserved. ATTACHMENT C SUPPLEMENT TO BID Attachment C — Supplement to Bid IFB 790384 - CITY LOTS AND RIGHTS -OF -WAY LANDSCAPING THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, SUBMISSION OF THE FORM OR ANA' 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 answers provided herein. • 1. State the true, exact, correct and complete name of the partnership, corporation or trade name under which Bidder doves business and the address of the place of business. (If a corporation, list the name of the president land secretary. If a partnership, list the names of all partners. If a trade name, list the names of the individuals who do business under the trade name). a. The correct name of the Bidder is THOMAS MAINTENANCE SERVICES INC. b. The business is a (Sole Proprietorship) (Partnership) (Corporation) -CORPORATION c. The address of principal place of business is: 16205 SW 117 AVE UNIT 7 MIAMl, FL 33177 d. The nanhes of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: MAR)/ K. THOMAS - PRESIDENT MILBS K. THOMAS - VICE PRESIDENT e. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. THOMAS MAINTENANCE SERVICES INC. f. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or again ' t the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) ears. Include in the description the disposition of each such petition. NONE g. List and describe all successful Performance or Payment Bond claims filed against Bidder's Surety(ids) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its. predecessor organization(s). NONE h. 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. NONE i. 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. NC)NF j. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any governmental agency during the last five (5) years? If yes, provide Details. NO k. Under what conditions did the Bidder request change orders during the last five (5) years? NONE I. What is the nature and amount of the three (3) largest change orders submitted by the Bidder within th past five (5) years, and their disposition? NONE 2. How many years has your organization been in business while possessing the following licenses, certifications, or registrations? License/Certification/Registration Name and Number # Years LOCAL BUSINES TAX LICENSE 093713-7 36 MIAMI DADE COUNTY MBE # 10467 10 August 30, 2016 Ms. Mary K. Thomas THOMAS MAINTENANCE;SERVICES, INC. P.O. Box 16-1068 Miami, FL 33116-0000 Anniversary Date: August 17, 2017 internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 CERT NO: 10467 Approval Date: 8/17/2016 - SSE/GS MICRO TIER 1 Expiration Date: 7/31/2018 Miami -Dade County Small Business Development (SBD), a division of Internal Services Department (ISD), is pleased to notify you of yoUr firm's continuing eligibility as a certified Goods & Services (SBE/GS) in accordance with section 2-8.1.1.1.1 of the Code of Miami -Dade County. Your firm is certified in the categories listed below. The SBE/GS certification is continuing through the Anniversary Date listed above, contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code. You will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no laterthan the Anniversary Date to maintain your eligibility. Your firm will be listed in the directory for all;certified firms, which can be accessed through Miami -Dade County's SBD website: http://www.miamidade.govfbusiness/busiriess-certification-programs.asp. If there is -.a material change in your firm, you must advise this office by submitting a status change form with the associated supporting documentation, within thirty (30) days. Changes may include, but are not limited to, ownership, officers, directoils, management, key personnel, scope of work performed, daily operations, .on -going business relationships with Other firms or individuals or the physical location of your firm. After our review, you will receive instructions as,to how you should proceed, if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. If you have any questions or concerns, you may contact our office at 305-375-3111. Sincerely, audious Thompson, SectiOn Chief Small Business Development Division CATEGORIES: (Your firm may bid or participate on contracts only under these categories) 968 PUBLIC WORKS,COWTRUCTION, AND RELATED SERVICES (SBE/GS) 98800 . PUBLIC WORKS AND RELATED SERVICES (SBE/GS) q8c,y1SEE:AND',SHRUB REMOVALSBRIICES (sqs./Qs) - 988 - ROADSIDE GROUNDS RECREA TONAL AND PARKAREA SERV, (sSE/GS) 86800 - ROADSIDE, Giio0Nps, RgcE.d.rde,:;t,iAl: AND pAiii< AREA SERVICES (GBEIGS) -GROUND S tIn'AINTWANcE MOWING , LOGINO, PLANT "(Nor TRE6 TRIMMING, ETC. (SBE/GS) • 98852 LANDSCAPING (INCLUDING DESIGN, FERTILIZING, PLANTING, ETC., BUT NOT GROUNDS MAINTENANCE OR TREE TRIMMING SERVICES) (SBE/GS) 98888 . TREE 'TRIMMING AND PRUNING SERVICES (S5E/GS) 98889 • WEED AND VEGETATION CONTR011, (INCLUDING AQUATIC WEED CONTROL) (SBE/GS) a. Identify Bidder's business trade? • Lawn Servile/Landscaping/Tree Service/Equipment Rental/Sodding 3. What is the IastjProject of this nature that Bidder completed? Miami Dade County RAAM Division -PROS- Roadways Bid # 7848-4 City of Miami -Public Works City Lots and RW Did # M0002 4. Has Bidder ever failed to complete any Work awarded to its Organization? If so, where and why? NO 5. Provide owner names, addresses and telephone numbers, and Surety and Project names, for all Projects for which Bidder has performed Work, where Bidder's Surety has intervened to assist in completion of the Project, whether or not a claim was filed. Mary K Thomas - President - 9800 SW 125 Ave Miami, FL 33186 (305)595-7920 Miles K.Thomas - VP - 9800 SW 125 Ave Miami, FI 33186 (786)445-4523 Surety:Philodelphia Indemnity Insurance Company-251- S Lake Ave Suite 360 Pasadena CA 911101 6. Prov9 nnedm It a°c1c1Y6iggs n fei p2adn near rnftWi<ie ing i aPs6co3rRira g-rils a5gencies, or institutions for which Bidder has performed Work: Jose Martin (Miami Dade Water and Sewer) Various Locations - 786-236-7605 (name) (address) (phone #) Elyrosa Estevez (City of Miami - Public Works) 444 SWE 2nd Ave Miami, FI - 305-416-1295 (name) Alfredo Rivero (address) (phone #) (PROS-RAAM Division) 7900 SW 107 Ave Miami, FI - 305-270-1791 (name) (address) (phone #) 7. List the following information concerning all Contracts in progress as of the date of submission of this Bid (in case of joint ventures, list the information for all joint ventures). Na a of` rojepit_ Q` fneiss art Total Contr 'dt ,C It ° a a e�A, r1 % of Co> ion ita Daf City Lots and Right of Way Maintenance Contact M-0081. City o gam 305-416-1295 $ 152,686.00 On Going 100 % Transit MetroRail Contract 9743- PROS-RAAM 0 $ 220, 00.00 On Going Yearly o 80 /o Vacant Lot Maintenance Contract lTB-015-15-CV MDCSBoard 305-995-2338 $200,000.00 On going YParw o 70 /0 8. Has a representative of the Bidder thoroughly inspected the City's project(s)? Does the Bidder have a formulated plan for its performance? If so, please include. Yes II No a a THOMAS MAINTENANCE SERVICE INC. (TMS) 16205 SW 117 AVE UNIT 7 MIAMI, FL. 33177 305-253 7433 Fax 305- 253-7065 Thomas Maintenance Services inc Plan Performance a) Mowing: To prevent scalping, uneven mowing, rutting by equipment and damage, we will utilize a proactive rather than reactive approach. Employees will be required to familiarize themselves with, contract requirements and; specifications. Equipment will be properly maintained and routinely inspected to ensure cutting blades/implements are in tires. Scheduled inspection upon completion will be based on contract specifications. • b) Edging/Trim,Grass: Thomas Maintenance employees that are professionally certified in the use and correct application of herbicides and pesticides. This activity will be coordinated and directed by the City representative. Edging of areas accessible to standard grounds maintenance equipment will be sharp, nick free, and height adjustments for required cut and maintain proper pressure conducted with proper equipment. c) Eliminate Weeds: Weeds, vines, grass and other unwanted vegetation from shrubs, planter beds, trees and palm fronds will be eliminated by the use of chemicals or mechanically. Thomas Maintenance Services Inc, will notify and discuss with City representative when use of chemicals is necessary. Thomas Maintenance will provide the information to the City Representative before using any chemicals on site. d) Tree Planting: Dead Trees that are to be replaced will be done within two weeks after identification by the City representative and, replacement plant material shall conform with industry standards. Thomas Maintenance Services, will follow up with the City Representative for a work order to install the tree. We will be responsible for ;all trees being planted correctly. e) Debris: No debris will be Left at job site. All debris generated will be dumped to an authorize trash site. In the event we find tires, furniture, construction debris etc during the maintenance. of the lot, we will inform the situation to the City Representative and upon approval we will take care of the debris with an additional cost to the City. All work will beconducted as specifications on this bid. 9. Will Bidder subcontract any part of this Work? If so, provide the following detaile for each Subcontractor(e) that will perform any Work. The Work performed by Subcontractors listed cannot be more than ten percent (10%) of the total Work for this Contract. NOT AP PLICABLE *The foregoing list Of Subcontractor(s) may not be amended after award of the Contract without the prior written approval of tie City's Contract Administrator identified in the solicitation, whose approval will not be unreasonably withheld. 10. Identify equipment Bidder owns that is available for the Work? See Inventory List attached. 11. Identify equipment that Bidder will purchase for the proposed Work? None 12. Identify equipment that Bidder will rent for the proposed Work? None 13. State the name Of Bidders proposed Project Manager and Supervisor(s) and give details of their qualifications and experience in managing similar Work. Miles K.Thomas - See resume attached. a 3978 TRACTORS/ MOWERS SOZ61V 31FX GT61V-5RFX 073028: 8082985 8084050 8081107 7080004 EDGERS 29.815Dsse 293152838 253152564 293152212 293153577` BLOWERS • 293258629 8465 {' APP105 JAF0246885 N/A 2408 DMGUTA 9579 BBHB33 2820- AMAR79 1182 j DBEF83 2382 08QQ23 8582 CYAG47 qq N3934M NIA i N/A N/A N/A NIA 290773008 292527688 290503226 293258333 293258244 WEEDEATERS N/A N/A N/A N/A N/A N/A AS MAINTENANCE SERVICES INC FLEET INVENTORYLIST FORD F-650 DUMP TRUCK WHITE 20 CU,YD Skid Steer Case UNILOADER GMC IC GOP TRUDK. BLK FORD F-350 TRUCK SIL FORD F280CREW CAB - • IVHP TRIP TRAILER RED BIG TEX TRAILER ELK TRIP TRAILER BLK 60' BUCKET TRUCK WHI Dixie Chopper 50 HP 27 Dixie Chopper 50" HP 27 Dixie Chopper 50" HP 27 HUSTLES 60 STIHL P090 STIHL FC90 STIHL Fb90 STIHL FC90 STIHL.'FC9C STIHL BR600 STIHL 811600 STIHL BR600 STIHL. BR600 STIHL ER600 STIHL BR600, Maln branch Maln branch Main branch Maln branch Male branch Main branch Main branch Maln branch Main Branch.- Main Bran_eh.. good I local good local good locab' good local good 0ca1 good gaad local local, good local pad local` :-Ma1n:Branoillocal- Main Branch good iacal Main. Branch good kcal Main Branctl ggpd local. Main,l Srangh < pgod focal , Maki Wanch Maln Branch Mgin 8r8nch Maln Branch Moan Branch Main Branch) Main Branch • Main Branch' Main Branoh. M.8ln Bfanclt' Main Branch "290332689 N/A STIHL 59" Mali Branca; 290503226 N/A .STIHL 59 Main Branch 291578798 N/A STIHL 42 Main Branohh 290843223 WA STIHL59" Mairl6ranch' 290943126 N/A STI1-1L59" Maio Brandt 280241616 N/A STIHL 59" Main Branch,•µ' 290342566 WA STIHL 59 Main Branch 290233876 N/A S O-IL 59 Main Branch 2a0833g27 1 NIA STIHL59" Mglg6rnc Vote. Ail other supplies, Machetes, Garbage cans, Bads, Gibs/es. Cameras eta good Idoal good local good ibcal good local gaol iooal good local goodloom good. local good local..,..., good r local good local g00d good' lg0l good local good local good local good; rt local good 1o0ai 90odlooel good... , local Y N/A Y Y NSA N/A NIA N/A N/' . 1 Miles K. Thomas 16205 SW 117 Ave Unit 7 Miami Fl 33170 (305) 253-7433 Email: thomasmaintserv@aol.com Summary: Landscaping, lawn maintenance and Tree Service contractor within nearly eight years of successful' experience winning and completing major contract work for governmental agencies, corporations, and other large organizations. Bondable to date to a high $ 1.2 million for a single contract. Business Experience: THOMAS MAINTENANCE SERVICE, INC (TMS) MIAMI-FLORIDA VP / Chief Operating Officer 2007-Present Chief executive of a leading, diversified maintenance company serving the South Florida market for nearly five years. Operates a company with annual sales of nearly $ 2 million, covering a trading area ranging from Palm Beach to Monroe counties, dealing with commercial and government customers. TMS is a full -service maintenance company offering: Sod Sales/Installation Complete Tree Service Heavy Equipment Svc Landscaping Emergency Disaster Svc Hurricane Preparedness Lawn Maintenance Stump & Debris Removal Other Contracted Svc Thomas Maintenance Service, Inc is a bondable, contractual vendor, which fields various work crew (as high as 75 field workers) daily throughout South Florida, operates a fleet of nearly 25 vehicles, trailers, and other transportable equipment, and maintains a full inventory of state -of the - art specialized maintenance equipment. Mr. Thomas is contracted by all levels of government and has worked with (partial listing) Fiederal State Local General Svc Admin. Department of Transportation MDC Solid Waste Federal Aviation Adm Fort Lauderdale, West Palm MDC Water & Sewer FEMA CITY OF MIAMIBEACH CITY OF MIAMI MDC Publis Schools MDC Public Works MDC Parks & Rec. MDC Housing Agency Company . Iistory: 2014- Present 2008 — Present 2006 — Present 2000 — Present Miami Dade County Public Schools Vacant Lot Maintenance: Mowing & Fenceline Clearing 1TB-15-015-CV Miami Dade — Public Works RAAM Division Annual Metro Rail, Mower and Busways Maintenance Contract 9743-5 Roadside Landscape Maintenance Services 9743-19 City of Miami — Public Works City Lots and Right of Ways Landscaping Contract M-0082 Miami Dade County Water and Sewer, Park and Recreation Various Departments Tree Service, Debris Removal, Katrina & Wilma Emergency Hurricane Svc. Lawn & Landscaping Services ATTACHMENT D LOCATIONS OF WORK 4vr t'IE 69th'Street 2 3 4 5 6 7 8 9 10 11 12 13 14 15 • 16 17 18 19 20 21 22 23 24 25 26 27 28 29 0 1 32 33. 34 35 36 37 .38 39 40 41 42 43 44 • 45 46 47 48„ 49:, 50� 51 '' 52 53. 54:. 