Loading...
HomeMy WebLinkAboutBack-Up DocumentsDocuSign Envelope ID: C72B58A0-8ADC-45F0-BEOB-6AF153ED9E74 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V City Manager DocuSign. by FROM: Irtie°Perez, CPPO Director/Chief Procurement Officer Department of Procurement RECOMMENDATION: DATE: March 8, 2022 SUBJECT: Recommendation of Award for Landscaping Services Contractor Pool REFERENCES: IFB No. 1380386 ENCLOSURES: Bid Tabulation Based on the findings below, the Procurement Department ("Procurement") hereby recommends the award of Invitation for Bid ("IFB") No. 1380386 to Greco International, Corp., Project Xerofitus, LLC, Coco Tree Services, Corp., SFM Services Inc., VisualScape, Inc., SFL Property Maintenance, Corp., Florida Lawn Service, Inc., and Lawn Keepers of South Florida, Inc., the responsive and responsible Bidders, to provide landscape contractor services for the Department of Resilience and Public Works ("RPW") and Department of Parks and Recreation Services ("Parks"), on an as needed basis. The awarded vendors and contract terms are shown below. Contract Number/Title: IFB No. 1380386, Landscape Services Contractor Pool Contract Amount: Approximately $2,164,582.00 Contract Term: Recommended Vendors: Initial term of two (2) years, with the option to renew for three (3) additional two (2) year periods. Greco International, Corp., Project Xerofitus, LLC, Coco Tree Services, Corp., SFM Services Inc., VisualScape, Inc., SFL Property Maintenance, Corp., Florida Lawn Service, Inc., and Lawn Keepers of South Florida, Inc. BACKGROUND: On January 10, 2022, Procurement issued IFB No. 1380386 for the provision of an open Citywide landscape services contractor pool, under full and open competition. On February 7, 2022, at bid closing fifteen (15) bids were received. The bids were evaluated following the guidelines published in the bid. Nine (9) bids were found to be responsive. The recommended vendors were found to be the responsive and responsible Bidders. In addition, this is an open pool and vendors can be added in the future. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendation. Approved: G,IitukrNo" Arthur Noriega V. City Manager AP:tg c: Juvenal Santana, P.E., Director, RPW Barbara Hernandez, CPRP, Director, Parks Date: March 9, 2022 1 12:23:08 EST DocuSign Envelope ID: C72B58A0-8ADC-45F0-BEOB-6AF153ED9E74 Yadissa A. Calderon, CPPB, Assistant Director, Procurement DocuSign Envelope ID: C72B58A0-8ADC-45F0-BEOB-6AF153ED9E74 IFB 1380386 Landscape Services Contractor Pool Bid Tabulation Supplier GROUP A Alleyways, Right -of - ways, and Areas less than 2,500 sqft GROUP B City -Owned Lots Maintenance GROUP C Median/Main Corridor Landscaping GROUP D Traffic Circle Maintenance GROUP E Park Owned Lots COCO TREE SERVICE CORP YES YES NO NO YES FLORIDA LAWN SERVICE INC YES YES NO NO YES GRECO INTERNATIONAL CORP YES YES NO NO YES LAWNKEEPERS OF SOUTH FLORIDA INC. YES YES NO NO YES PROJECT XEROFITUS LLC YES YES NO NO YES SFL PROPERTY MAINTENANCE CORP YES YES NO NO YES SFM SERVICES INC YES YES NO NO YES VISUALSCAPE INC YES YES YES YES YES 4/8/22, 12:57 PM Detail by Entity Name DIVISION OF CORPORATIONS lr }�f r j 6��� f �4rI'fD'iN1 uirku! Star© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation COCO TREE SERVICE CORP Filing Information Document Number P11000094072 FEI/EIN