56 a 57 6q£i, NW'54th Street 58 1625 .NW 54th Street 59 150 NW 54th Street 60 5435 NW 1 et Court 61 5815NW 1st Court 42 • 276 NW-53rd Street 1798 NW 1st Place -t ,'1812NW2nd Avenue 1270 NW 60th Street 5575 NW 17th Avenue 1461 NW 60t Street 3431 NW 6th Avenue 601 NW 6th Avenue - Tract A from Madison Housing Project 731 VW 5th Avenue 721 NW 5th Avenue 6020 NW 16th Avenue 1455 NW 17th Street 6950 SW 2nd Street 1240-NW 61st Street - House Demolished by Contractor 08/06/2014 5329 NW 17th Avenue 1302 NW 54th Street 1924 NW 26th, Street 1624 NW 1st Court 1335 NW 2nd Street 1 SW South River Drive 1700 NW 58th Street 779 NW 57th Street 1436 t3.W 61 st Street 1492 NVV 62nd Street Next to 4290 NW South Tamiami Canal Drive 1465 NW 60th Street Next to 301 NW 22nd Street 1530 NW 70th Street 6981 NW 15th Avenue 3790-NW 12th Avenue 3500 NW 11thAvenue 2115 NW 18th Street 169 NW 35th Street 6200, NW 17th Avenue 6240 NW 15th Avenue 1501 NW 62nd:; Street • 1515zNW 62nd Street 1525 .NW 62nd Street 1535 NW 62nd Street 1551' NW 62nd Street 6201 NW 17th Avenue 1,560MW 62nd Street 1520NW 62nd Street 1500 NW 62nd Street '1388, NW 62nd Street 1305 NW 61st Street 1321 NW 6'1st'Street 1331 NVV‘61St Street 341 NW 61St Street. $4, _NW 6fi -tit`. NW 61stStreet . 7t3i N. tN 61 st Street 199:NW 62rzd'Street 89.$. NW'17th Avenue' NW 58�tt1 TB*ane' 1F 0.0 Terra NW 17t7 Au 04,,,, NW:58th. Tetrace 5 5 5 5 5 5 5 5 1 4 5 5 5 1 5 3 3 5 5 5 5 1 5 5 5 5 5 1 1 5 5 5 5 5 5 5 5 5 5 5 •5 5 5 5 5 5 5 5 5 5 6 5 5 5 5 5 6 5 5 5 5 5 5 5,10 10,600 2.12 13,120 2.62 10,600 2.12 5,777 1.16 14,879 2,98 5,000 1.00 5,000 1.00 10,600 2.12 28,968. 5.79 5,000 1.00 16,900 3,18 11,866 2.37 13,500 2.70 7,160 1.43 9,000 1.80 7,000 1.40 8,219 1.64 6,600 1.32 ,. 5,250 1.05 5,300 1.06 4,950 0.99- 10,000 2.00 5,300 1.06 5,000 1.00 2,730 0.55 3,107 0.62 2,200 0.44 12,510 2.50 6,550 1.31 5,000 1.00 13,924 2.78 2,800 0,56 11,066 2.21 3,400 0.68 3,400 0.68 3,400 0.68 3,400 0.68 29318• 5:86 3,900 0.78. 13818 27.6 1,17 2,750 3;710: 0 74 -1�0..�;600-212.:..i. ``"cr,300 1:06 3af9'` 068.... 21,200' 4.24 21 400 4.24 1000 3.18 12,619 2.56 4,584 1.00> 2,650 0 53 5,300 6,270 10,600 214 6,000 1,20'.x, 6,000 1.20 46i0,00: 5,261 1.0S 5,864 1.17 7,200 1.44 2,700 0.54 1,875 0.38 5 5 5 5 5 5 5 5 5 6,550 3,000 31,886 9,977 10,700 7,624 6,204 3,000 7,500 5,724 1.31 0.60 6.38 2.00 2.14 1.52 1.24 0,60 1.50 1.14 65 1755 NW 2nd Court 66 714 NW 4th Avenue 67 5988-98 NW 7th Avenue 68 737 NW-69th Street .69 5900 NW 7th Avenue 70 5901-03 NW 7th Court 71 730 NW 60th, Street 72 1614 NW 1st Court 73 240 NW 11th Street 74 1101 NW 62nd Street Medians, Sw6(es, etc NEE 10TH 436B198CTSTW NE 87TH & 86TH STREET (SWALE E.) 2 NE 87TH STREET BTW BAYSHORE.DR & BISCAYNE BAY (E, GUARDRAIL) 3 NE BAYSHORE DRIVE & BISC BAY (N. GUARDRAIL) 4 NE 84TH STREET & BTW HOUSE #1176 & BISC BAY (CANAL). 5 NE 10TH AVE & NE N, LITTLE RIVER DR (S. GUARDRAIL) 6 BELLE MEADE ISLAND DR EAST (ROUND ABOUT) 7 NE 84TH STREET & NE 3R6 AVE (MEDIAN) 8 • NE 4TH AVE BTW 84TH STREET & 82ND TERR (S. GUARDRAIL) 9 NE 82ND TERR BTW 4TH AVE & RAILROAD (N. GUARDRAIL) 10 NE 4TH AVE BTW NE 80TH TERR & 79TH STREET (EAST) 11 NE 4TH CT B/W NE 79TH STREET & 77TH STREET RD (HUMP) 12 NE 5TH AVE BTW 78TH STREET & L. RIVER (S. GUARDRAIL) 13 NE 5TH AVE BTW 77TH STREET & L. RIVER (N. GUARDRAIL) 14 • NE 76TH STREET & NE 75T 1 STREET (MEDIAN) 15 NE 73RD STREET BTW 2ND AVE & 3RD CT (RAILROAD) 16 NE 4TH AVE BTW 71ST STREET & 72ND TERR (RAILROAD) 17 NE 83RD STREET & E DIXIE HWY (MEDIAN) 18 NE 82ND TERR & E DIXIE HWY (MEDIAN) 19 MORNINGSIDE -6ISCAYNE BLVD TO THE BAY FROM NE 55 ST TO NE 59 ST 20 NW 12TH AVE BTW NW 62I'D STREET & 71ST STREET (MEDIAN & WEST) 21 NW 5 AVE FROM NW 67 ST TO NW 71 ST 22 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) 23 FEDERAL HWY BTW NE 37 & 54TH STREET (RAILROAD) 24 NE 36TH STREET BTW FEDERAL HWY & NE 7TH AVE (MEDIAN) 25 NE 4TH. AVE BTW NE 42ND TREET & N DEAD END (RAILROAD) 59 STREET FROM NW 2 AVE TO NE 2 AVE 27 59 ST FROM NE 4 AVE TO BISCAYNE BAY 28 58 ST FROM NE 4 COURTTP BISCAYNE BLVD 29 NE 2 AVE FROM 54 ST TO 71 ST -- TREE GRATES 3U NE 69 ST TO NE 71 ST FROM BISCAYNE BLVD TO NE 10 AVE 31 NW 52ND STREET BTW 7TH AVE & XPW (E, GUARDRAIL) 32 NW 51STREET BTW 7TH AVE & XPWY (S. GUARDRAIL) 33 NW 6TH CT BTW 46 & 48 ST. (EXPRESSWAY) 34 NW 6TH' CT BTW 43 & 46 STREET (EXPRESSWAY) 35 NW 6TH AVE: BTW 49 & 53 RD STREET (EXPRESSWAY) 36 NW 6TH AVE BTW 46 ST & 48TH ST (EXPRESSWAY) 37 • NW 6TH AVE BTW 46 ST & 47TH ST (S. BAY VISTA PARK) 38 NW 6TH AVE-BTW 40TH STREET & 46TH STREET (EXPRESSWAY) 39 NW 5TH AVE BTW NW 46 & 5TH STREET (MEDIAN) 40 NW 5TH AVE BTW 40TH STREET & XPVVY(S, GUARDRAIL) 41 NW 39 ST BTW 3RD AVE & PWY (W. GUARDRAIL) 42 NW SAVE BTW 37TH ST 8&) PINY (N. GUARDRAIL) 43 • NW 38 ST BTV1f N-MIAMI AVE & 2ND AVE TO D. END (SOUTH) 44 NE 38 Si' BTW;1 MIAMI.AVE & NE 1STAVE (SOUTH) 45 NW 36 ST BTWV'7 AVE&NE 2ND-AVE (SWALE & MEDIAN) 46 NW 53RD'WSTW 6 & 7 AVE (NORTI-t &SOUTH SWALE) 47 , NW18'AVE B'TV:W 50 & 48 ST (MEDIAN) 48 NW 15 CT BTW 5 & 46 ST (MEDIAN) - 49 NW15 AVE BTW+/ 50 & 4F ST (MEDIAN) 50 NWJU 49 ST 6TWL177 & 1.5 AVE {(MEDIAN). 51, I ►N�47 SF B'7W 17 & 15 AVE (MEDIAN) 52 NW 11 AVE BTWNW 48 & 5Q ST (MEDIAN) 53 NW 11 AVE B''W 47 &.46 ST (MEDIAN) 54 NW 8 AVETW 48 & 50 ST' (1tr1EDIAtN) 55 NW 8 AVE Bd'C1 L.46 & 47 S;T (MEDIAN) 56 / ri�W 8 A; BTW 41 ST & XtP1lVY (S.' GUARDRAIL) 57 NW 40 SY151 1/'17 & 18 AV (EXPRESSWAY) 58 Nv 28 CTT BTW..21 TERR & RAILROAD (N GUARDRAIL) 2001 NW 28 ST (LOT) r' r .� 60 NW 34 ST BTW 10 & 8 AV (NORTH & SOUTH) 61 ' NW 15 AVE BTW 23 ST & RAILROAD (S, GUARDRAIL) 62 NW 15 AVE &:22N0 ST (N GUARDRAIL) 63 NW 17 TO 12 AVE, NW 20 T9 22 ST (VARIOUS PLANTERS) 14 NW 14 AVE BTW NW 21 & 20 ST (VARIOUS PLANTERS) 6'5 ALLEY ON NW 11 AVE BTW NW 33 & 34 ST (PLANTERS) 66 NW 34 ST BTW 7 AVE & XPWY (E GUARDRAIL) , 67 NW 33 ST BTW 7 AVE CIRCLE & XPWY (E GUARDRAIL) 68 NW 28 ST BTW 7 AVE & XPWY (E GUARDRAIL) 69 NW 27 ST BTVV7 AVE &XPWY (E GUARDRAIL) 70 NW"26 ST BTW 7 AVE & XP1!VY (E GUARDRAIL) 71 NW 2 ST BTW 7 AVE XPWY(E GUARDRAIL) 72 NW 23 ST BTW 7 AVE &XPWY (E GUARDRAIL) 73 NW 22 ST BTW 7 AVE & XPWY (E GUARDRAIL) 74 NW 6 AVE BTW 21 TERR & 35 ST (EXPRESSWAY) 75 NW 5 AVE BTW 23 & 36 ST (MEDIAN) 76 NE 29 ST BTW N MIAMI AVE & RAILROAD (MEDIAN) 77 NE 28 ST BTW 7 AVE:& XPWY (E GUARDRAIL) 78 NE 25 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 79 NE 24 ST BTW N MIAMI AE & RAILROAD (W GUARDRAIL) 80 NE 22 ST BTW N MIAMI AVE &RAILROAD (W GUARDRAIL) 81 NE 22 ST BTW 2 AVE RIALRDAD (E GUARDRAIL) 82 NE 23 ST BTW 2 AVE & RAI (ROAD (E GUARDRAIL) 83 NE 24 $T BTW 2 AVE & RAIILIROAD (E GUARDRAIL) 84 NE 25 -ST BTW AVE & RAILROAD (E GUARDRAIL) 85 NE 26 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 86 NW 6 CT BTW 30 & 32 ST (EXPRESSWAY). 87 NW 4 CT BTW 20 ST & DEADEND (ROUND ABOUT) 88 NE 34 ST BTW 5 AVE & BISC BAY (E GUARDRAIL) 89 NE 31 ST BTW NE 7 AVE & EISC BAY (E GUARDRAIL) 90 NE 30 ST BTW 7 AVE & BISQ BAY (E GUARDRAIL) 91 NE 29 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) 92 NE N BAYSHORE DR & NE 28 ST (BIS. BAY) 93 NE 27 ST BTW NE 5 AVE & EISC BAY (E GUARDRAIL) 94 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 95 NE 25 ST BTW BISC BLVD & BISC BAY (E GUARDRAIL) 96 NE 24 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) `7 NE 23 ST BTW NE 4 AVE & ;SC BAY (E GUARDRAIL) 8 NE 22 TERR BTW 7 AVE & B SC BAY (E GUARDRAIL) 99 NE 22 ST BTW NE 7 AVE & ISC BAY (E GUARDRAIL) 100 BISCAYNE BLVD BTW NE 24 7 36 ST (SWALE & MEDIAN) 101 NE 4 AVE BTW NE 17 TERR 19 ST (MEDIAN) 102 NE 17 ST BTW NE 2 AVE & BISC BLVD (MEDIAN) 103 N BAYSHORE DR•BTW NE 17 & 13 ST (MEDIAN) 104 BISC. BLVD BTW NE 11 & 19 ST (SWALE & MEDIAN) 105 240 NW 11 ST (LOT) 106 NW 9 ST BTW 3 AVE & XPWY (W GUARDRAIL) 107 NW 14 TERR & 2AVE ALONG XPWY (EXPRESSWAY) 108 NW 1 AVE & 14 ST (HUMP) 109 NW 1 AVE BTW 13 ST ALONG RR TRACK (EAST & WEST) 110 NO/ 1 AVE BTW 7 & 10 ST (MEDIAN) 111 NW 9 ST BTW MIAMI.AVE & AVE (ALL) 112 N. MIAMI AVE & NW 20 ST BY RR TRACK (HUMP) 113 NMIAM.I'AVE &''NW 1:9 ST BY RR TRACK (HUMP) 114 N MIAMIAVE & NW 14 ST (MEDIAN) 115 721 NW 5 AVE (LOT) 116 731 NW 5 AVE (LOT) 117 1225 N MAW AVE (LOT) 118 NW 12 AVE FROM: NW 12 ST TO NW 14 ST 119 NW 15 ST BTW 8 AVE.& 8 CT1 (ROUND ABOUT) 120 NW 8 ST RD BTW 11 &-10 ST (SWALE WEST) 121 NW 11 ST RD BTW XPWY & NW 10 AVE (EXPRESSWAY) 122 SUNNY BROOK RD BTW XPWY & 10 AVE (W GUARDRAIL) 123 ; SPAIAIG SARI N RD BTW XPWY & 10 AVE (W GUARDRAIL) 124 NW 13 AVE & MIAMI RIVER DEAD END (ROUND ABOUT) ,126 1458 NW S RIVEk DIk(SWALE) 12.6 NW 15AYE & NW:9 ST (SWALE NE CORNER) 127` t'4W OST'BTW 17 AVE & HOUSE #1511 (SWALE NORTH) 128 NW S RIVER -DR 13TVVHOUSE #1520 & # 1665 (SWALE SOUTH) 129 NW A6,AVE BTW ,NW S . RIVER D '& MIAMI; RIVER (MEDIAN) NW 15 AVE BTW NW N RIVER DR & MIAMI RIVER (MEDIAN) } NWN NIRVER DR BTW 13 TER & 14 AVE (MEDIAN) Y 132 NW 13 TER BTW 14 AVE & NW N RIVER DR (MEDIAN) 133 NW 14 AVE BTW 14 & 20 ST (MEDIAN) 134 NW 14 AVE BTW 14 TER & 15 ST (SWALE-WEST) 135 NW 14 AVE & 15 ST (ROUND ABOUT) 136 NW 14 AVE & NW 17 ST (LOT) 137 NW 17 ST & 16 TER ALONG CANT (WEST) 138 NWV9 AVE & 15 ST (MEDIAN) 139 NW 14 ST FROM NW 12 AVE TO NW 14 AVE 140 NW N RIVER OR & 22 PL (ROUND ABOUT) 141 NW 14 ST BTW S RIVER DR & 20 CT (ROUND ABOUT) 142 NW 13 ST BTW HOUSE #2500 & DEAD END (SWALE SOUTH) 143 NW 11 ST BTW NW 27 & 22 AV (MEDIAN) 144 NW 26 AV RD BTW 24 CT & XPWY (SWALE) 145 NW 23 AV BTW NW 11 & 7 ST (MEDIAN) 146 NW 22 PL BTW 9 ST & XPWY (N. GUARDRAIL) 147 NW 22 CT BTW 9 ST & XPWY (N. GUARDRAIL) 148 NW 9 ST BTW NW 21 CT & 18 AV (EXPRESSWAY) 149 ALONG NW 18 AV & 17 PL & NW 7 ST (MEDIAN) 150 NW 17 CT BTW 7 ST & XPWY (N. GUARDRAIL) 151 NW 17 CT BTW NW S. RIVER DR & XPWY (SWALE WEST) 152 NW S RIVER. DR & 18 AV (MEDIAN) 153 NW 16 AV BTW NW HOUSE #1022 & 10 (SWALE EAST) 154 NW 10 ST BTW NW 18 CT 818 AV (SWALE SOUTH) 155 NW 18 PL BTW NW S RIVE DR & XPWY (S. GUARDRAIL) 156 NW 19 AV BTW 11 ST & XP1(VY (S. GUARDRAIL) 157 W 19 CT BTW 11 ST & XPWY {S. GUARDRAIL) 155 NW 20 AV BTW 11 ST & XPWY (S. GUARDRAIL) 159 NW 21 AVE BTW 11 ST & XF?WY (S. GUARDRAIL) 160 NW 21 CT BTW 11 ST & XPWY (S. GUARDRAIL) 161 NW 11 ST AT NW 18 AVE (TRIANGLE) 162 DELAWARE PKWY BTW 20 tel 27 ST (MEDIAN) 163 NW 13 ST BTW 29 AV XPWY (E GUARDRAIL) 164 NW 28 AV BTW 14 ST & XPWY (ROUNDABOUT) 165 NW' 30 AV BTW 13 & 14 ST (LOT) 166 NW 31 AV BTW 13 ST & CANAL (S GUARDRAIL) 167 NW 13 ST BTW 13 ST & CANAL (S GUARDRAIL) 168 NW 33 CT BTW 14 ST & CANAL (LOT) 69 NW 13 ST BTW 29 AV & XPWY (E GUARDRAIL) ,70 NW 29 AV BTW XPWY & 11 pT (SWALE EAST & WEST) 171 NW 32 AV BTW & XPWY (N GUARDRAIL) 172 NW 32 CT BTW 11 ST & XP1%VY (N GUARDRAIL) 173 NW 32 PL BTW 11 ST & XPWY (N GUARDRAIL) 174 NW 32 PL BWT 13 TER & XPWY ($ GUARDRAIL) 175 NW 33 AV BTW 11 ST & XPVVY (N GUARDRAIL) 176 NW 35 AV BTW 13 ST & XPV(/Y (N GUARDRAIL) 177 NW 35, CT BTW NW 11 & 7 pi. (MEDIAN) 178 NW 13 TER & NW 32 PL (PLANTER) 179 NW 14 ST BTW OVERPASS l& 37 AV (SWALE NO & SO) 180 NW 45 AV BRIDGE OVER COMFORT CANAL (SWALE) 181 SW FLAGAMI BLVD & SW 8 ST (ROUND ABOUT) 182 SW 8 ST & TAMAMI BLVD (ROUND ABOUT) 183 SW 73 CT & SW 8 6T (ROUND ABOUT) 184 NW67 AV BTW.TAMIAMI CANAL RD & CANAL (N GUARDRAIL) 185 TAMIAMI BLVD & SW 4 ST (ROUND ABOUT) 186 SW 68 AV & SW 4 ST (ROUND ABOUT) 187 SW 68 AV & SW 6 ST (ROUND ABOUT) 188 NW'61 AV &"NW 7 ST (MEDIAN) 189 NW,62AV & TAMIAMI CANAL RD (N GUARDRAIL) 190 NW 63 AV & TAMIAMI CANAL RD (N GUARDRAIL) 191 kW"64AV &TAMIAM1 CANARD (N GUARDRAIL) 192 :65 AV & TAMIAMI CANAL RD (N GUARDRAIL) 193 , NW 64 CT & TAM:AM! CANAL. RD (MEDIAN) 194 NW 62 CT & TAMIAMI CANAL RD (MEDIAN) 195 SW 66 AV & SW 2 ST (ROUND ABOUT) 196 Sw 63 CT & SW "6 ST (ROU D ABOUT) 197 SW 63. CT & SW 2 ST (ROUND ABOUT) 198 5 59CT&SW2ST(LOT) 199 SW 59 AV & SW 2: TERR (ROUND ABOUT) '2200 SW 5' AV & SW3 S'i".'(;ROUND ABOUT) 69s:AV & SW 4 ST (ROUND ABOUT) 12 ; SW 80 AV & SW 4 ST (ROUND ABOUT) 13 SW 65 AV & SW 4 ST (ROUND ABOUT) 204 NW 63 AV & NW 2 ST (ROUND ABOUT) 205 NW 58 AV & NW 3 ST (ROUND ABOUT) 206 NW 68 AV & NW 2 ST (ROUND ABOUT) 207 SW 47 AV & SW 4 ST (ROUND ABOUT) TRAFFIC CIRCLE 208 SW 47 AV & SW 2 ST (ROUND ABOUT) TRAFFIC CIRCLE '209 SW 47 AV & $W 5 ST (ROUND ABOUT) TRAFFIC CIRCLE 210 $W 48 AV & SW SW 4 ST (ROUND ABOUT) TRAFFIC CIRCLE 211 • SW 48 AV & SW 5 TER (ROUND ABOUT) TRAFFIC CIRCLE 212 SW 51 CT & SW 6 $T (ROUND ABOUT) TRAFFIC CIRCLE 213 SW 52 AV & SW 5 ST (ROUND ABOUT) TRAFFIC CIRCLE 214 SW 55 AV & SW 5 TER (ROUND ABOUT) TRAFFIC CIRCLE 215 $W 38 CT BTW W FLAGLER ST & SW 4 ST (MEDIAN) 216 NVV 40 CT & NW 5 ST (ROUND ABOUT) TRAFFIC CIRCLE 217 NW 39 AV & NW 3 ST (ROL,ND ABOUT) TRAFFIC CIRCLE 218 NW 39 AV & NW 2 ST (ROU D ABOUT) TRAFFIC CIRCLE 219 $W 40 AV & SW•2 TER (ROUND ABOUT) TRAFFIC CIRCLE 220 SW 43 AV & SW 5 TER (ROUND ABOUT) TRAFFIC CIRCLE 221 SW 45 AV & SW 4 ST (ROUND ABOUT) TRAFFIC CIRCLE 222 SW 32 CT RD BTW SW 33 AV & W FLAGLER ST (MEDIAN) 223 SW 33 AV BTW SW 6 & 8 ST (MEDIAN) 224 SW 5 ST & SW 31 AV (ROUND ABOUT) 225 NW 23 PL BTW NW 7 & 3 ST (ROUND ABOUT) 226 GLENNROYAL PKWY BTW NW 1 & 22 AV (MEDIAN) 227 GLENNROYAL PKWY & NW 1 AV (MEDIAN) 228 GLENNROYAL PKWY & 23 AV (MEDIAN) 229 W FLAGLER ST & SW 1 ST MEDIANT) 230 SW 8 ST BTW SW 27 & 17 AV (MEDIAN) 231 NVV 17 AV BTW 5 & 6 ST (MEDIAN) 232 SW 22 AV & SW 7 ST (MEDIAN) 233 SVV 8 ST BTW $W 17 & 7 AV (SWALE N & S) 234 NW 17 AV BTVV 5 & 6. ST (HUMP) 235 NW 1 AV & NW 1 ST (MEDIAN) 239 NW 1 AV BTW NW 5 & 7 AV (SWALE W) 237 SW 5 ST BTW 3 AV & MIAMI RIVER (GUARDRAIL) 238 SW $ RIVER DR BTW NW 1 ST & SW 4 ST (SWALE E & W) 239 NW N RIVER DR NTW SW 2IAV & NW 5 ST (SWALE E & W) 240 NW 4 ST & NW N RIVER DR (MEDIAN) 1,41 $ MIAMI AV & SW 4 ST (MEDIAN) .!42 1 -$W S RIVER DR (LOT) CONTRACT -OR 243 25 SW 8 RIVER DR (LOT) CONTRACTOR 244 109 SW S RIVER DR (LOT) CONTRACTOR 245 19 SW N RIVER DR (LOT) CONTRACTOR 246 121 SW N RIVER DR (LOT) CONTRACTOR 247 114 SW N RIVER DR (LOT) CONTRACTOR 248 BISCAYNE BLVD BTVV CHOPIN PLAZA & NE 7 AV (MEDIAN) PARKS 249 SW SE 15 RD BTW SW 11 ST & S BAYSHORE DR (MEDIAN) 250 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) 251 SW 17 RD S MIAMI AV & XPWY (GUARDRAIL S) 252 . SW 28 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 253 $W 18 TER S MIAMI AV & XPWY (GUARDRAIL S) 254 SW 19 RD EAST OF 5 MIAM AV (DEAD END W) 256 SW 20.RD BTW SWAMI AV & XPWY (GUARDRAIL S) 256 SW-21.RD BTW &MIAMI AV & XPWY (GUARDRAIL S) 257 SW 22 RD $ MIAMIAV, & XPWY (GUARDRAIL S) 258 SW 23 RD BTW S MIAMI AV 4 XPWY (GUARDRAIL S) 259 $W 24- RD BTW $ MIAMI AV & XPWY (GUARDRAIL S) 260 SW 1. AV BTW SW 27 RD & 15 RD (MEDIAN) 261 - 8W'2.5 RD BTW BISC BAY & XPWY (MEDIAN) 262. SW 24 RD BTW $-MIAIVII AV & SW 3 AV (MEDIAN) 263 '$W 23 RD EITWS MIAMI-AV E & $W 4 AV (MEDIAN) 264 SW.2 AV BTW SW 19 RD & XPWY (GUARDRAIL W) 265 SW:2 CT BTIAISW 18 RD & XPWY (DEAD END & LOT) 266 $W 207 BTW SW 17 RD& XPWY (GUARDRAIL E) 267 • SW 11 'ST ST 4 AV & XPWY (GUARDRAIL W) 28 BTW SW 3 AV & XPWY (GUARDRAIL E) 269 10• ST Erri•ArSIN 4 AV & XPWY (GUARDRAIL W) 270 $W 4 AV BTW SW 8 & 10 ST (SWALE W) 271 $SN'SAV BTW $VV,I3& 10 ST (SWALEE) 272 SSAYSHORE DR BTW SE 14, ST & 15 RD (SWALE ) 273 SW 2 AV BTW SW 23 & 27 RD (MEDIAN) '74 SBAYSFiORE DR BTW SE 14 ST & 15 RD (SWALE. E & W) 15 SW 12 ST BTW BRICK BAY DR & BISC BAY (SWALE N&S) 276 SW 13 AV BTW SW 8 & 22 ST (MEDIAN) CUBAN MEMORIAL BLVD 277 SW 27 RD BTW SW 1 & 5 AV (MEDIAN) 278 $W 26 RD BTW SW 1 & 5 AV (MEDIAN) - 279 SW 26 RD BTW SW 2 & 5 AV (MEDIAN) ?80 SW 24 RD BM/ SW 3 & 5 AV (MEDIAN) 281 SW 23 RD BW SW 3 & 6 AV (MEDIAN) 282 SW 1 AV BTW SW 25 & 28 RD (MEDIAN) 283 SW 24 RD & SW 10 AV (MEDIAN) 284 SW 25 RD & SW 13 st (MEDIAN) 285 $W 9 AV & SW 10 ST (MEDIAN) 286 SW 24 RD & SW 9 AV (ROUND ABOUT) TRAFFIC CIRCLE 287 SW 23 RD & SW 7 AV (ROUND ABOUT) TRAFFIC CIRCLE 288 SW 26 RD & SW 7 AV (ROUND ABOUT) TRAFFIC CIRCLE 289 SW 28 RD & SW SW 7 AV TUND ABOUT) TRAFFIC CIRCLE 290 SW 22 RD & SW 5 AV (ROU D ABOUT) TRAFFIC CIRCLE 291 SW 25 RD & SW 5 AV (ROUND ABOUT) TRAFFIC CIRCLE 292 SW 28 RD & SW 5 AV ( ROUND ABOUT) TRAFFIC CIRCLE 293 SW 25 RD & SW 4 AV (ROUND ABOUT) TRAFFIC CIRCLE 294 SW 27 RD & SW 4 AV (ROUND ABOUT) TRAFFIC CIRCLE 295 SW 29 RD & SW 4 AV (ROUND ABOUT) TRAFFIC CIRCLE 296 SW 31 RD & SW SW 4 AV (ROUND ABOUT) TRAFFIC CIRCLE 297 SW 25 RD & SW 2 AV (ROUND ABOUT) TRAFFIC CIRCLE 298 SW 28 RD & SW SW 2 AV ( OUND ABOUT) TRAFFIC CIRCLE 3011 SW 16 AV & SW 19 ST (RO ND ABOUT) TRAFFIC CIRCLE 299 SW 16 AV & SW 20 ST (RO ND ABOUT) TRAFFIC CIRCLE 301 SW 22 ST BTW SW 17 & 27AV (MEDIAN) CORAL WAY CONTRACTOR 302 SW 10 ST RD BTW SW 8 &10 ST (MEDIAN) 303 SW 21 AV & SW1,6 ST (RO1,ND ABOUT) TRAFFIC CIRCLE 304 SW 18 AV & SW 16 ST•(ROUND ABOUT) TRAFFIC CIRCLE 305 $VV 19 AV & SIN 17 ST (ROUND ABOUT) TRAFFIC CIRCLE 306 SW 19 AV & SW 19 ST (ROUND ABOUT) TRAFFIC CIRCLE 307 SW 19 AV .& SW 21 ST (ROOND ABOUT) TRAFFIC CIRCLE 308 SW 23 AV & $W 20 ST (ROLND ABOUT) TRAFFIC CIRCLE 309 SW 24 AV & SW 18 ST (ROLND ABOUT) TRAFFIC CIRCLE 310 SW 24 AV & SW 16 ST (ROUND ABOUT) TRAFFIC CIRCLE 311 SW 24 AV & SW 14 ST (ROUND ABOUT) TRAFFIC CIRCLE 312 SW 23 AV & SW 11ST (ROUND ABOUT) TRAFFIC CIRCLE 13 pW 24 AV & SW 10 ST (ROUND ABOUT) TRAFFIC CIRCLE ..,14 SW 8 ST TO SW 10 ST FROM SW 19 AVE TO SW 22 AVE 315 • SVV 27 AVE FROM SW 8 ST TO SW 16 ST 316 W, 22 ST BTAN'SW 27 & 37 AV (MEDIAN) CORAL WAY CONTRACTOR 317 SW 32 AV BTW SW 21 & 16 ST (SWALE IN) 318 SW 16 ST BTW SW 32 & 34 II‘\/ (SWALE S) 319 SW 11 ST BTWSW 36 CT & po AV (MEDIAN) 320 SW 33 AV BTW DEAD END & SW 8 ST (MEDIAN) 321 SW 37 AV & SW 20 ST (ME*N) CONTRACTOR 322 SW 9 ST BTW SW 29 CT & 3p AV (SWALE N) 323 SW 29 AV & SW 10 ST (ROUND ABOUT) TRAFFIC CIRCLE 324 SW 29.AV & 11 ST (ROUND ABOUT) TRAFFIC CIRCLE 325 SW 29 AV & SW 14 ST (ROUND ABOUT) TRAFFIC CIRCLE 326 CORAL GATE DR & SW 16 TER (ROUND ABOUT) TRAFFIC CIRCLE 327 ., CORAL GATE DR & SW 17 Sir (ROUND ABOUT) TRAFFIC CIRCLE 328 SW 32 CT & SW 18 ST (ROUND ABOUT) TRAFFIC CIRCLE 329 SW 33 AV & SW 21 ST (ROUND ABOUT) TRAFFIC CIRCLE 330 CORAL GATE DR"& SW 21 sr (ROUND ABOUT) TRAFFIC CIRCLE 331 CORAL GATEIOR.8, SW 20 ST (ROUND ABOUT) TRAFFIC CIRCLE 332 . &DIXIE HWY BTW SW AVA,BIRDRD(SWALE N) 333 . $ DIXIE HItIPA& $IN 28 TER (IIIIEDIAN) . ,334. -: i ,E5.i29 AV,&SWf27 TER(N,(UARDRAIL) • 335 SW 27 AVE FROM.U,S1'10 SNIP ST 336 GRAND AVETOHIBISCUS FROM DOUGLAS RD TO MAIN HWY 337 ! GRAND AYE tO;BIRDAVE TOM DOUGLAS RD tb vi,Rikiak PARK -SS& . 7 SI*36.AVEMD.SIN'22ST ( t ORIN S19E MEDIANS) 339 ' SW 27 ROAD FRog a ,MIAMI COURT TO DEAD END . 340 - $. DIXIE.HWY alw SW.27 & 17 AV (SIAtALE N) 341:::, .--I sliixiEttiwy4 $W 27 TER (MEDIAI4) • . • 342 ' ' ORRIS.L6113*(TIGFIR TAIL AB & DEAD END (MEDIAN) 43 '.''': ' .• WEE12A OttirrAtSA;r*SHORE LOASC SAY (LOTAII.Ey) 344 1'6 MATIOIVANe&tiN 27 AV (MEDIAN)' 3-415 - , 9-1VASKIRP:::N BTW FAIR ISLE. $T & FAIRHAVEN PL (MEDIAN) 6 SW1-8 AV & SW 22 TER' (ROUND ABOUT) TRAFFIC CIRCLE 7 SW 18 AV & SW 24.TER (RopNb ABOUT) TRAFFIC CIRCLE • 1 , • • 348 SW 19 AV & SW 23 ST (ROUND ABOUT) TRAFFIC CIRCLE 349 SW 19 AV & SW 24 TER (ROUND ABOUT) TRAFFIC CIRCLE 350 SW 21 AV & SW 24 TER (ROUND ABOUT) TRAFFIC CIRCLE 351 SW 23 AV & SW 23 TER (ROUND ABOUT) TRAFFIC CIRCLE • t52 SW 23 AV & sw 24 TER (ROUND ABOUT) TRAFFIC CIRCLE 353 SW 23 AV & SW 25 TER (ROUND ABOUT) TRAFFIC CIRCLE 354 SW 24 AV & SW 23 TER (ROUND ABOUT) TRAFFIC CIRCLE 355 SW 24 AV & SW 24 ST (RIND ABOUT) TRAFFIC CIRCLE 356 SW 24 AV & SW 25 ST (ROUND ABOUT) TRAFFIC CIRCLE 357 SW 24 AV & SW 26 ST (ROUND ABOUT) TRAFFIC CIRCLE 358 SW 24 AV & SW 27 ST (ROLND ABOUT) TRAFFIC CIRCLE 359 SW 25 AV & SW 23 ST (ROUND ABOUT) TRAFFIC CIRCLE 360 "SW 25 AV & SW 24 TER (ROUND ABOUT) TRAFFIC CIRCLE 361 SW 3 AV BTW SW 22 ST & SW 16 AV (MEDIAN) SIDE ONLY 362 SW 2 TER & SW 3 AV (MEDIAN) 363 SW 22 TER & SW 32 AV (LOT) 364 S DIXIE HWY BTW SW 17 AV & 95 RAMP (SWALE N) 365 SW '1 AV BTW SW 17 & 16 AV (MEDIAN) 366 ALATKA ST BTW S DIXIE HWY & S MIAMI AV (SWALE E) 367 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN (MEDIAN) 368 SE 32 RD BTW S SIXIE HWY & BRICKELL AV (MEDIAN) 369 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT 370 HALISSEE ST & S DIXIE HMI' (MEDIAN) 371 SW 22 AT BTW SW 17 & 12 AV (MEDIAN) CORAL WAY CONTRACTOR 372 SW 16 CT & SW 23 ST (ROUND ABOUT) TRAFFIC CIRCLE 373 BRICKELL AV BTW SW 8 ST & SE 26 RD (MEDIAN) CONTRACTOR 374 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT 375 SW 25 RD BTW SW 2 AV & BISC BAY (MEDIAN) TO BRICKELL BAY 376 CALUSA ST BTW TIGER TAI-. AV & DEAD END (MEDIAN) CONTRACTOR 377 CRYSTAL VIEW CT & BISC BAY (DEAD END & MEDIAN) 378 ROCKERMAN RD BTW S'BAYSHORE DR & BAYSHORE VILLAS DR (MEDIAN) 379 8 DIXIE HWY BTW SW 37 Ay & BIRD RD (SWALE N) 380 LIME CT BTW MATILDA ST 4 DEAD END (ROUND ABOUT) • 381 GRAND AVE & VIRGINIA ST (ROUND ABOUT) 382 MARLER AV BTW DOUGLAS RD & PLAZA ST (ALL) 383 HIBISCUS ST BTVV LOQUAT AV & DEAD END (ALL) CONTRACTOR 384 METRO RAIL BTW SW 37 AV & BIRD RD (SWALES) CONTRACTOR 35 MARLER AV BTW PLAZA ST & HIBISCUS ST (SWALE S) .86 FRANKLIN AV BTW ROYAL T & DOUGLAS RD (PLANTERS) 387 PLAZA ST & PALMETTO AV (LOTS) 388 FRANKLIN AV & ROYAL RD (ROUND ABOUT) CONTRACTOR 389 FRANKLIN AV & PLAZA ST (ROUND ABOUT) CONTRACTOR 390 • VIRGINIA ST & SHIPPING AV (ROUND ABOUT) CONTRACTOR 391 RVINGTON AV BTW DOUGLAS RD & DEAD END (MEDIAN & ROUND ABOUT) 392 METRO RAIL BTW BROOKER ST SW 37 AV (SWALES) 393 VENTURA AV & LA PLAYA BLVD (MEDIAN) 394 SURREY DRBTW BATTERSEA RD & DEAD END (ROUND ABOUT) 395 CULTRY DR BTW BATTERSEA RD & DEAD END (ROUND ABOUT) 396 MAY FAIR DR BTW BATTERSEA RD & DEAD END (ROUND ABOUT) 397 VENTURA AV & LA PLAYA BLLVD (MEDIAN) 398 ,SURREY DR BTW BATTERSEA RD & DEAD END (ROUND ABOUT) 399 CULTRY DR BTW BATTERSEA RD & DEAD END (ROUND ABOUT) 400 MAY FAIR DR BTW BATTERSEA RD & DEAD END (ROUNDABOUT) ADDENDUMS tte tvle4,04 ADDENDUM NO. 1 May 22, 2017 INVITATION FOR BID (IFB) NO.: 700384 CITY LOTS AND RIGHTS -OF -WAY LANDSCAPIN 4121 TO:. ALL PROSPECTIVE BIDDERS: The purpose of this Addendum is to change the notification settings related to Attachment's B, 0, and D from . "To Buyer", to "To Supplier". THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. 1064F nie Perez, CPPO, Direct° f Procurement a a ADDENDUM NO. 2 May 25, 2017 INVITATION FOR BID (IFE3) NO.: 700384 CITY LOTS AND RIGHTS-,OF.WAY LANDSCAPING, I4O1,21 TO: ALL PROSPECTIVE SlpDERS: Due to unforeseen circurnstances the Pre -Bid Conference for IFB No. 700384 scheduled for May 25, 2017 10:00 a.m. was cancelledThe Pre-Bld Conference has been re -scheduled for Tuesday, May 30, 2017 at 10:00 a.m. at the City of Miami MRC, 444 SW 2nd Avenue, eth Floor Large Conference Room, Miami, FL 33130. Duo to this change, the Deadline for Request for Clarification period has been extended to Friday, June 9, 2017 at 5:00 p.m. Due to this change, the IFB Closing Date has been extended to Wednesday, June 21, 2017 at 2:00 p.m. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THREOF. nie Perez, CPPO, Director of locurement • /4;‘,444d1 ADDENDUM NO. 3 June 13, 2017 INVITATION FOR BID NO.: 700384 CITY LOTS AND RIONTS-0E-WAY LANDSCAPING, IVI-0121 TO: •ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, andior deletions amend the above -captioned Invitation for Bid (tFB) and shall become an integral part of the bid submitted and the Contract to be executed for City Lots and Rights -of -Way Landscaping, M-0121 IFB No.: 700384 (the "Project"). Please note the contents herein and affix same to the dOcuments you have on hand. Requests for informatipn -Since issuance of IFB No.: 700384 on May18, 2017: Ql. Who is currently providing the Services? Please send a copy of the bid sheet originally submitted. Al. Thomas Maintenance Services, Inc. is currently providing these services and their bid sheet is attached hereto as Attachment 1. 02. What are the alloWed work hours for each area contained in this bid? A2. Works hours are Monday through Friday 08:,00 a m - 05:-00 p.m. The Contractor is prohibited from Mocking traffic during peak traffic hours. Q3. Please confirm that there is no palm or tree trimming included in this bid. A3. There is palm and tree trimming included in the bid, refer to Attachment B .Price Sheet of the IFB. Q4. Please confirm that fertilization of the City lots, rights -of -way and swates are not included in this bid. it was not detailed on Attachment B. A4. Fertilization will only be required for new plantings, even if said new plantings are located on City lots, rights -of -way, or swales. Q5. Line Item 10 on Attachment B - Price Sheet is requesting price for live oaks of 30 gallon, 1 '- 12' clear trunk. This specification does not exist. Please clarify. AS. This specification does exist. See Attachment 2 of this Addendum. )6. Line Item 11 on Attachment B - Price Sheet is requesting price for Royal Palms of 30 gallon 6'- 8' grey wood, This specification does not exist. Please clarify. A6. Line Item 11 onAttachment B — Price Sheet is hereby amended to read: Furnish alliabor, material and equipment necessary for installing new Royal palms— Roystonea elate, (6'- 8' grey wood), field grown in clay soil, including watering, and 1 year warranty. 07. a) Is there a bid bond and performance bond requirement? b) If so, is the bid bond based .on 1 year total? A7. a) Refer to ArtiOe 2.8 Bid Bond. A five percent (5°A)) Bid Bond is required with submission of the bid by bkil due date. • b) Refer to Article 2.9 Performance and Payment Bond. A one hundred percent (100%) Performance BOnd is required within fifteen (15) calendar days of being notified of the awardbased on a two (2) year Contract period, and the Performance and Payment Bond Must be renewed by the Contractor for each Contract renewal option. IRIS ADDENDUM IS .4,N ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE. MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement c: IFB File • City Lots and Rights -of -Way/ Landscaping, filk0121 2 Addendum 3 Bid No.: 700384 ' ATTACHMENT I 00400. PROPOSAL BID FORM: (Page lof 9) City ofMiami, Florida Office of the City Clerk City Hall, 1=Floor 3500 Pan American Drive Miami, Florida 33183-85Q4 \ Fkm�Nom� � ��� Awt \ y°.`A,~7 \ \ | k�>\ \�L � ` The underaignad, as Bidder, hereby declares that the only persons interested in this bid as phno'�are � named herein and that noperson other than herein mentioned has any interest in this bid orinthe Contract tobeentered into; that this bid hymade without connection with any other firm, orparties making abid; and that it�is, in all respects, made fairly and ingood faith without collusion o,fraud. The Bidder further declares that it has examined the site of the VVnrK and informed itself fully of all conditions pertaining to the place where the Work is to be done; that ithas examined the Contract Documents and all addenda thereto furnished before the opening of the hida, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that ithas submitted the required Bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agneea, if this bid is eooeptad, to contract with the City, a State of Florida municipal oorporct|un, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, rneohino[y, too/n, appa,atua, 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: 1142'014 Title: CITY LOTS AND RIGHTS OFWAY LANDSCAPING CONTRACT, K8'0002 The Bidder also aQnama to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not |eoo than the total bid price plus alternates, if any, and to furnish the rmquinmdOert|floete(a) of -Insurance. ' ' ' The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails to swecVha said Controct, 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 ennm. the Bidder agrees that these errors are errors which may be corrected by the City. In the event of discrepancy between the price bid in figures and the price bid in vvonds, the pduo 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 maoo of an error in the extension of pdneo, the numerical unit price will govern, Bid No. 11-12-014 Page 17 } � ` 004OO. PROPOSAL B|^FORM: (Page 2of8) Not*: Bidders are bidding on u TOTAL bid cost basis for the purpose of' determining the lowest responsive and responsible bidder, However, Bidders will bepaid based nnthe line item hroukduwn contained in the Bid Form, with payments based on uutuu| xvorkpndbrm�d Bidders must submit bid ' prices furall (hama. Failure to b/d on all items wiwillresult |n the bid bn|nq rn/nn'od as nnn'respqnoivp The Cdyvv0uvvard a Contract to the lowest responsive responsible Bidder based -n the total Combined Total Price stated below, Our items und1umpsum bid prices Include the total cost for the work specified inthis bNoo�ngoffumieh�g all materials, labor, equipment, ouAew��n. moN|bsUon. overhead & profit required, ~~~~'~ inyc[ |n --'na-�gnuev�th tha Bid Specifications, ' ` °°°°°°^^°"~°°°v***°°°°°*°^°°°°°*°*^'°°+^°k°+**°°"*^°^°°°°°°°°*°°*^°°*° TOTAL B0/ The sum of items 1 through 14 booed on aone (1) year completion time P. v \ �r Written Amount ^°°°*^"^*^`°°Ar°°^°^*^°°°*°°°*°°**^°°°°*°°°°°^°°^°°w°°^,°°°^°°°°~^°°^° Note tnBidders: The City reserves the right tnreject any and all bids. The City Mayopt M)the Contract for four (4) additional one (1)year�rmyau�eo to of funding mcontractor's ' ~`~'~~'"n m The Bid price is for aone year, three hundred sixty five' calendar days oomp|aUootino The price 'oeof zneopzmntoenavvbarmeiabooedontheTota|Bidpricoon' no dd/t/cncorOpenaationvvU/ be allowed, Uowe" Bid No. 11-12-014 Pnge/8 Line No. Item cost Item Quantity Frequency Per year Total Cost= Item cost * Item quantity * frequency 00402 SCHEDULE OF BID PRICES — PAY ITEMS NI-0082 Page 1 of 2 Pay Item Description City Parcels and Miscellaneous Lots — Section 01000 per year Price for 1,058,420 square foot of mowing the grassed areas, weed -eating, trirnming, herbicide spraying, insect spraying, litter pick up, and debris removal, on a monthly basis of any the 162 city parcels and miscellaneous lots locations (24.298 acres) as listed in Division 2C. $ 0.00 & 1,058,420 sq. ft. 12 times a year $ 2.4 -11 c0I2-CC0- 2 Furnishing all labor, material and equipment necessary for lot clearing services of 10 city lots, minimum dimensions 50' by 100for a typical lot, including the removal of vegetative and non -vegetative debris by mechanical means, utilizing a heavy equipment machinery such as bulldozer or a scraper for any type of condition inside the lot area in order to back blade (level off) the property lot, hauling the debris from the site to an approved waste facility, and watering the property site for dust control and adding St. Augustine (Floratam) Solid Sod including fine sand, top soil, watering, etc. $ ricl.c1 10 lots —1 (50' x 100' typical lot) $ R Rights of Way and Swale Areas - Section 01000 3 Price for 10,000 square foot of movving, weeding, trimming, herbicide spraying, insect spraying, litter pick up, and debris removal, on a monthly basis of any rights of ways and swale areas — See Division 2C for locations. $ 0 03,5 10,000 sq. ft. 12 times a year $ 3 't----: , Other Landscaping Maintenance Items 4 Erecting/ Staking and Bracing 10 fallen trees/palms, 1" to 10" d.b_h., including all appurtenances at citywide locations. 