Number 45-3695565 Date Filed 10/28/2011 Effective Date 10/27/2011 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/01/2018 Principal Address 1720 NW 33RD ST MIAMI, FL 33142 Changed: 10/03/2018 Mailing Address 1720 NW 33 ST MIAMI, FL 33142 Changed: 10/30/2019 Registered Agent Name & Address ALVARADO, JOSUE E 1720 NW 33 ST MIAMI, FL 33142 Name Changed: 04/23/2020 Address Changed: 04/23/2020 Officer/Director Detail Name & Address Title P ALVARADO, JOSUE E https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=COCOTR.. 1/2 4/8/22, 12:57 PM Detail by Entity Name 1720 NW 33 ST MIAMI, FL 33142 Title VP Michelena, Joshua 1720 NW 33 ST MIAMI, FL 33142 Annual Reports Report Year Filed Date 2020 04/23/2020 2020 09/11/2020 2021 02/19/2021 Document Images 02/19/2021 -- ANNUAL REPORT 09/11/2020 -- AMENDED ANNUAL REPORT 04/23/2020 -- ANNUAL REPORT 10/30/2019 -- AMENDED ANNUAL REPORT 10/11/2019 -- Reg. Agent Change 04/30/2019 -- ANNUAL REPORT 10/15/2018 -- AMENDED ANNUAL REPORT 10/01/2018 -- REINSTATEMENT 04/28/2017 -- ANNUAL REPORT 04/30/2016 -- ANNUAL REPORT 08/04/2015 -- Amendment 04/02/2015 -- ANNUAL REPORT 04/11/2014 -- ANNUAL REPORT 04/19/2013 -- ANNUAL REPORT 04/30/2012 -- ANNUAL REPORT 10/28/2011 -- 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 Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=COCOTR... 2/2 2/14/22, 11:03 AM Detail by Entity Name DIVISION OF CORPORATIONS DIVE LLo1'I 1 j r f } f OILP uiriai Star© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation FLORIDA LAWN SERVICE, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Principal Address 5845 S.W. 125 AVE. MIAMI, FL 33183 Changed: 07/02/2004 Mailing Address P.O. BOX 831719 MIAMI, FL 33283 V64307 65-0362696 09/14/1992 FL ACTIVE REINSTATEMENT 09/06/1995 Changed: 09/06/1995 Registered Agent Name & Address VIAMONTES, ANDRES E. 5845 S.W. 125 AVE. MIAMI, FL 33183 Address Changed: 07/02/2004 Officer/Director Detail Name & Address Title P VIAMONTES, ANDRES 5845 S.W. 125 AVE. MIAMI, FL 33183 Title S https://search.sunbiz.org /I nq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType= Initial &searchN ameOrder= F LOR I DALAWN S.. 1/2 2/14/22, 11:03 AM Detail by Entity Name VIAMONTES, ELENA 5845 S.W. 125 AVE. MIAMI, FL 33183 Annual Reports Report Year Filed Date 2019 05/31/2019 2020 06/12/2020 2021 04/30/2021 Document Images 04/30/2021 — ANNUAL REPORT 06/12/2020 — ANNUAL REPORT 05/31/2019 — ANNUAL REPORT 04/16/2018 — ANNUAL REPORT 02/16/2017 — ANNUAL REPORT 04/25/2016 — ANNUAL REPORT 04/22/2015 — ANNUAL REPORT 04/21/2014 — ANNUAL REPORT 04/29/2013 — ANNUAL REPORT 04/30/2012 — ANNUAL REPORT 04/06/2011 -- ANNUAL REPORT 04/22/2010 — ANNUAL REPORT 04/16/2009 — ANNUAL REPORT 04/10/2008 — ANNUAL REPORT 02/09/2007 — ANNUAL REPORT 03/30/2006 — ANNUAL REPORT 03/02/2005 — ANNUAL REPORT 07/02/2004 — ANNUAL REPORT 04/29/2003 — ANNUAL REPORT 02/01/2002 — ANNUAL REPORT 03/08/2001 — ANNUAL REPORT 05/02/2000 — ANNUAL REPORT 04/07/1999 — ANNUAL REPORT 04/21/1998 — ANNUAL REPORT 04/16/1997 — ANNUAL REPORT 04/25/1996 — ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org /I nq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType= Initial &searchN ameOrder= F LOR I DALAWN S... 2/2 2/14/22, 12:10 PM Detail by Entity Name DIVISION OF CORPORATIONS �f VEJ.01 11 j r f } f OILP uiriai Star© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation LAWN KEEPERS OF SOUTH FLORIDA, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 21550 SW 184 PL MIAMI, FL 33187 Changed: 08/12/2005 Mailing Address P.O BOX 770763 MIAMI, FL 33177 P00000061037 65-1019275 06/22/2000 FL ACTIVE AMENDMENT 01/19/2005 NONE Changed: 03/06/2002 Registered Agent Name & Address BORREGO, DAVID 21550 SW 184 PL MIAMI, FL 33187 Name Changed: 03/21/2006 Address Changed: 02/07/2007 Officer/Director Detail Name & Address Title PD BORREGO, DAVID https://search.sunbiz.org/Inq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType= Initial &searchN ameOrder= LAWN KEEPERS.. 1/3 2/14/22, 12:10 PM 21550 S.W. 184 PL MIAMI, FL 33187 Detail by Entity Name Title Executive Secretary Borrego, Janice 21550 SW 184th PI Miami, FL 33187-4127 Annual Reports Report Year Filed Date 2019 04/21/2019 2020 03/09/2020 2021 03/13/2021 Document Images 03/13/2021 — ANNUAL REPORT View image in PDF format 03/09/2020 — ANNUAL REPORT View image in PDF format 04/21/2019 — ANNUAL REPORT View image in PDF format 02/15/2018 — ANNUAL REPORT View image in PDF format 03/07/2017 — ANNUAL REPORT View image in PDF format 03/07/2016 — ANNUAL REPORT View image in PDF format 03/20/2015 — ANNUAL REPORT View image in PDF format 04/28/2014 — ANNUAL REPORT View image in PDF format 01/29/2013 — ANNUAL REPORT View image in PDF format 02/26/2012 — ANNUAL REPORT View image in PDF format 03/17/2011 -- ANNUAL REPORT View image in PDF format 04/09/2010 — ANNUAL REPORT View image in PDF format 04/15/2009 — ANNUAL REPORT View image in PDF format 01/07/2008 — ANNUAL REPORT View image in PDF format 02/07/2007 — ANNUAL REPORT View image in PDF format 08/21/2006 — ANNUAL REPORT View image in PDF format 03/21/2006 — ANNUAL REPORT View image in PDF format 08/12/2005 — ANNUAL REPORT View image in PDF format 01/19/2005 — Amendment View image in PDF format 01/14/2005 — Amendment View image in PDF format 04/28/2004 — ANNUAL REPORT View image in PDF format 02/20/2004 — Amendment View image in PDF format 12/22/2003 — Amendment View image in PDF format 05/20/2003 — Amendment View image in PDF format 02/21/2003 — ANNUAL REPORT View image in PDF format 03/06/2002 — ANNUAL REPORT View image in PDF format 07/20/2001 — Amendment View image in PDF format 04/27/2001 — ANNUAL REPORT View image in PDF format 06/22/2000 — Domestic Profit View image in PDF format https://search.sunbiz.org /I nq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType= Initial &searchN ameOrder= LAWN KEEPERS.. 2/3 2/14/22, 12:10 PM Detail by Entity Name Florida Department of State, Division of Corporations https://search.sunbiz.org /I nq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType= Initial &searchN ameOrder= LAWN KEEPERS... 3/3 2/14/22, 1:27 PM Detail by Entity Name DIVISION OF CORPORATIONS lr POP _ i /% f` D1vE L �'I 12 j r f } f / � �, ta► ufrk ! Star© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company PROJECT XEROFITUS, L.L.C. Filing Information Document Number L16000167463 FEI/EIN Number 30-0956931 Date Filed 09/07/2016 Effective Date 09/07/2016 State FL Status ACTIVE Last Event LC AMENDMENT Event Date Filed 11/23/2020 Event Effective Date NONE Principal Address 185 SE 14TH TERRACE STE 2307 MIAMI, FL 33131 Changed: 02/05/2022 Mailing Address 185 SE 14TH TERRACE STE 2307 MIAMI, FL 33131 Changed: 02/05/2022 