10 1 $ 5 1 0 stump removal, 0"-12" trunk diameter, including root removal and surface restoration, at citywide locations $ ,, 2_ 10 1 $14 6 10 Stump removal, 13"-24' trunk diameter, including root removal and surface restoration at locations citywide 10 1 $ 7 10 Stump removal, 25"-36" trunk diameter, including root removal and surface restoration at locations citywide 375- 10 $ ,, _ -_, t --2 _ 8 10 Stump removal, more than 37" in trunk diameter, including root removal and surface restoration at locations citywide $ 5 10 $56-0 ,`5 ". :- 9 Install 1,000 square feet of St. Augustine Grass (Fioratam) Solid Sod including fine sand, top soil, watering, etc. at locations citywide, as per Division 2B. $ 1,000 sq_ ft. 1 $ Bid No. No. 11-12-014 Page 26 Line No. 00402 SCHEDULE OF BID PRICES — PAY ITEMS M-0082 Page 2 of 2 Pay Item Description item Cost Item Quantity FrequencyItem Per year Total Cost= I cost* Item quantity * frequency 10 Furnishing all labor, material and equipment necessary for installing 50 new Gumbo Limbo trees, (30 gal., 10'-12' clear trunk), including watering and 1 yearwarrantee. 59 50 new trees per year $1.573 -- 11 Furnishing all labor, material and equipment necessary for installing 50 new Royal palms — Ro stonea elata, (30 gal., 6'-8vv , including watering and 1 year warrantee. $,,-1 0 4- c-) 4 50 new aims 1 $ 12 Furnishing all all labor, materials and equipment necessary for the installation of 10 cubic yards of fine sand (crush limerock) at eroded areas in the swale and medians of the public right of way and including water for dust control. $ SO 2 10 cubic yards 1 $ S.---) -=--- 13 For furnishing all labor, materials and equipment necessary for the installation of 1,000 linear feet of chain link fencing (heavy duty, 6' ht., 6 gauge) including all appurtenances (concrete base, poles, for a secure lot area. $ 2 5 1,000 linear feet 1 $ -• 2sq3 -s.' 14 SPECIAL PROVISIONS = Contingency Allowance $ 30,000 Bid No. 11-12-014 Page 27 Line No. Attachment B Price Sheet IFB 700384 - City Lots and Rights -of -Way Landscaping Item Descriptions Total Cost Item Quantity x Item Cost City Parcels and Miscellaneous Lots 1 Furnish all labor, material and equipment necessary for mowing the grassed areas, weed -eating, trimming, herbicide spraying, insect spraying, litter pick up, and debris removal, on a monthly basis of any the 74 city parcels and miscellaneous lots locations (795,441 Square Feet, 18.26 acres) as listed in Attachment D - Locations of Work. 12 (monthly) 2 Furnish all labor, material and equipment necessary for lot clearing services of 10 City lots, minimum dimensions 50' by 100' for a typical lot, including the removal of vegetative and non -vegetative debris by mechanical means, utilizing a heavy equipment machinery such as bulldozer or a scraper for any type of condition inside the lot area in order to back blade (level off) the property lot, hauling the debris from the site to an approved waste facility, and watering the property site for dust control and adding St. Augustine (Floratam) Solid Sod including fine sand, top soil, watering, etc. 10 Rights -of -Way and Swale Areas 3 Furnish all labor, material and equipment necessary for mowing, weeding, trimming, herbicide spraying, insect spraying, litter pick up, and debris removal, on a monthly basis of any rights -of -ways and swale areas (10,000 Square Feet) - See Attachment D - Locations of Work. 10,000 Square Feet Other Landscaping Maintenance Items 4 Erecting / Staking and Bracing fallen trees/palms, 1" to 10" d.b.h., including all appurtenances at Citywide locations. 10 5 Stump removal, 0"-12" trunk diameter, including root removal and surface restoration, at Citywide locations. 1 6 Stump removal, 13"-24" trunk diameter, including root removal and surface restoration at Citywide locations. 1 7 Stump removal, 25"-36" trunk diameter, including root removal and surface restoration at Citywide locations. 1 8 Stump removal, more than 37" in trunk diameter, including root removal and surface restoration at Citywide locations. 1 9 Install St. Augustine Grass (Floratam) Solid Sod including fine sand, top soil, watering, etc., at Citywide locations. 1,000 Square Feet 10 Furnish all labor, material and equipment necessary for installing new Live Oak trees, (30 gal., 10'-12' clear trunk), including watering, and 1 year warranty. 10 11 Furnish all labor, material and equipment necessary for installing new Royal palms - Roystonea elata, (6'-8' grey wood), field grown in clay, including watering, and 1 year warranty. 10 12 Furnish all labor, materials and equipment necessary for the installation of fine sand (crush limerock) at eroded areas in the swale and medians of the public right of way and including water for dust control. 10 Cubic Yards 13 Furnish all labor, materials and equipment necessary for the installation of chain link fencing (heavy duty, 6' ht., 6 gauge) including all appurtenances (concrete base, poles, etc.) for a secure lot area. 1,000 Linear Feet 14 Contingency Allowance $30,000.00 TOTAL BID Attachment 2 $160,00 m de 1 t rdr9 tr 1t }, tdt,FFi a a one ifrat t, cr r ATTACHMENT A INSURANCE ADDENDUM INSURANCE DEFINITIONS, REQUIREMENTS AND CONDITIONS The VENDOR/CONTRACTOR agrees to provide and maintain throughout the life of this contract and at Vendor/Contractor's expense insurance coverage outlined herewith as applicable insuring all operations related to the contract and any extensions thereof. Workers Compensation and Employers Liability Statutory and subject to the Laws of the State of Florida. This coverage protects against lawsuits stemming from workplace accidents. It provides for medical care to injured employees, along with compensation for lost income. Commercial General Liability It protects against accidents and injuries that occur on company property or the property of a customer. It compensates an injured person or owner of property for injuries and property damages, and the cost of defending lawsuits, including legal settlements or investigations. This policy also covers claims resulting from products exposures, libel, slander, copyright infringement and other personal and advertisement injuries. Commercial Automobile Liability It protects against liability, no fault, medical payments, uninsured and underinsured motorists claims, collision and other than collision physical damage. In addition, this policy affords coverage on autos that are hired or borrowed or non -owned for use in the business. The non -owned can be autos owned by employees or members of their households. Non Owned Auto exposures can be endorsed or added under the Commercial General Liability Policy. Professional/Errors and Omissions Liability Used by many professionals such as engineers, lawyers, accountants, stock brokers, financial advisers, insurance agents, court reports, dentists, nurses and teachers. It protects against the financial effects of liability lawsuits filed by clients. It basically protects professionals who cause harm to a client due to incompetence, errors or negligence. Umbrella Liability It protects against liability and losses after primary insurance benefits have been exhausted. This supplemental coverage kicks in only after the underlined liability policies have paid their maximum benefits. Environmental Liability It protects against the financial costs of claims of injury or damage due to pollution, and other costs of cleaning up pollutants. These policies are designed to cover both property and liability risks. Directors and Officers Liability This coverage protects against claims from stockholders, employees and clients that are also aimed individually at directors and officers. These claims typically stem from errors in judgement, breaches of duty and wrongful acts in connection with company business. Cyber Liability It protects against costs of the theft, destruction or unauthorized use of electronic data through computer viruses or network intrusions. It also adds protection to a business against such costs if a business fails to safeguard another party's electronic data. Companies sharing data outside their internal network benefit from this coverage Commercial Property It protects against claims or damages to the insured's buildings, business personal property and personal property of others. It can also provide for loss of business income coverage or extra expenses incurred because of physical loss by a covered peril to the insured's property. Commercial Crime It protects against loss of money, securities and other property because of a variety of criminal acts such as employee theft or embezzlement, burglary, robbery, forgery, computer fraud, kidnapping and extortion. Crime insurance also covers money and securities against damage or destruction by almost any cause of loss, not just crime. Builders Risk It protects against damage to or destruction of buildings or other structures during their construction. Any party with a financial interest in a construction, remodeling, or repair project benefits from this coverage. Surety Bonds Surety bonds are three party contracts. The principal, the party that undertakes the obligation, pays for the issuance of a bond by a surety company. The bond provides capital to guarantee the obligation will be performed. The obligee is the party that receives the benefit of the bond If the obligation is improperly performed. Valuable Papers It pays for the cost to reconstruct damaged or destroyed valuable papers and records. Typically is defined to include almost all forms of printed documents or records with the exception of money or securities, and data and media which is usually excluded. Additional Requirements The Vendor/Contractor must furnish the City of Miami, Department of Procurement, and Risk Management located at 444 S.W. 2nd Avenue Miami, Florida 33130, original Certificates of insurance to be in force on the date of this Contract, and Renewal Certificates of insurance thereafter. All policies indicated on the certificate must be in compliance with all Contract requirements. The failure of the City to obtain the applicable or corresponding certificates from Contractor is not a waiver by the City of any requirements for the Vendor/Contractor. The Vendor/Contractor must furnish Certificates insurance listing the City of Miami as an additional insured. All insurance certificates must be signed, dated and reference the City contract number. The insurance must provide for sixty (30) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non -renewed. Any deductibles or self -insured retentions on referenced insurance coverages must be borne by Vendor/Contractor. The Vendor/Contractor further agrees to have insurers waive their rights of subrogation against the City of Miami, its employees, elected officials, agents, or representatives. The coverages and limits furnished by Vendor/Contractor in no way limit the Vendor/Contractor's liabilities and responsibilities specified within the Contract or law. Any insurance or self-insurance programs maintained by the City of Miami shall not contribute with insurance provided by the Vendor/Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If the Vendor/Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or Limited Liability Company and each of its separate constituent entities as named insureds. The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless otherwise specified in this Contract. If the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Miami Risk Management Department maintains and reserves the right to modify, delete, alter or change these requirements. Attachment B: Reference Submittal Form IFB 1316386 — City Lots and Right of Way Landscaping Services FIRM NAME: Reference Section 2.13 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): Past Performance Reference Check #2 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Contact E-mail (if applicable): Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): Past Performance Reference Check #3 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Contact E-mail (if applicable): Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): POLICY NUMBER: APM- 2-19 DATE: March 26, 2019 ISSUED BY: Emilio T. Gonzalez, Ph.D. City/1 I�naaer/Desi SIGNATURE CITY OF MIAMI L _ ), * * IYCORPEORATfD J 18 9R f . .L�` ADMINISTRATIVE POLICY REVISIONS REVISED DATE OF SECTION REVISION Created 3/26/19 SUBJECT: ELIMINATING THE PROCESS OF CURING IRREGULARITIES IN DOCUMENTS SUBMITTED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ), REQUEST FOR PROPOSALS (RFP), REQUESTS FOR LETTERS OF INTEREST (RFLI), INVITATION FOR BIDS (IFB), INVITATION TO BID (ITB), INVITATION TO QUOTE (ITQ), AND REQUEST FOR SPONSORSHIP (RFS) EFFECTIVE MAY 6, 2019 PURPOSE: To improve the procurement solicitation process in order to provide internal and external customers with a more efficient and effective procurement of goods and services for the City of Miami. This APM establishes guidelines that eliminate the process of curing irregularities in proposals and bids submitted in response to RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS. BACKGROUND: Currently, the Department of Procurement ("Procurement") allows Proposers and Bidders to cure certain deficiencies, deviations, irregularities, omissions, and/or technicalities in proposals and bids submitted to the City in response to RFQs, RFPs, RFLIs, IFBs, ITBs, ITQs and RFS. In collaboration with the Department of Innovation and Technology ("Dolt"), Procurement has identified the process of curing as the cause of significant delays in formal