Registered Agent Name & Address SILVAS FINANCIAL SERVICES, LLC 5220 S UNIVERSITY DR STE C-102 DAVIE, FL 33328 Name Changed: 02/05/2022 Address Changed: 02/12/2018 Authorized Person(s) Detail Name & Address https://search.sunbiz.org /I nq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType=Initial &searchN ameOrder= PR OJ ECTXER O... 1/2 2/14/22, 1:27 PM Title MGR Detail by Entity Name PETRILLI, ANTONIO 185 SE 14TH TERRACE STE 2307 MIAMI, FL 33131 Title MGR TOBIA, GIUSEPPINA 185 SE 14TH TERRACE STE 2307 MIAMI, FL 33131 Annual Reports Report Year Filed Date 2020 02/22/2020 2021 02/15/2021 2022 02/05/2022 Document Images 02/05/2022 — ANNUAL REPORT View image in PDF format 02/15/2021 — ANNUAL REPORT View image in PDF format 11/23/2020 -- LC Amendment View image in PDF format 02/22/2020 — ANNUAL REPORT View image in PDF format 03/15/2019 — LC Amendment View image in PDF format 03/01/2019 — LC Amendment View image in PDF format 01/26/2019 — ANNUAL REPORT View image in PDF format 02/12/2018 — ANNUAL REPORT View image in PDF format 08/29/2017 — LC Amendment View image in PDF format 08/03/2017 — LC Amendment View image in PDF format 05/01/2017 — ANNUAL REPORT View image in PDF format 09/07/2016 — Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org /I nq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType=Initial &searchN ameOrder= PR OJ ECTXER O... 2/2 4/8/22, 1:05 PM Detail by Entity Name DIVISION OF CORPORATIONS lr %o D1�rr«y j r f ufrku! Star© 0!J )Ii J R144,3itV Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation SFL PROPERTY MAINTENANCE CORP. Filing Information Document Number P12000063196 FEI/EIN Number 45-5621968 Date Filed 07/18/2012 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/12/2020 Event Effective Date NONE Principal Address 10890 QUAIL ROOST DRIVE UNIT 27 MIAMI, FL 33157 Changed: 12/06/2021 Mailing Address 3345 SW 81 AVENUE MIAMI, FL 33155 Changed: 06/12/2020 Registered Agent Name & Address FIGUEREDO, ARMANDO J, JR 3345 SW 81 AVENUE MIAMI, FL 33155 Address Changed: 06/12/2020 Officer/Director Detail Name & Address Title P FIGUEREDO, ARMANDO J, JR 3345 SW 81 AVENUE MIAMI, FL 33155 https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=SFLPROP.. 1 /2 4/8/22, 1:05 PM Detail by Entity Name Title VTS PEREZ, NICOLE 3345 SW 81 AVENUE MIAMI, FL 33155 Annual Reports Report Year Filed Date 2020 03/03/2020 2021 03/16/2021 2022 03/16/2022 Document Images 03/16/2022 -- ANNUAL REPORT 03/16/2021 -- ANNUAL REPORT 06/12/2020 -- Amendment 03/03/2020 -- ANNUAL REPORT 03/07/2019 -- ANNUAL REPORT 02/20/2018 -- ANNUAL REPORT 01/12/2017 -- ANNUAL REPORT 03/10/2016 -- ANNUAL REPORT 04/05/2015 -- ANNUAL REPORT 04/17/2014 -- ANNUAL REPORT 04/13/2013 -- ANNUAL REPORT 07/18/2012 -- 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 Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=S FLPROP... 2/2 4/8/22, 1:06 PM Detail by Entity Name DIVISION OF CORPORATIONS lr ufrku! Star© uj!lufi J R144,3itV Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation SFM SERVICES, INC. Filing Information Document Number M44559 FEI/EIN Number 59-2766887 Date Filed 01/09/1987 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 01/26/2006 Event Effective Date NONE Principal Address 9700 NW 79TH AVE. HIALEAH GARDENS, FL 33016 Changed: 04/15/2010 Mailing Address 9700 NW 79TH AVE. HIALEAH GARDENS, FL 33016 Changed: 01/26/2012 Registered Agent Name & Address TRIAY, CARLOS ESQUIRE 2301 NW 87 AVENUE SUITE 501 DORAL, FL 33172 Name Changed: 09/19/1996 Address Changed: 03/30/2009 Officer/Director Detail Name & Address Title VP, S INFANTE, JOSE MJR https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=SFMSER... 