solicitation process. When proposals and bids require a cure, Procurement sends out a "Notice to Cure" to Proposers and Bidders who are then given additional time to correct, complete, and re -submit the required documents. The process of curing is time intensive and delays the procurement of necessary goods and services for the City; it prolongs the due diligence review period and it stalls and delays the evaluation and selection process, resulting in the extension of time between the issuance of an RFP, RFQ, RFLI, IFB, ITB, ITQ, or RFS solicitation and its award date. City of Miami APM 2-19 Elimination of Curing Irregularities in Documents Submitted for RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS Eliminating the process of curing will streamline and improve the overall procurement solicitation process while making it more efficient by removing a source of delay, and more effective by concentrating due diligence reviews only on complete and responsive proposals and bids. Additionally, it is not a common procurement industry practice to allow cures. Other local public agencies such as Miami -Dade County and the Miami -Dade County Public School System do not presently allow cures in such similar instances. GUIDELINES: Procurement will only review and evaluate proposals and bids that have been deemed responsive. Responsive bids and proposals responses are defined by our Procurement Code.' Prospective Proposers and Bidders should understand that non -responsive proposals or bids will not be reviewed and will be eliminated from the evaluation and selection process. The City will not consider the curing of any proposal or bid that fail to meet the minimum qualifications or submission requirements of an RFQ, RFP, RFLI, IFB, ITB, ITQ, or RFS as applicable. Material deficiencies, deviations, irregularities, omissions, and/or technicalities are not waivable. Proposals and bids submitted with deficiencies, irregularities, omissions, and/or technicalities that deviate from the minimum qualifications and/or submission requirements for RFQs, RFPs, RFLIs, IFBs, ITBs, ITQs and RFS shall result in a non -responsive determination. The following list includes, but is not limited to, proposal and bid deficiencies, deviations, irregularities, omissions, and/or technicalities that shall result in a non -responsive determination for any solicitation issued on or after May 6, 2019: If a proposal or bid is missing forms, or contains unnotarized forms, unsigned forms, incorrect forms, or forms signed by any individual, other than the Proposer or Bidder, Proposer's or Bidder's team members, and/or individuals attesting to the stated project experience, the Proposer or Bidder will not be given time to cure the proposal or bid, and the City shall deem such proposal or bid non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations not listed above. Such minor deficiencies, deviations, irregularities, omissions, or technicalities may be timely cured by the Proposer or Bidder, at the sole discretion of the City. Material (i.e. substantial or notable) deficiencies, deviations, irregularities, omissions, or technical issues cannot be cured by the Proposer or Bidder and are not waivable by the City. For illustrative guidance please see below an excerpt from State of Florida procurement instructions which discuss the difference in plain language between material and minor variances. Responsive bidder, proposer, offeror, or respondent means a business which has submitted a bid, offer, proposal, quotation or response which conforms in all material respects to the solicitation. Sec. 18-73, City Code. (Excerpt from 2012 WL 1155290 (F1a.Div.Admin.Hrgs.) Mandatory Responsiveness Requirements: Terms, conditions or requirements that must be met by the proposer to be responsive to this RFP. The responsiveness requirements are mandatory. Failure to meet the responsiveness requirements will cause rejection of a proposal. Any proposal rejected for failure to meet mandatory responsiveness requirements will not be evaluated. 2 City of Miami APM 2-19 Elimination of Curing Irregularities in Documents Submitted for RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS 1.15 Material Deviations: The Department has established certain requirements with respect to proposals to be submitted by Proposers. The use of shall, must or will (except to indicate simple futurity) in this RFP indicates a requirement or condition which may not be waived by the Department except where any deviation therefore is not material. A deviation is material if, in the Department's sole discretion, the deficient response is not in substantial accord with this RFP's requirements, provides an advantage to one Proposer over other Proposers, or has a potentially significant effect on the quantity or quality of items or services proposed, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a response. Because this is an RFP, the Department will apply this definition liberally in reviewing responses in regard to service delivery. 1.16 Minor Irregularity: A variation from the RFP terms and conditions which does not affect the price proposed or gives the proposer an advantage or benefit not enjoyed by the other proposers or does not adversely impact the interests of the Department. 3 ATTACHMENT D Title: CITY LOTS LANDSCAPING SERVICE IFB No.: 1316386 List of Subcontractors Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: Name of Individual Completing Form: Date: Signature: ATTACHMENT E IFB 1316386 BID PRICE SHEET Line No. Item Description Qty Unit of Measure Item Cost City Parcels and Miscellaneous Lots 1 City Lot Landscaping Services including but not limited to mowing, miscellaneous lot clearing, and watering. Price per square foot. See Attachment I - Locations, for a list of locations, their addresses, and square footage. 1 Sq. Ft. Other Landscaping and Maintenance Items 2 Sodding: Installation of St. Augustine Grass as per Attachment F - Sodding Specification. Inclusive of fine sand, top soil, watering, etc. 1 Sq. Ft. 3 Herbicide/Insect Spraying (per location) 1 location 4 Erecting/Stalking/Bracing (per tree) inclusive of all materials, equipment and labor. 1 Tree 5 Stump Removal 0"-12" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each 6 Stump Removal 13"-24" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each 7 Stump Removal 25"-36" trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each 8 Stump Removal 37" or more trunk diameter including root removal and surface restoration per Section 3.1, Scope of Work. 1 Each 9 Fine Sand (Crushed Limerock) Installation at eroded areas in the swale and medians of public right of ways. Inclusive of all labor, equipment and materials such as water for dust control. 1 Cu. Yd 10 Fencing Installation inclusive of labor, materials, and equipment for a heavy duty 6' ht, 6 guage chain link fence. All appurtenances shall be included. 1 Linear Ft. Right of Way and Swale Areas 11 NE 10TH BTW NE 87TH & 86TH STREET (SWALE E.) EACH 12 NE 87TH STREET BTW BAYSHORE DR & BISCAYNE BAY (E. GUARDRAIL) EACH 13 NE BAYSHORE DRIVE & BISC BAY (N. GUARDRAIL) EACH 14 NE 84TH STREET & BTW HOUSE #1176 & BISC BAY (CANAL) EACH 15 NE 10TH AVE & NE N. LITTLE RIVER DR (S. GUARDRAIL) EACH 16 BELLE MEADE ISLAND DR EAST (ROUND ABOUT) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 17 NE 84TH STREET & NE 3RD AVE (MEDIAN) EACH 18 NE 4TH AVE BTW 84TH STREET & 82ND TERR (S. GUARDRAIL) EACH 19 NE 82ND TERR BTW 4TH AVE & RAILROAD (N. GUARDRAIL) EACH 20 NE 4TH AVE BTW NE 80TH TERR & 79TH STREET (EAST) EACH 21 NE 4TH CT B/W NE 79TH STREET & 77TH STREET RD (HUMP) EACH 22 NE 5TH AVE BTW 78TH STREET & L. RIVER (S. GUARDRAIL) EACH 23 NE 5TH AVE BTW 77TH STREET & L. RIVER (N. GUARDRAIL) EACH 24 NE 76TH STREET & NE 75TH STREET (MEDIAN) EACH 25 NE 73RD STREET BTW 2ND AVE & 3RD CT (RAILROAD) EACH 26 NE 4TH AVE BTW 71ST STREET & 72ND TERR (RAILROAD) EACH 27 NE 83RD STREET & E DIXIE HWY (MEDIAN) EACH 28 NE 82ND TERR & E DIXIE HWY (MEDIAN) EACH 29 MORNINGSIDE -BISCAYNE BLVD TO THE BAY FROM NE 55 ST TO NE 59 ST EACH 30 NW 12TH AVE BTW NW 62ND STREET & 71ST STREET (MEDIAN & WEST) EACH 31 NW 5 AVE FROM NW 67 ST TO NW 71 ST EACH 32 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) EACH 33 FEDERAL HWY BTW NE 37 & 54TH STREET (RAILROAD) EACH 34 NE 36TH STREET BTW FEDERAL HWY & NE 7TH AVE (MEDIAN) EACH 35 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) EACH 36 59 STREET FROM NW 2 AVE TO NE 2 AVE EACH 37 59 ST FROM NE 4 AVE TO BISCAYNE BAY EACH 38 58 ST FROM NE 4 COURT TO BISCAYNE BLVD EACH 39 NE 2 AVE FROM 54 ST TO 71 ST -- TREE GRATES EACH 40 NE 69 ST TO NE 71 ST FROM BISCAYNE BLVD TO NE 10 AVE EACH 41 NW 52ND STREET BTW 7TH AVE & XPW (E. GUARDRAIL) EACH 42 NW 51 STREET BTW 7TH AVE & XPWY (S. GUARDRAIL) EACH 43 NW 6TH CT BTW 46 & 48 ST. (EXPRESSWAY) EACH 44 NW 6TH CT BTW 43 & 46 STREET (EXPRESSWAY) EACH 45 NW 6TH AVE BTW 49 & 53 RD STREET (EXPRESSWAY) EACH 46 NW 6TH AVE BTW 46 ST & 48TH ST (EXPRESSWAY) EACH 47 NW 6TH AVE BTW 46 ST & 47TH ST (S. BAY VISTA PARK) EACH 48 NW 6TH AVE BTW 40TH STREET & 46TH STREET (EXPRESSWAY) EACH 49 NW 5TH AVE BTW NW 46 & 54TH STREET (MEDIAN) EACH 50 NW 5TH AVE BTW 40TH STREET & XPWY (S. GUARDRAIL) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 51 NW 39 ST BTW 3RD AVE &XPWY (W. GUARDRAIL) EACH 52 NW 5 AVE BTW 37TH ST & XPWY (N. GUARDRAIL) EACH 53 NW 38 ST BTW N MIAMI AVE & 2ND AVE TO D. END (SOUTH) EACH 54 NE 38 ST BTW N MIAMI AVE & NE 1ST AVE (SOUTH) EACH 55 NW 36 ST BTW 7 AVE & NE 2ND AVE (SWALE & MEDIAN) EACH 56 NW 53RD ST BTW 6 & 7 AVE (NORTH & SOUTH SWALE) EACH 57 NW 16 AVE BTW 50 & 46 ST (MEDIAN) EACH 58 NW 15 CT BTW 5 & 46 ST (MEDIAN) EACH 59 NW 15 AVE BTW 50 & 46 ST (MEDIAN) EACH 60 NW 49 ST BTW 17 & 15 AVE (MEDIAN) EACH 61 NW 47 ST BTW 17 & 15 AVE (MEDIAN) EACH 62 NW 11 AVE BTW NW 48 & 50 ST (MEDIAN) EACH 63 NW 11 AVE BTW 47 & 46 ST (MEDIAN) EACH 64 NW 8 AVE BTW 48 & 50 ST (MEDIAN) EACH 65 NW 8 AVE BTW 46 & 47 ST (MEDIAN) EACH 66 NW 8 AVE BTW 41 ST & XPWY (S. GUARDRAIL) EACH 67 NW 40 ST BTW 17 & 18 AV (EXPRESSWAY) EACH 68 NW 23 CT BTW 21 TERR & RAILROAD (N GUARDRAIL) EACH 69 2001 NW 28 ST (LOT) EACH 70 NW 34 ST BTW 10 & 8 AV (NORTH & SOUTH) EACH 71 NW 15 AVE BTW 23 ST & RAILROAD (S. GUARDRAIL) EACH 72 NW 15 AVE & 22ND ST (N GUARDRAIL) EACH 73 NW 17 TO 12 AVE, NW 20 TO 22 ST (VARIOUS PLANTERS) EACH 74 NW 14 AVE BTW NW 21 & 23 ST (VARIOUS PLANTERS) EACH 75 ALLEY ON NW 11 AVE BTW NW 33 & 34 ST (PLANTERS) EACH 76 NW 34 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH 77 NW 33 ST BTW 7 AVE CIRCLE & XPWY (E GUARDRAIL) EACH 78 NW 28 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH 79 NW 27 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH 80 NW 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH 81 NW 2 ST BTW 7 AVE XPWY (E GUARDRAIL) EACH 82 NW 23 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH 83 NW 22 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH 84 NW 6 AVE BTW 21 TERR & 35 ST (EXPRESSWAY) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 85 NW 5 AVE BTW 23 & 36 ST (MEDIAN) EACH 86 NE 29 ST BTW N MIAMI AVE & RAILROAD (MEDIAN) EACH 87 NE 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) EACH 88 NE 25 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) EACH 89 NE 24 ST BTW N MIAMI AE & RAILROAD (W GUARDRAIL) EACH 90 NE 22 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) EACH 91 NE 22 ST BTW 2 AVE RIALROAD (E GUARDRAIL) EACH 92 NE 23 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH 93 NE 24 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH 94 NE 25 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH 95 NE 26 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) EACH 96 NW 6 CT BTW 30 & 32 ST (EXPRESSWAY) EACH 97 NW 4 CT BTW 20 ST & DEADEND (ROUND ABOUT) EACH 98 NE 34 ST BTW 5 AVE & BISC BAY (E GUARDRAIL) EACH 99 NE 31 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH 100 NE 30 ST BTW 7 AVE & BISC BAY (E GUARDRAIL) EACH 101 NE 29 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) EACH 102 NE N BAYSHORE DR & NE 28 ST (BIS. BAY) EACH 103 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) EACH 104 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) EACH 105 NE 25 ST BTW BISC BLVD & BISC BAY (E GUARDRAIL) EACH 106 NE 24 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH 107 NE 23 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) EACH 108 NE 22 TERR BTW 7 AVE & BISC BAY (E GUARDRAIL) EACH 109 NE 22 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) EACH 110 BISCAYNE BLVD BTW NE 24 7 36 ST (SWALE & MEDIAN) EACH 111 NE 4 AVE BTW NE 17 TERR & 19 ST (MEDIAN) EACH 112 NE 17 ST BTW NE 2 AVE & BISC BLVD (MEDIAN) EACH 113 N BAYSHORE DR BTW NE 17 & 13 ST (MEDIAN) EACH 114 BISC. BLVD BTW NE 11 & 19 ST (SWALE & MEDIAN) EACH 115 NW 9 ST BTW 3 AVE & XPWY (W GUARDRAIL) EACH 116 NW 14 TERR & 2 AVE ALONG XPWY (EXPRESSWAY) EACH 117 NW 1 AVE & 14 ST (HUMP) EACH 118 NW 1 AVE BTW 13 ST ALONG RR TRACK (EAST & WEST) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 119 NW 1 AVE BTW 7 & 10 ST (MEDIAN) EACH 120 NW 9 ST BTW MIAMI AVE & 1 AVE (ALL) EACH 121 N MIAMI AVE & NW 20 ST BY RR TRACK (HUMP) EACH 122 N MIAMI AVE & NW 19 ST BY RR TRACK (HUMP) EACH 123 N MIAMI AVE & NW 14 ST (MEDIAN) EACH 124 NW 12 AVE FROM NW 12 ST TO NW 14 ST EACH 125 NW 8 ST RD BTW 11 & 10 ST (SWALE WEST) EACH 126 NW 11 ST RD BTW XPWY & NW 10 AVE (EXPRESSWAY) EACH 127 SUNNY BROOK RD BTW XPWY & 10 AVE (W GUARDRAIL) EACH 128 SPRING GARDEN RD BTW XPWY & 10 AVE (W GUARDRAIL) EACH 129 NW 13 AVE & MIAMI RIVER DEAD END (ROUND ABOUT) EACH 130 1458 NW S RIVER DR (SWALE) EACH 131 NW 15 AVE & NW 9 ST (SWALE NE CORNER) EACH 132 NW 9 ST BTW 17 AVE & HOUSE #1511 (SWALE NORTH) EACH 133 NW S RIVER DR BTW HOUSE #1520 & # 1665 (SWALE SOUTH) EACH 134 NW 16 AVE BTW NW S. RIVER DR & MIAMI RIVER (MEDIAN) EACH 135 NW 15 AVE BTW NW N RIVER DR & MIAMI RIVER (MEDIAN) EACH 136 NW N NIRVER DR BTW 13 TER & 14 AVE (MEDIAN) EACH 137 NW 13 TER BTW 14 AVE & NW N RIVER DR (MEDIAN) EACH 138 NW 14 AVE BTW 14 & 20 ST (MEDIAN) EACH 139 NW 14 AVE BTW 14 TER & 15 ST (SWALE-WEST) EACH 140 NW 14 AVE & 15 ST (ROUND ABOUT) EACH 141 NW 14 AVE & NW 17 ST (LOT) EACH 142 NW 17 ST & 16 TER ALONG CANT (WEST) EACH 143 NW 9 AVE & 15 ST (MEDIAN) EACH 144 NW 14 ST FROM NW 12 AVE TO NW 14 AVE EACH 145 NW N RIVER DR & 22 PL (ROUND ABOUT) EACH 146 NW 14 ST BTW S RIVER DR & 20 CT (ROUND ABOUT) EACH 147 NW 13 ST BTW HOUSE #2500 & DEAD END (SWALE SOUTH) EACH 148 NW 11 ST BTW NW 27 & 22 AV (MEDIAN) EACH 149 NW 26 AV RD BTW 24 CT & XPWY (SWALE) EACH 150 NW 23 AV BTW NW 11 & 7 ST (MEDIAN) EACH 151 NW 22 PL BTW 9 ST & XPWY (N. GUARDRAIL) EACH 152 NW 22 CT BTW 9 ST & XPWY (N. GUARDRAIL) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 153 NW 9 ST BTW NW 21 CT & 18 AV (EXPRESSWAY) EACH 154 ALONG NW 18 AV & 17 PL & NW 7 ST (MEDIAN) EACH 155 NW 17 CT BTW 7 ST & XPWY (N. GUARDRAIL) EACH 156 NW 17 CT BTW NW S. RIVER DR & XPWY (SWALE WEST) EACH 157 NW S RIVER DR & 18 AV (MEDIAN) EACH 158 NW 18 AV BTW NW HOUSE #1022 & 10 (SWALE EAST) EACH 159 NW 10 ST BTW NW 18 CT & 18 AV (SWALE SOUTH) EACH 160 NW 18 PL BTW NW S RIVER DR & XPWY (S. GUARDRAIL) EACH 161 NW 19 AV BTW 11 ST & XPWY (S. GUARDRAIL) EACH 162 W 19 CT BTW 11 ST & XPWY (S. GUARDRAIL) EACH 163 NW 20 AV BTW 11 ST & XPWY (S. GUARDRAIL) EACH 164 NW 21 AVE BTW 11 ST & XPWY (S. GUARDRAIL) EACH 165 NW 21 CT BTW 11 ST & XPWY (S. GUARDRAIL) EACH 166 NW 11 ST AT NW 18 AVE (TRIANGLE) EACH 167 DELAWARE PKWY BTW 20 & 27 ST (MEDIAN) EACH 168 NW 13 ST BTW 29 AV XPWY (E GUARDRAIL) EACH 169 NW 28 AV BTW 14 ST & XPWY (ROUND ABOUT) EACH 170 NW 30 AV BTW 13 & 14 ST (LOT) EACH 171 NW 31 AV BTW 13 ST & CANAL (S GUARDRAIL) EACH 172 NW 13 ST BTW 13 ST & CANAL (S GUARDRAIL) EACH 173 NW 33 CT BTW 14 ST & CANAL (LOT) EACH 174 NW 13 ST BTW 29 AV & XPWY (E GUARDRAIL) EACH 175 NW 29 AV BTW XPWY & 11 ST (SWALE EAST & WEST) EACH 176 NW 32 AV BTW & XPWY (N GUARDRAIL) EACH 177 NW 32 CT BTW 11 ST & XPWY (N GUARDRAIL) EACH 178 NW 32 PL BTW 11 ST & XPWY (N GUARDRAIL) EACH 179 NW 32 PL BWT 13 TER & XPWY (S GUARDRAIL) EACH 180 NW 33 AV BTW 11 ST & XPWY (N GUARDRAIL) EACH 181 NW 35 AV BTW 13 ST & XPWY (N GUARDRAIL) EACH 182 NW 35 CT BTW NW 11 & 7 ST (MEDIAN) EACH 183 NW 13 TER & NW 32 PL (PLANTER) EACH 184 NW 14 ST BTW OVERPASS & 37 AV (SWALE NO & SO) EACH 185 NW 45 AV BRIDGE OVER COMFORT CANAL (SWALE) EACH 186 SW FLAGAMI BLVD & SW 8 ST (ROUND ABOUT) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 187 SW 8 ST & TAMIAMI BLVD (ROUND ABOUT) EACH 188 SW 73 CT & SW 8 ST (ROUND ABOUT) EACH 189 NW 67 AV BTW TAMIAMI CANAL RD & CANAL (N GUARDRAIL) EACH 190 TAMIAMI BLVD & SW 4 ST (ROUND ABOUT) EACH 191 SW 68 AV & SW 4 ST (ROUND ABOUT) EACH 192 SW 68 AV & SW 6 ST (ROUND ABOUT) EACH 193 NW 61 AV & NW 7 ST (MEDIAN) EACH 194 NW 62 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH 195 NW 63 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH 196 NW 64 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH 197 NW 65 AV & TAMIAMI CANAL RD (N GUARDRAIL) EACH 198 NW 64 CT & TAMIAMI CANAL RD (MEDIAN) EACH 199 NW 62 CT & TAMIAMI CANAL RD (MEDIAN) EACH 200 SW 66 AV & SW 2 ST (ROUND ABOUT) EACH 201 SW 63 CT & SW 6 ST (ROUND ABOUT) EACH 202 SW 63 CT & SW 2 ST (ROUND ABOUT) EACH 203 SW 59 CT & SW 2 ST (LOT) EACH 204 SW 38 CT BTW W FLAGLER ST & SW 4 ST (MEDIAN) EACH 205 SW 32 CT RD BTW SW 33 AV & W FLAGLER ST (MEDIAN) EACH 206 SW 33 AV BTW SW 6 & 8 ST (MEDIAN) EACH 207 NW 23 PL BTW NW 7 & 3 ST (ROUND ABOUT) EACH 208 GLENNROYAL PKWY BTW NW 1 & 22 AV (MEDIAN) EACH 209 GLENNROYAL PKWY & NW 1 AV (MEDIAN) EACH 210 GLENNROYAL PKWY & 23 AV (MEDIAN) EACH 211 W FLAGLER ST & SW 1 ST (MEDIANT) EACH 212 SW 8 ST BTW SW 27 & 17 AV (MEDIAN) EACH 213 NW 17 AV BTW 5 & 6 ST (MEDIAN) EACH 214 SW 22 AV & SW 7 ST (MEDIAN) EACH 215 SW 8 ST BTW SW 17 & 7 AV (SWALE N & S) EACH 216 NW 17 AV BTW 5 & 6 ST (HUMP) EACH 217 NW 1 AV & NW 1 ST (MEDIAN) EACH 218 NW 1 AV BTW NW 5 & 7 AV (SWALE W) EACH 219 SW 5 ST BTW 3 AV & MIAMI RIVER (GUARDRAIL) EACH 220 SW S RIVER DR BTW NW 1 ST & SW 4 ST (SWALE E & W) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 221 NW N RIVER DR NTW SW 2 AV & NW 5 ST (SWALE E & W) EACH 222 NW 4 ST & NW N RIVER DR (MEDIAN) EACH 223 S MIAMI AV & SW 4 ST (MEDIAN) EACH 224 25 SW S RIVER DR (LOT) CONTRACTOR EACH 225 109 SW S RIVER DR (LOT) CONTRACTOR EACH 226 19 SW N RIVER DR (LOT) CONTRACTOR EACH 227 121 SW N RIVER DR (LOT) CONTRACTOR EACH 228 114 SW N RIVER DR (LOT) CONTRACTOR EACH 229 BISCAYNE BLVD BTW CHOPIN PLAZA & NE 7 AV (MEDIAN) PARK'S EACH 230 SW SE 15 RD BTW SW 11 ST & S BAYSHORE DR (MEDIAN) EACH 231 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) EACH 232 SW 17 RD S MIAMI AV & XPWY (GUARDRAIL S) EACH 233 SW 28 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH 234 SW 18 TER S MIAMI AV & XPWY (GUARDRAIL S) EACH 235 SW 19 RD EAST OF S MIAMI AV (DEAD END W) EACH 236 SW 20 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH 237 SW 21 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH 238 SW 22 RD S MIAMI AV & XPWY (GUARDRAIL S) EACH 239 SW 23 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH 240 SW 24 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) EACH 241 SW 1 AV BTW SW 27 RD & 15 RD (MEDIAN) EACH 242 SW 25 RD BTW BISC BAY & XPWY (MEDIAN) EACH 243 SW 24 RD BTW S MIAMI AV & SW 3 AV (MEDIAN) EACH 244 SW 23 RD BTW S MIAMI AVE & SW 4 AV (MEDIAN) EACH 245 SW 2 AV BTW SW 19 RD & XPWY (GUARDRAIL W) EACH 246 SW 2 CT BTW SW 18 RD & XPWY (DEAD END & LOT) EACH 247 SW 2 CT BTW SW 17 RD & XPWY (GUARDRAIL E) EACH 248 SW 11 ST ST 4 AV & XPWY (GUARDRAIL W) EACH 249 SW 11 ST BTW SW 3 AV & XPWY (GUARDRAIL E) EACH 250 SW 10 ST BTW SW 4 AV & XPWY (GUARDRAIL W) EACH 251 SW 4 AV BTW SW 8 & 10 ST (SWALE W) EACH 252 SW 3 AV BTW SW 8 & 10 ST (SWALE E) EACH 253 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E) EACH 254 SW 2 AV BTW SW 23 & 27 RD (MEDIAN) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 255 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) EACH 256 SW 12 ST BTW BRICK BAY DR & BISC BAY (SWALE N&S) EACH 257 SW 13 AV BTW SW 8 & 22 ST (MEDIAN) CUBAN MEMORIAL BLVD EACH 258 SW 27 RD BTW SW 1 & 5 AV (MEDIAN) EACH 259 SW 26 RD BTW SW 1 & 5 AV (MEDIAN) EACH 260 SW 25 RD BTW SW 2 & 5 AV (MEDIAN) EACH 261 SW 24 RD BTW SW 3 & 5 AV (MEDIAN) EACH 262 SW 23 RD BW SW 3 & 5 AV (MEDIAN) EACH 263 SW 1 AV BTW SW 25 & 28 RD (MEDIAN) EACH 264 SW 24 RD & SW 10 AV (MEDIAN) EACH 265 SW 25 RD & SW 13 st (MEDIAN) EACH 266 SW 9 AV & SW 10 ST (MEDIAN) EACH 267 SW 22 ST BTW SW 17 & 27 AV (MEDIAN) CORAL WAY CONTRACTOR EACH 268 SW 10 ST RD BTW SW 8 & 10 ST (MEDIAN) EACH 269 SW 8 ST TO SW 10 ST FROM SW 19 AVE TO SW 22 AVE EACH 270 SW 27 AVE FROM SW 8 ST TO SW 16 ST EACH 271 SW 22 ST BTW SW 27 & 37 AV (MEDIAN) CORAL WAY CONTRACTOR EACH 272 SW 32 AV BTW SW 21 & 16 ST (SWALE W) EACH 273 SW 16 ST BTW SW 32 & 34 AV (SWALE S) EACH 274 SW 11 ST BTW SW 36 CT & 30 AV (MEDIAN) EACH 275 SW 33 AV BTW DEAD END & SW 8 ST (MEDIAN) EACH 276 SW 37 AV & SW 20 ST (MEDIAN) CONTRACTOR EACH 277 SW 9 ST BTW SW 29 CT & 30 AV (SWALE N) EACH 278 S DIXIE HWY BTW SW 27 AV & BIRD RD (SWALE N) EACH 279 S DIXIE HWY & SW 28 TER (MEDIAN) EACH 280 SW 29 AV & SW 27 TER (N GUARDRAIL) EACH 281 SW 27 AVE FROM US1 TO SW 16 ST EACH 282 GRAND AVE TO HIBISCUS FROM DOUGLAS RD TO MAIN HWY EACH 283 GRAND AVE TO BIRD AVE FROM DOUGLAS RD TO VIRRICK PARK EACH 284 SW 36 AVE AND SW 22 ST (NORTH SIDE MEDIANS) EACH 285 SW 27 ROAD FROM S. MIAMI COURT TO DEAD END EACH 286 S DIXIE HWY BTW SW 27 & 17 AV (SWALE N) EACH 287 S DIXIE HWY & SW 27 TER (MEDIAN) EACH 288 MORRIS LN BTW TIGER TAIL AB & DEAD END (MEDIAN) EACH ATTACHMENT E IFB 1316386 BID PRICE SHEET 289 AH-WEE-A CT BTW BAYSHORE LN & BISC BAY (LOT -ALLEY) EACH 290 AVIATION AV & SW 27 AV (MEDIAN) EACH 291 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN PL (MEDIAN) EACH 292 SW 3 AV BTW SW 22 ST & SW 16 AV (MEDIAN) SIDE ONLY EACH 293 SW 2 TER & SW 3 AV (MEDIAN) EACH 294 SW 22 TER & SW 32 AV (LOT) EACH 295 S DIXIE HWY BTW SW 17 AV & 95 RAMP (SWALE N) EACH 296 SW 1 AV BTW SW 17 & 16 AV (MEDIAN) EACH 297 ALATKA ST BTW S DIXIE HWY & S MIAMI AV (SWALE E) EACH 298 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN (MEDIAN) EACH 299 SE 32 RD BTW S SIXIE HWY & BRICKELL AV (MEDIAN) EACH 300 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT EACH 301 HALISSEE ST & S DIXIE HWY (MEDIAN) EACH 302 SW 22 AT BTW SW 17 & 12 AV (MEDIAN) CORAL WAY CONTRACTOR EACH 303 BRICKELL AV BTW SW 8 ST & SE 26 RD (MEDIAN) CONTRACTOR EACH 304 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT EACH 305 SW 25 RD BTW SW 2 AV & BISC BAY (MEDIAN) TO BRICKELL BAY EACH 306 CALUSA ST BTW TIGER TAIL AV & DEAD END (MEDIAN) CONTRACTOR EACH 307 CRYSTAL VIEW CT & BISC BAY (DEAD END & MEDIAN) EACH 308 ROCKERMAN RD BTW S BAYSHORE DR & BAYSHORE VILLAS DR (MEDIAN) EACH 309 S DIXIE HWY BTW SW 37 AV & BIRD RD (SWALE N) EACH 310 GRAND AVE & VIRGINIA ST (ROUND ABOUT) EACH 311 MARLER AV BTW DOUGLAS RD & PLAZA ST (ALL) EACH 312 HIBISCUS ST BTW LOQUAT AV & DEAD END (ALL) CONTRACTOR EACH 313 METRO RAIL BTW SW 37 AV & BIRD RD (SWALES) CONTRACTOR EACH 314 MARLER AV BTW PLAZA ST & HIBISCUS ST (SWALE S) EACH 315 FRANKLIN AV BTW ROYAL CT & DOUGLAS RD (PLANTERS) EACH 316 PLAZA ST & PALMETTO AV (LOTS) EACH 317 FRANKLIN AV & ROYAL RD (ROUND ABOUT) CONTRACTOR EACH 318 FRANKLIN AV & PLAZA ST (ROUND ABOUT) CONTRACTOR EACH 319 VIRGINIA ST & SHIPPING AV (ROUND ABOUT) CONTRACTOR EACH 320 METRO RAIL BTW BROOKER ST SW 37 AV (SWALES) EACH 321 VENTURA AV & LA PLAYA BLVD (MEDIAN) EACH ATTACHMENT F CITY LOTS AND RIGHT-OF-WAY LOCATIONS City Parcels and Miscellaneous Lots 1 3500 NW 11th Avenue 12510 Sq. Ft. 2 2115 NW 18th Street 6550 Sq. Ft. 3 169 NW 35th Street 5000 Sq. Ft. 4 6200 NW 17th Avenue 13924 Sq. Ft. 5 6201 NW 17th Avenue 29318 Sq. Ft. 6 1388 NW 62nd Street 2750 Sq. Ft. 7 1199 NW 62nd Street 12819 Sq. Ft. 8 5899 NW 17th Avenue 4984 Sq. Ft. 9 1387 NW 58th Street 2650 Sq. Ft. 10 1544 NW 58th Terrace 5300 Sq. Ft. 11 5860 NW 17th Avenue 6270 Sq. Ft. 12 1230 NW 58th Terrace 10600 Sq. Ft. 13 5435 NW 1st Court 5261 Sq. Ft. 14 5515 NW 1st Court 5864 Sq. Ft. 15 276 NW 53rd Street 7200 Sq. Ft. 16 1798 NW 1st Place 2700 Sq. Ft. 17 1812 NW 2nd Avenue 1875 Sq. Ft. 18 1755 NW 2nd Avenue 6550 Sq. Ft. 19 714 NW 4th Avenue 3000 Sq. Ft. 20 1614 NW 1st Court 3000 Sq. Ft. 21 240 NW 11th Street 7500 Sq. Ft. 22 1101 NW 62nd Street 5724 Sq. Ft. 23 411 NE 69th Street 5100 Sq. Ft. 24 1270 NW 60th Street 10600 Sq. Ft. 25 5575 NW 17th Avenue 13120 Sq. Ft. 26 1461 NW 60th Street 10600 Sq. Ft. 27 3431 NW 6th Avenue 5777 Sq. Ft. 28 601 NW 6th Avenue - Tract A from Madison Housing Project 14879 Sq. Ft. 29 731 NW 5th Avenue 5000 Sq. Ft. 30 721 NW 5th Avenue 5000 Sq. Ft. 31 6020 NW 15th Avenue 10600 Sq. Ft. 32 1455 NW 17th Street 28968 Sq. Ft. 33 5950 SW 2nd Street 5000 Sq. Ft. 34 1240 NW 61st Street 15900 Sq. Ft. 35 1924 NW 26th Street 7150 Sq. Ft. 36 1624 NW 1st Court 9000 Sq. Ft. 37 1335 NW 2nd Street 7000 Sq. Ft. 38 1 SW South River Drive 8219 Sq. Ft. 39 779 NW 57th Street 5250 Sq. Ft. 40 1492 NW 62nd Street 4950 Sq. Ft. 41 Lot next to 4290 NW South Tamiami Canal Drive 10000 Sq. Ft. 42 1465 NW 60th Street 5300 Sq. Ft. 43 Lot next to 301 NW 22nd Street 5000 Sq. Ft. 44 1530 NW 70th Street 2730 Sq. Ft. 45 6981 NW 15th Avenue 3107 Sq. Ft. 46 3790 NW 12th Avenue 2200 Sq. Ft. 47 Lot north of 834 NW 21st Avenue 5000 Sq. Ft. 48 2735 NW 10th Avenue - Beckman Hall 40946 Sq. Ft. 49 6016 NW 7th Avenue 20171 Sq. Ft. 50 2293 SW 17th Terrace 10300 Sq. Ft. 51 1241 NW 58th Terrace 26500 Sq. Ft. 52 1240 NW 59th Street 26500 Sq. Ft. 53 3245 NW 11th Court 6255 Sq. Ft. 54 3255 NW 11th Court 6255 Sq. Ft. Right of Way and Swale Areas 55 NE 10TH BTW NE 87TH & 86TH STREET (SWALE E.) 56 NE 87TH STREET BTW BAYSHORE DR & BISCAYNE BAY (E. 57 NE BAYSHORE DRIVE & BISC BAY (N. GUARDRAIL) 58 NE 84TH STREET & BTW HOUSE #1176 & BISC BAY (CANAL) 59 NE 10TH AVE & NE N. LITTLE RIVER DR (S. GUARDRAIL) 60 BELLE MEADE ISLAND DR EAST (ROUND ABOUT) 61 NE 84TH STREET & NE 3RD AVE (MEDIAN) 62 NE 4TH AVE BTW 84TH STREET & 82ND TERR (S. GUARDRAIL) 63 NE 82ND TERR BTW 4TH AVE & RAILROAD (N. GUARDRAIL) 64 NE 4TH AVE BTW NE 80TH TERR & 79TH STREET (EAST) 65 NE 4TH CT B/W NE 79TH STREET & 77TH STREET RD (HUMP) 66 NE 5TH AVE BTW 78TH STREET & L. RIVER (S. GUARDRAIL) 67 NE 5TH AVE BTW 77TH STREET & L. RIVER (N. GUARDRAIL) 68 NE 76TH STREET & NE 75TH STREET (MEDIAN) 69 NE 73RD STREET BTW 2ND AVE & 3RD CT (RAILROAD) 70 NE 4TH AVE BTW 71ST STREET & 72ND TERR (RAILROAD) 71 NE 83RD STREET & E DIXIE HWY (MEDIAN) 72 NE 82ND TERR & E DIXIE HWY (MEDIAN) 73 MORNINGSIDE - BISCAYNE BLVD TO THE BAY FROM NE 55 ST TO NE 59 ST 74 NW 12TH AVE BTW NW 62ND STREET & 71ST STREET (MEDIAN & WEST) 75 NW 5 AVE FROM NW 67 ST TO NW 71 ST 76 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) 77 FEDERAL HWY BTW NE 37 & 54TH STREET (RAILROAD) 78 NE 36TH STREET BTW FEDERAL HWY & NE 7TH AVE (MEDIAN) 79 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) 80 59 STREET FROM NW 2 AVE TO NE 2 AVE 81 59 ST FROM NE 4 AVE TO BISCAYNE BAY 82 58 ST FROM NE 4 COURT TO BISCAYNE BLVD 83 NE 2 AVE FROM 54 ST TO 71 ST -- TREE GRATES 84 NE 69 ST TO NE 71 ST FROM BISCAYNE BLVD TO NE 10 AVE 85 NW 52ND STREET BTW 7TH AVE & XPW (E. GUARDRAIL) 86 NW 51 STREET BTW 7TH AVE & XPWY (S. GUARDRAIL) 87 NW 6TH CT BTW 46 & 48 ST. (EXPRESSWAY) 88 NW 6TH CT BTW 43 & 46 STREET (EXPRESSWAY) 89 NW 6TH AVE BTW 49 & 53 RD STREET (EXPRESSWAY) 90 NW 6TH AVE BTW 46 ST & 48TH ST (EXPRESSWAY) 91 NW 6TH AVE BTW 46 ST & 47TH ST (S. BAY VISTA PARK) 92 NW 6TH AVE BTW 40TH STREET & 46TH STREET (EXPRESSWAY) 93 NW 5TH AVE BTW NW 46 & 54TH STREET (MEDIAN) 94 NW 5TH AVE BTW 40TH STREET & XPWY (S. GUARDRAIL) 95 NW 39 ST BTW 3RD AVE & XPWY (W. GUARDRAIL) 96 NW 5 AVE BTW 37TH ST & XPWY (N. GUARDRAIL) 97 NW 38 ST BTW N MIAMI AVE & 2ND AVE TO D. END (SOUTH) 98 NE 38 ST BTW N MIAMI AVE & NE 1ST AVE (SOUTH) 99 NW 36 ST BTW 7 AVE & NE 2ND AVE (SWALE & MEDIAN) 100 NW 53RD ST BTW 6 & 7 AVE (NORTH & SOUTH SWALE) 101 NW 16 AVE BTW 50 & 46 ST (MEDIAN) 102 NW 15 CT BTW 5 & 46 ST (MEDIAN) 103 NW 15 AVE BTW 50 & 46 ST (MEDIAN) 104 NW 49 ST BTW 17 & 15 AVE (MEDIAN) 105 NW 47 ST BTW 17 & 15 AVE (MEDIAN) 106 NW 11 AVE BTW NW 48 & 50 ST (MEDIAN) 107 NW 11 AVE BTW 47 & 46 ST (MEDIAN) 108 NW 8 AVE BTW 48 & 50 ST (MEDIAN) 109 NW 8 AVE BTW 46 & 47 ST (MEDIAN) 110 NW 8 AVE BTW 41 ST & XPWY (S. GUARDRAIL) 111 NW 40 ST BTW 17 & 18 AV (EXPRESSWAY) 112 NW 23 CT BTW 21 TERR & RAILROAD (N GUARDRAIL) 113 2001 NW 28 ST (LOT) 114 NW 34 ST BTW 10 & 8 AV (NORTH & SOUTH) 115 NW 15 AVE BTW 23 ST & RAILROAD (S. GUARDRAIL) 116 NW 15 AVE & 22ND ST (N GUARDRAIL) 117 NW 17 TO 12 AVE, NW 20 TO 22 ST (VARIOUS PLANTERS) 118 NW 14 AVE BTW NW 21 & 23 ST (VARIOUS PLANTERS) 119 ALLEY ON NW 11 AVE BTW NW 33 & 34 ST (PLANTERS) 120 NW 34 ST BTW 7 AVE & XPWY (E GUARDRAIL) 121 NW 33 ST BTW 7 AVE CIRCLE & XPWY (E GUARDRAIL) 122 NW 28 ST BTW 7 AVE & XPWY (E GUARDRAIL) 123 NW 27 ST BTW 7 AVE & XPWY (E GUARDRAIL) 124 NW 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) 125 NW 2 ST BTW 7 AVE XPWY (E GUARDRAIL) 126 NW 23 ST BTW 7 AVE & XPWY (E GUARDRAIL) 127 NW 22 ST BTW 7 AVE & XPWY (E GUARDRAIL) 128 NW 6 AVE BTW 21 TERR & 35 ST (EXPRESSWAY) 129 NW 5 AVE BTW 23 & 36 ST (MEDIAN) 130 NE 29 ST BTW N MIAMI AVE & RAILROAD (MEDIAN) 131 NE 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) 132 NE 25 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 133 NE 24 ST BTW N MIAMI AE & RAILROAD (W GUARDRAIL) 134 NE 22 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 135 NE 22 ST BTW 2 AVE RIALROAD (E GUARDRAIL) 136 NE 23 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 137 NE 24 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 138 NE 25 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 139 NE 26 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 140 NW 6 CT BTW 30 & 32 ST (EXPRESSWAY) 141 NW 4 CT BTW 20 ST & DEADEND (ROUND ABOUT) 142 NE 34 ST BTW 5 AVE & BISC BAY (E GUARDRAIL) 143 NE 31 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 144 NE 30 ST BTW 7 AVE & BISC BAY (E GUARDRAIL) 145 NE 29 ST BTW NE 4 AVE &BISC BAY (E GUARDRAIL) 146 NE N BAYSHORE DR & NE 28 ST (BIS. BAY) 147 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 148 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 149 NE 25 ST BTW BISC BLVD & BISC BAY (E GUARDRAIL) 150 NE 24 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 151 NE 23 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) 152 NE 22 TERR BTW 7 AVE & BISC BAY (E GUARDRAIL) 153 NE 22 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 154 BISCAYNE BLVD BTW NE 24 7 36 ST (SWALE & MEDIAN) 155 NE 4 AVE BTW NE 17 TERR & 19 ST (MEDIAN) 156 NE 17 ST BTW NE 2 AVE & BISC BLVD (MEDIAN) 157 N BAYSHORE DR BTW NE 17 & 13 ST (MEDIAN) 158 BISC. BLVD BTW NE 11 & 19 ST (SWALE & MEDIAN) 159 NW 9 ST BTW 3 AVE & XPWY (W GUARDRAIL) 160 NW 14 TERR & 2 AVE ALONG XPWY (EXPRESSWAY) 161 NW 1 AVE & 14 ST (HUMP) 162 NW 1 AVE BTW 13 ST ALONG RR TRACK (EAST & WEST) 163 NW 1 AVE BTW 7 & 10 ST (MEDIAN) 164 NW 9 ST BTW MIAMI AVE & 1 AVE (ALL) 165 N MIAMI AVE & NW 20 ST BY RR TRACK (HUMP) 166 N MIAMI AVE & NW 19 ST BY RR TRACK (HUMP) 167 N MIAMI AVE & NW 14 ST (MEDIAN) 168 NW 12 AVE FROM NW 12 ST TO NW 14 ST 169 NW 8 ST RD BTW 11 & 10 ST (SWALE WEST) 170 NW 11 ST RD BTW XPWY & NW 10 AVE (EXPRESSWAY) 171 SUNNY BROOK RD BTW XPWY & 10 AVE (W GUARDRAIL) 172 SPRING GARDEN RD BTW XPWY & 10 AVE (W GUARDRAIL) 173 NW 13 AVE & MIAMI RIVER DEAD END (ROUND ABOUT) 174 1458 NW S RIVER DR (SWALE) 175 NW 15 AVE & NW 9 ST (SWALE NE CORNER) 176 NW 9 ST BTW 17 AVE & HOUSE #1511 (SWALE NORTH) 177 NW S RIVER DR BTW HOUSE #1520 & # 1665 (SWALE SOUTH) 178 NW 16 AVE BTW NW S. RIVER DR & MIAMI RIVER (MEDIAN) 179 NW 15 AVE BTW NW N RIVER DR & MIAMI RIVER (MEDIAN) 180 NW N NIRVER DR BTW 13 TER & 14 AVE (MEDIAN) 181 NW 13 TER BTW 14 AVE & NW N RIVER DR (MEDIAN) 182 NW 14 AVE BTW 14 & 20 ST (MEDIAN) 183 NW 14 AVE BTW 14 TER & 15 ST (SWALE-WEST) 184 NW 14 AVE & 15 ST (ROUND ABOUT) 185 NW 14 AVE & NW 17 ST (LOT) 186 NW 17 ST & 16 TER ALONG CANT (WEST) 187 NW 9 AVE & 15 ST (MEDIAN) 188 NW 14 ST FROM NW 12 AVE TO NW 14 AVE 189 NW N RIVER DR & 22 PL (ROUND ABOUT) 190 NW 14 ST BTW S RIVER DR & 20 CT (ROUND ABOUT) 191 NW 13 ST BTW HOUSE #2500 & DEAD END (SWALE SOUTH) 192 NW 11 ST BTW NW 27 & 22 AV (MEDIAN) 193 NW 26 AV RD BTW 24 CT & XPWY (SWALE) 194 NW 23 AV BTW NW 11 & 7 ST (MEDIAN) 195 NW 22 PL BTW 9 ST & XPWY (N. GUARDRAIL) 196 NW 22 CT BTW 9 ST & XPWY (N. GUARDRAIL) 197 NW 9 ST BTW NW 21 CT & 18 AV (EXPRESSWAY) 198 ALONG NW 18 AV & 17 PL & NW 7 ST (MEDIAN) 199 NW 17 CT BTW 7 ST & XPWY (N. GUARDRAIL) 200 NW 17 CT BTW NW S. RIVER DR & XPWY (SWALE WEST) 201 NW S RIVER DR & 18 AV (MEDIAN) 202 NW 18 AV BTW NW HOUSE #1022 & 10 (SWALE EAST) 203 NW 10 ST BTW NW 18 CT & 18 AV (SWALE SOUTH) 204 NW 18 PL BTW NW S RIVER DR & XPWY (S. GUARDRAIL) 205 NW 19 AV BTW 11 ST & XPWY (S. GUARDRAIL) 206 W 19 CT BTW 11 ST & XPWY (S. GUARDRAIL) 207 NW 20 AV BTW 11 ST & XPWY (S. GUARDRAIL) 208 NW 21 AVE BTW 11 ST & XPWY (S. GUARDRAIL) 209 NW 21 CT BTW 11 ST & XPWY (S. GUARDRAIL) 210 NW 11 ST AT NW 18 AVE (TRIANGLE) 211 DELAWARE PKWY BTW 20 & 27 ST (MEDIAN) 212 NW 13 ST BTW 29 AV XPWY (E GUARDRAIL) 213 NW 28 AV BTW 14 ST & XPWY (ROUND ABOUT) 214 NW 30 AV BTW 13 & 14 ST (LOT) 215 NW 31 AV BTW 13 ST & CANAL (S GUARDRAIL) 216 NW 13 ST BTW 13 ST & CANAL (S GUARDRAIL) 217 NW 33 CT BTW 14 ST & CANAL (LOT) 218 NW 13 ST BTW 29 AV & XPWY (E GUARDRAIL) 219 NW 29 AV BTW XPWY & 11 ST (SWALE EAST & WEST) 220 NW 32 AV BTW & XPWY (N GUARDRAIL) 221 NW 32 CT BTW 11 ST & XPWY (N GUARDRAIL) 222 NW 32 PL BTW 11 ST & XPWY (N GUARDRAIL) 223 NW 32 PL BWT 13 TER & XPWY (S GUARDRAIL) 224 NW 33 AV BTW 11 ST & XPWY (N GUARDRAIL) 225 NW 35 AV BTW 13 ST & XPWY (N GUARDRAIL) 226 NW 35 CT BTW NW 11 & 7 ST (MEDIAN) 227 NW 13 TER & NW 32 PL (PLANTER) 228 NW 14 ST BTW OVERPASS & 37 AV (SWALE NO & SO) 229 NW 45 AV BRIDGE OVER COMFORT CANAL (SWALE) 230 SW FLAGAMI BLVD & SW 8 ST (ROUND ABOUT) 231 SW 8 ST & TAMIAMI BLVD (ROUND ABOUT) 232 SW 73 CT & SW 8 ST (ROUND ABOUT) 233 NW 67 AV BTW TAMIAMI CANAL RD & CANAL (N GUARDRAIL) 234 TAMIAMI BLVD & SW 4 ST (ROUND ABOUT) 235 SW 68 AV & SW 4 ST (ROUND ABOUT) 236 SW 68 AV & SW 6 ST (ROUND ABOUT) 237 NW 61 AV & NW 7 ST (MEDIAN) 238 NW 62 AV & TAMIAMI CANAL RD (N GUARDRAIL) 239 NW 63 AV & TAMIAMI CANAL RD (N GUARDRAIL) 240 NW 64 AV & TAMIAMI CANAL RD (N GUARDRAIL) 241 NW 65 AV & TAMIAMI CANAL RD (N GUARDRAIL) 242 NW 64 CT & TAMIAMI CANAL RD (MEDIAN) 243 NW 62 CT & TAMIAMI CANAL RD (MEDIAN) 244 SW 66 AV & SW 2 ST (ROUND ABOUT) 245 SW 63 CT & SW 6 ST (ROUND ABOUT) 246 SW 63 CT & SW 2 ST (ROUND ABOUT) 247 SW 59 CT & SW 2 ST (LOT) 248 SW 38 CT BTW W FLAGLER ST & SW 4 ST (MEDIAN) 249 SW 32 CT RD BTW SW 33 AV & W FLAGLER ST (MEDIAN) 250 SW 33 AV BTW SW 6 & 8 ST (MEDIAN) 251 NW 23 PL BTW NW 7 & 3 ST (ROUND ABOUT) 252 GLENNROYAL PKWY BTW NW 1 & 22 AV (MEDIAN) 253 GLENNROYAL PKWY & NW 1 AV (MEDIAN) 254 GLENNROYAL PKWY & 23 AV (MEDIAN) 255 W FLAGLER ST & SW 1 ST (MEDIANT) 256 SW 8 ST BTW SW 27 & 17 AV (MEDIAN) 257 NW 17 AV BTW 5 & 6 ST (MEDIAN) 258 SW 22 AV & SW 7 ST (MEDIAN) 259 SW 8 ST BTW SW 17 & 7 AV (SWALE N & S) 260 NW 17 AV BTW 5 & 6 ST (HUMP) 261 NW 1 AV & NW 1 ST (MEDIAN) 262 NW 1 AV BTW NW 5 & 7 AV (SWALE W) 263 SW 5 ST BTW 3 AV & MIAMI RIVER (GUARDRAIL) 264 SW S RIVER DR BTW NW 1 ST & SW 4 ST (SWALE E & W) 265 NW N RIVER DR NTW SW 2 AV & NW 5 ST (SWALE E & W) 266 NW 4 ST & NW N RIVER DR (MEDIAN) 267 S MIAMI AV & SW 4 ST (MEDIAN) 268 25 SW S RIVER DR (LOT) CONTRACTOR 269 109 SW S RIVER DR (LOT) CONTRACTOR 270 19 SW N RIVER DR (LOT) CONTRACTOR 271 121 SW N RIVER DR (LOT) CONTRACTOR 272 114 SW N RIVER DR (LOT) CONTRACTOR 273 BISCAYNE BLVD BTW CHOPIN PLAZA & NE 7 AV (MEDIAN) PARK'S 274 SW SE 15 RD BTW SW 11 ST & S BAYSHORE DR (MEDIAN) 275 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) 276 SW 17 RD S MIAMI AV & XPWY (GUARDRAIL S) 277 SW 28 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 278 SW 18 TER S MIAMI AV & XPWY (GUARDRAIL S) 279 SW 19 RD EAST OF S MIAMI AV (DEAD END W) 280 SW 20 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 281 SW 21 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 282 SW 22 RD S MIAMI AV & XPWY (GUARDRAIL S) 283 SW 23 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 284 SW 24 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 285 SW 1 AV BTW SW 27 RD & 15 RD (MEDIAN) 286 SW 25 RD BTW BISC BAY & XPWY (MEDIAN) 287 SW 24 RD BTW S MIAMI AV & SW 3 AV (MEDIAN) 288 SW 23 RD BTW S MIAMI AVE & SW 4 AV (MEDIAN) 289 SW 2 AV BTW SW 19 RD & XPWY (GUARDRAIL W) 290 SW 2 CT BTW SW 18 RD & XPWY (DEAD END & LOT) 291 SW 2 CT BTW SW 17 RD & XPWY (GUARDRAIL E) 292 SW 11 ST ST 4 AV & XPWY (GUARDRAIL W) 293 SW 11 ST BTW SW 3 AV & XPWY (GUARDRAIL E) 294 SW 10 ST BTW SW 4 AV & XPWY (GUARDRAIL W) 295 SW 4 AV BTW SW 8 & 10 ST (SWALE W) 296 SW 3 AV BTW SW 8 & 10 ST (SWALE E) 297 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E ) 298 SW 2 AV BTW SW 23 & 27 RD (MEDIAN) 299 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) 300 SW 12 ST BTW BRICK BAY DR & BISC BAY (SWALE N&S) 301 SW 13 AV BTW SW 8 & 22 ST (MEDIAN) CUBAN MEMORIAL BLVD 302 SW 27 RD BTW SW 1 & 5 AV (MEDIAN) 303 SW 26 RD BTW SW 1 & 5 AV (MEDIAN) 304 SW 25 RD BTW SW 2 & 5 AV (MEDIAN) 305 SW 24 RD BTW SW 3 & 5 AV (MEDIAN) 306 SW 23 RD BW SW 3 & 5 AV (MEDIAN) 307 SW 1 AV BTW SW 25 & 28 RD (MEDIAN) 308 SW 24 RD & SW 10 AV (MEDIAN) 309 SW 25 RD & SW 13 st (MEDIAN) 310 SW 9 AV & SW 10 ST (MEDIAN) 311 SW 22 ST BTW SW 17 & 27 AV (MEDIAN) CORAL WAY CONTRACTOR 312 SW 10 ST RD BTW SW 8 & 10 ST (MEDIAN) 313 SW 8 ST TO SW 10 ST FROM SW 19 AVE TO SW 22 AVE 314 SW 27 AVE FROM SW 8 ST TO SW 16 ST 315 SW 22 ST BTW SW 27 & 37 AV (MEDIAN) CORAL WAY CONTRACTOR 316 SW 32 AV BTW SW 21 & 16 ST (SWALE W) 317 SW 16 ST BTW SW 32 & 34 AV (SWALE S) 318 SW 11 ST BTW SW 36 CT & 30 AV (MEDIAN) 319 SW 33 AV BTW DEAD END & SW 8 ST (MEDIAN) 320 SW 37 AV & SW 20 ST (MEDIAN) CONTRACTOR 321 SW 9 ST BTW SW 29 CT & 30 AV (SWALE N) 322 S DIXIE HWY BTW SW 27 AV & BIRD RD (SWALE N) 323 S DIXIE HWY & SW 28 TER (MEDIAN) 324 SW 29 AV & SW 27 TER (N GUARDRAIL) 325 SW 27 AVE FROM US1 TO SW 16 ST 326 GRAND AVE TO HIBISCUS FROM DOUGLAS RD TO MAIN HWY 327 GRAND AVE TO BIRD AVE FROM DOUGLAS RD TO VIRRICK PARK 328 SW 36 AVE AND SW 22 ST (NORTH SIDE MEDIANS) 329 SW 27 ROAD FROM S. MIAMI COURT TO DEAD END 330 S DIXIE HWY BTW SW 27 & 17 AV (SWALE N) 331 S DIXIE HWY & SW 27 TER (MEDIAN) 332 MORRIS LN BTW TIGER TAIL AB & DEAD END (MEDIAN) 333 AH-WEE-A CT BTW BAYSHORE LN & BISC BAY (LOT -ALLEY) 334 AVIATION AV & SW 27 AV (MEDIAN) 335 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN PL (MEDIAN) 336 SW 3 AV BTW SW 22 ST & SW 16 AV (MEDIAN) SIDE ONLY 337 SW 2 TER & SW 3 AV (MEDIAN) 338 SW 22 TER & SW 32 AV (LOT) 339 S DIXIE HWY BTW SW 17 AV & 95 RAMP (SWALE N) 340 SW 1 AV BTW SW 17 & 16 AV (MEDIAN) 341 ALATKA ST BTW S DIXIE HWY & S MIAMI AV (SWALE E) 342 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN (MEDIAN) 343 SE 32 RD BTW S SIXIE HWY & BRICKELL AV (MEDIAN) 344 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT 345 HALISSEE ST & S DIXIE HWY (MEDIAN) 346 SW 22 AT BTW SW 17 & 12 AV (MEDIAN) CORAL WAY CONTRACTOR 347 BRICKELL AV BTW SW 8 ST & SE 26 RD (MEDIAN) CONTRACTOR 348 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT 349 SW 25 RD BTW SW 2 AV & BISC BAY (MEDIAN) TO BRICKELL BAY 350 CALUSA ST BTW TIGER TAIL AV & DEAD END (MEDIAN) CONTRACTOR 351 CRYSTAL VIEW CT & BISC BAY (DEAD END & MEDIAN) 352 ROCKERMAN RD BTW S BAYSHORE DR & BAYSHORE VILLAS DR (MEDIAN) 353 S DIXIE HWY BTW SW 37 AV & BIRD RD (SWALE N) 354 GRAND AVE & VIRGINIA ST (ROUND ABOUT) 355 MARLER AV BTW DOUGLAS RD & PLAZA ST (ALL) 356 HIBISCUS ST BTW LOQUAT AV & DEAD END (ALL) CONTRACTOR 357 METRO RAIL BTW SW 37 AV & BIRD RD (SWALES) CONTRACTOR 358 MARLER AV BTW PLAZA ST & HIBISCUS ST (SWALE S) 359 FRANKLIN AV BTW ROYAL CT & DOUGLAS RD (PLANTERS) 360 PLAZA ST & PALMETTO AV (LOTS) 361 FRANKLIN AV & ROYAL RD (ROUND ABOUT) CONTRACTOR 362 FRANKLIN AV & PLAZA ST (ROUND ABOUT) CONTRACTOR 363 VIRGINIA ST & SHIPPING AV (ROUND ABOUT) CONTRACTOR 364 METRO RAIL BTW BROOKER ST SW 37 AV (SWALES) 365 VENTURA AV & LA PLAYA BLVD (MEDIAN) ATTACHMENT G PLANTING SPECIFICATIONS 2A.01 PLANTING GENERAL DIVISION 2A PLANTING 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. 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.". H. Plants specified shall be used, substitutes will not be allowed unless sufficient evidence is submitted in writing, indicating plant unavailability. The Contractor is to submit suggested listing of substitutes for review and comment by the City Engineer. No substitutions shall be made unless approved in writing. Said substitutes shall be submitted no less than five (5) days after Award of Contract. I. Any materials and/or work may be rejected if; in the opinion of the City Engineer such does not meet the requirements of these Specifications. All rejected materials shall be promptly removed 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 Cypress Mulch Grade "A" delivered to the site in sealed and marked bags or approved equal. Any deviation shall be approved by the City Engineer. 2A.03 EXECUTION 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. II. GUYING AND STAKING: A. All guying and staking shall be indicated in the Specifications. B. It shall be the Contractor's responsibility to prevent plants from falling of being blown over, to restraighten and replace all plants which are damage. Plants blown over by high winds shall not be caused for additional expense to the City, but shall be the responsibility of the Contractor. Damaged plants shall be replaced by the Contractor at no additional expense to the City, except the Contractor shall not be held responsible for the loss or death of any tree, shrub or plant , after being properly planted, as a result of hail storms, lighting, flood, fire or other acts of providence beyond his control. III. PLANTING OF TREES AND PALMS: A. Except as otherwise specified, the Contractor's work shall conform to accepted horticultural practices as used in the trade. B. Plants shall be protected upon arrival at the site by being thoroughly watered and properly maintained until planted. Plants shall be planted within 24 hours after arriving at site. At all times, workmanlike methods customarily in good horticultural practice shall be exercised. C. Before digging holes or beds, the location and/or arrangement of the planting shall be staked by the Contractor and accepted by the City Engineer. The staking should be ready for inspection at least FIVE (5) days prior to the projected planting date. The stakes shall be #7 Rebar, at least 18" in length and painted with bright red paint. D. The existence and location of underground utilities if shown on the plans are not guaranteed and shall be investigated and verified in the field by the vicinity of existing structures and utilities shall be carefully done. The Contractor shall be held responsible for any damage to, and for maintenance and protections for existing utilities and structures. E. All circular pits with vertical sides shall be excavated to sizes and depth as shown in the Specifications (Misc. 17-293-4) and backfilled with planting soil. The contractor shall test fill all tree/palm pits with water before planting to assure proper drainage and that percolation is available. Pits which are found not to be adequately draining shall be backfilled with coarse gravel or crushed rock. No allowances will be made for lost plants due to improper drainage. F. Backfill with the specified planting soil mix and incorporate a minimum 6 ounces to 9 ounces of Soil Moist acrylic copolymers evenly spread around and adjacent to the rootball mid -way in depth. The final level of the ground and that of the sod shall conform to the surrounding grade. G. The plants shall be set on prepared planting soil backfill brought to a height permitting planting at the same depth the plants grew in the nursery. Upright plants shall be kept in a vertical position. All plants shall be handled by earthy ball only. Handling by the plant itself will be caused for rejection of such plants. H. After placing the plant in the pit, the backfill shall be watered and firmly tampered to ensure backfill mixture in and about all the roots. All backfill mixture shall be such that no plants will settle lower than the depth indicated on the drawings. I. After filling half way on the earth ball, the burlap shall be loosened and laid back off the top of the ball, or if too bulky, cut away and removed, after which the balance of the pit shall be backfilled and tamped. 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. B. Plant maintenance shall include watering, pruning, spaying, dusting, weeding, cultivating, mulching, tightening, staking, fertilizing and repairing of braces and guys, replacement of sick or dead plants, resetting plants to proper grades or upright position and restoration of the planting saucer, and all other care needed for the planting saucer, and all other care needed for proper growth of the plants. All trees and palms shall be watered by hand hosing as follows: Once a day for the first three weeks after planting and three times per week thereafter until inspection for acceptance. C. Spraying and Dusting: During the maintenance period and up the issuance of certificate of final acceptance, the Contractor shall do all seasonal spraying and/or dusting of plant material. The materials and methods shall be in accordance with highest standard nursery practices and in accordance with all regulatory agencies having jurisdiction. D. Protection: Planting areas and plants shall be protected against trespassing and damage. If any plants become damaged or injured, they shall be treated or replaced as directed. No work shall be done within or over planting areas or adjacent to plants without proper safeguards and protection. E. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by filling with topsoil, tamping and re -fertilizing by the Contractor at his expense if such damage occurs prior to acceptance by the City Engineer. V. INSPECTION FOR ACCEPTANCE A. Upon completion of all planting, an inspection for acceptance of work will be held. The Contractor shall notify the City Engineer for scheduling of the inspection five (5) days prior to the anticipated inspection date. Partially completed portions will not be inspected. It is the Contractor's responsibility to ensure that the work is completed and ready for inspection before calling for same. B. At the time of acceptance for inspection, if the materials are in whole or in substantially acceptance, a written notice will be given by City Engineer that the guarantee period begins from the date of the inspection. C. In case substantial numbers of plants are sick or dead at the time of inspection, acceptance will not be granted and the Contractor's responsibility for maintenance of all the plants shall be extended until replacements are made. Replacements shall conform in all respects to the specifications for new plants and shall be planted in the same manner. Said replacements are to be made within five (5) days of said inspection. D. After the inspection for acceptance is made and the work is found to be acceptable, the Contractor shall continue to hand water all trees and palms three times a week for four (4) weeks. VI. PLANT GUARANTEE AND REPLACEMENT A. Guarantee: All plant materials including site relocated material 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. 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. DIVISION 2B SODDING 2B.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, oil tanks and supply lines, so that proper precautions may be taken not to disturb or damage any surface improvements. The Contractor shall be responsible for any damage to utilities and structures and shall properly maintain the protection of same. IV. CLEAN UP: A. The Contractor at all times shall keep the premises free form accumulation of waste materials or rubbish caused by his operations. At the completion of the work, he shall remove all waste materials and rubbish from the project site as well as all his tools, construction equipment, machinery and surplus materials and shall clean all surfaces and leave the project site "broom clean". B. If the Contractor fails to clean up, the Owner may do so and the cost thereof shall be charged to the Contractor. V. SUBMITTALS: Submit samples of planting soil blanket mix and four (4) samples each of the Certificates of Compliance, fertilizer analysis tags, and sod certification. Provide said submittals thirty (30) days after Award of Contract. 2B.02 MATERIALS I. SOIL BLANKET: As supplied by MORRIS MAGIC SOIL or equal. Soil shall be 40% everglades peat and 60% fine lawn sand thoroughly mixed. No site mixing shall be allowed. II. COMMERCIAL FERTILIZER: Mix #2024 (10.8.6) as supplied by ATLANTIC - FLORIDA EAST COAST FERTILIZER & CHEMICAL, or equal. Fertilizer shall be delivered to site in unopened containers which shall bear manufacturer's guaranteed statement of analysis or a manufacturer's Certificate of Compliance covering analysis. Furnish guarantee statement of certificate of compliance to the Owner or his representatives. III. SOD: A. Sod shall be St. Augustine Grass (Floratam) Solid Sod. B. All sod shall be of firm texture, having a compacted growth and good root development. Sod shall contain no weeds or objection vegetation, and be free from fungus, vermin or diseases. Before being cut and lifted, sod shall be mowed three (3) times with the final mowing not mote than a week before cutting into uniform dimensions. Certifications as to type of grass and other requirements shall be made and submitted to the Owner or his representative. IV. SAND: Provide clean, fine sand. V. WATER: Potable. The Contractor is responsible for providing water even if none is available on the site. 2B.03 EXECUTION I. GENERAL: Fine grades all lawn and planting areas. II. SODDING: Under this section, the Contractor shall perform the preparation of the areas to be sodded as herein specified. A. The Contractor shall remove all existing grasses and weeds from the areas to be sodded. The Contractor shall smooth out all areas to establish an even grade for sod planting. All areas shall be graded to drain. B. Remove all rock or foreign material one inch or greater in diameter and lay 2 inches of soil blanket uniformly and thoroughly incorporated into top most 4 inches of soil. C. Surface shall be rolled to achieve a smooth, even shape and grade. During the rolling, all depressions caused by settlement or rolling shall be filled with by additional topsoil and the surface shall be regraded and rolled until presenting a smooth and even finish. D. The Contractor should call for an inspection for approval of graded areas prior to sodding. E. Water the soil 24 hours prior to sodding. F. Sod panels shall be laid tightly together with staggered joints so as to make a solid lawn area. Immediately following sod laying, the lawn areas shall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered immediately. During delivery, prior to and during the planting of the lawn area, the sod panels shall at all times be properly protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting, so as not to be damaged by sweating or excessive heat and moisture. G. After sod has been planted and rolled, thoroughly water and fertilize at the rate of ten (10) pounds per 1,000 square feet of area. Thoroughly water all sodded areas. H. The finished level of sod areas after rolling and tamping shall be inch below the top of abutting paved areas. I. During the sodding operations, excess and waste materials shall be removed daily. All reasonable precautions shall be taken to avoid damage to all structures and plants. When sodding in an area has been completed, the area shall be thoroughly cleaned up. III. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE: Maintenance shall begin immediately after sodding is executed and shall continue in accordance with the following requirements: A. The Contractor shall be held responsible for maintenance of sodded areas, including watering, spraying, weeding, mowing and replanting as necessary to establish a uniform stand of the specific grass and until acceptance. After the grass has started, all areas and parts of areas which fail to show a uniform stand of grass, for any reason whatsoever, shall be replanted, repeatedly if necessary, until all sodded areas are covered with satisfactory growth of grass. B. Sodded areas shall be protected against trespassing damage. If any sod becomes damaged or injured, it shall be replaced as directed. No work shall be done within or over sodded areas without proper safeguards and protection. C. Watering of all non -irrigated sodded areas shall be done from a watering truck, no temporary irrigation heads will be allowed. All sodded areas are to be watered to provide at least one (1) inch of water per week in biweekly applications. Watering is to continue until inspection for acceptance is made and approved by the Owner. All watering is to be done in the presence of the Owner or his representative. D. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by filling with lawn sand, tamping, re -fertilizing and re -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.III.C. for four (4) weeks after the inspection for acceptance. All watering to be done in the presence of the Owner or his representative. D. Materials and Operations: All replacements shall be sod of the same kind as specified in these Specifications. It shall be furnished and planted as specified with the cost borne by the Contractor at no additional cost to the Owner. VI. MAINTENANCE GUIDELINES: The Contractor shall supply the Owner with a detailed maintenance schedule for all sodded areas thirty (30) days after Award of Contract. ATTACHMENT H SODDING SPECIFICATIONS 26.01 SODDING GENERAL DIVISION 2B SODDING 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, 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. II. SODDING: Under this section, the Contractor shall perform the preparation of the areas to be sodded as herein specified. A. The Contractor shall remove all existing grasses and weeds from the areas to be sodded. The Contractor shall smooth out all areas to establish an even grade for sod planting. All areas shall be graded to drain. B. Remove all rock or foreign material one inch or greater in diameter and lay 2 inches of soil blanket uniformly and thoroughly incorporated into top most 4 inches of soil. C. Surface shall be rolled to achieve a smooth, even shape and grade. During the rolling, all depressions caused by settlement or rolling shall be filled with by additional topsoil and the surface shall be regraded and rolled until presenting a smooth and even finish. D. The Contractor should call for an inspection for approval of graded areas prior to sodding. E. Water the soil 24 hours prior to sodding. F. Sod panels shall be laid tightly together with staggered joints so as to make a solid lawn area. Immediately following sod laying, the lawn areas shall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered immediately. During delivery, prior to and during the planting of the lawn area, the sod panels shall at all times be properly protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting, so as not to be damaged by sweating or excessive heat and moisture. G. After sod has been planted and rolled, thoroughly water and fertilize at the rate of ten (10) pounds per 1,000 square feet of area. Thoroughly water all sodded areas. H. The finished level of sod areas after rolling and tamping shall be inch below the top of abutting paved areas. I. During the sodding operations, excess and waste materials shall be removed daily. All reasonable precautions shall be taken to avoid damage to all structures and plants. When sodding in an area has been completed, the area shall be thoroughly cleaned up. III. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE: Maintenance shall begin immediately after sodding is executed and shall continue in accordance with the following requirements: A. The Contractor shall be held responsible for maintenance of sodded areas, including watering, spraying, weeding, mowing and replanting as necessary to establish a uniform stand of the specific grass and until acceptance. After the grass has started, all areas and parts of areas which fail to show a uniform stand of grass, for any reason whatsoever, shall be replanted, repeatedly if necessary, until all sodded areas are covered with satisfactory growth of grass. B. Sodded areas shall be protected against trespassing damage. If any sod becomes damaged or injured, it shall be replaced as directed. No work shall be done within or over sodded areas without proper safeguards and protection. C. Watering of all non -irrigated sodded areas shall be done from a watering truck, no temporary irrigation heads will be allowed. All sodded areas are to be watered to provide at least one (1) inch of water per week in biweekly applications. Watering is to continue until inspection for acceptance is made and approved by the Owner. All watering is to be done in the presence of the Owner or his representative. D. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by filling with lawn sand, tamping, re -fertilizing and re -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.III.C. for four (4) weeks after the inspection for acceptance. All watering to be done in the presence of the Owner or his representative. D. Materials and Operations: All replacements shall be sod of the same kind as specified in these Specifications. It shall be furnished and planted as specified with the cost borne by the Contractor at no additional cost to the Owner. VI. MAINTENANCE GUIDELINES: The Contractor shall supply the Owner with a detailed maintenance schedule for all sodded areas thirty (30) days after Award of Contract. CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Solicitation Title: (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 1 FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per calendar week? YES NO ❑ ❑ If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the lease? ❑ YES ❑ NO ❑ N/A Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? City of Miami: Cite Exemption: NO Exempt ❑ YES ❑ ❑ Miami -Dade County: Cite Exemption: ❑ YES ❑ NO ❑ Exempt Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the performance of Bidder/Proposer's business operations? YES NO ❑ ❑ Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Print Name (Bidder/Proposer Authorized Representative) Signature Date 2 FORM -City of Miami Local Office Certification 7/22/2013 STATE OF FLORIDA COUNTY OF Certified to and subscribed before me this day of , 20 , by (NOTARY SEAL) (Signature of Notary Public -State of Florida) (Name of Notary Typed, Printed, or Stamped) Personally Known OR Produced Identification Type of Identification Produced FORM -City of Miami Local Office Certification 7/22/2013 3