1/3 4/8/22, 1:06 PM Detail by Entity Name 9700 NW 79TH AVE. HIALEAH, FL 33016 Title P, T INFANTE, CHRISTIAN H 9700 NW 79TH AVE. HIALEAH, FL 33016 Annual Reports Report Year Filed Date 2019 04/08/2019 2020 04/28/2020 2021 04/06/2021 Document Images 04/06/2021 -- ANNUAL REPORT 04/28/2020 -- ANNUAL REPORT 04/08/2019 -- ANNUAL REPORT 04/10/2018 -- ANNUAL REPORT 03/21/2017 -- ANNUAL REPORT 03/21/2016 -- ANNUAL REPORT 02/02/2015 -- ANNUAL REPORT 02/17/2014 -- ANNUAL REPORT 02/21/2013 -- ANNUAL REPORT 01/26/2012 -- ANNUAL REPORT 01/27/2011 -- ANNUAL REPORT 04/15/2010 -- ANNUAL REPORT 03/30/2009 -- ANNUAL REPORT 02/11/2008 -- ANNUAL REPORT 01/29/2007 -- ANNUAL REPORT 03/16/2006 -- ANNUAL REPORT 01/26/2006 -- Name Change 04/27/2005 -- ANNUAL REPORT 04/01/2004 -- ANNUAL REPORT 02/17/2003 -- ANNUAL REPORT 02/26/2002 -- ANNUAL REPORT 02/28/2001 -- ANNUAL REPORT 06/08/2000 -- ANNUAL REPORT 04/21/1999 -- ANNUAL REPORT 05/21/1998 -- ANNUAL REPORT 02/05/1997 -- ANNUAL REPORT 09/19/1996 -- ANNUAL REPORT 05/01/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=S FMSER... 2/3 4/8/22, 1:06 PM Detail by Entity Name Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=S FMSER... 3/3 4/8/22, 1:07 PM Detail by Entity Name DIVISION OF CORPORATIONS lr }�f r j 6��� f �4rI'fD'iN1 uirku! Star© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation VISUALSCAPE, INC. Filing Information Document Number P11000057735 FEI/EIN Number 45-2599402 Date Filed 06/21/2011 State FL Status ACTIVE Principal Address 17801 NW 137th Ave MIAMI, FL 33018 Changed: 01/25/2017 Mailing Address 17801 NW 137th Ave MIAMI, FL 33018 Changed: 01/25/2017 Registered Agent Name & Address KESHEN, NELSON CESQ 9155 SO DADELAND BLVD, SUITE 1718 MIAMI, FL 33156 Officer/Director Detail Name & Address Title President VILA, IVAN CARLOS 17801 NW 137th Ave MIAMI, FL 33018 Annual Reports Report Year Filed Date 2020 01 /21 /2020 2021 01/14/2021 2022 03/14/2022 https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=VISUALS... 1/2 4/8/22, 1:07 PM Detail by Entity Name Document Images 03/14/2022 -- ANNUAL REPORT 01/14/2021 -- ANNUAL REPORT 01/21/2020 -- ANNUAL REPORT 02/04/2019 -- ANNUAL REPORT 01/31/2018 -- ANNUAL REPORT 01/25/2017 -- ANNUAL REPORT 01/28/2016 -- ANNUAL REPORT 01/22/2015 -- ANNUAL REPORT 02/18/2014 -- ANNUAL REPORT 02/17/2013 -- ANNUAL REPORT 03/28/2012 -- ANNUAL REPORT 06/21/2011 -- 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 Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=VISUALS... 2/2 IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name C1,0 � �r 61/Vee�` Business - Business Representative Primary Contact (REQUIRED) Contact Name: A0,4fi E-mail Address: /j OCU CU _„ Jc o �� Contact Telephone Number: �6 _ 7,13 _ 5/ Cellular Phone Number (if applicable):a^5_ .79-3 —9XV. Fax Number (if applicable): -/ <tvz...- uC /^ I9 Secondary Contact (OPTIONAL) Secondary Contact: E-mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: ❑Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance ❑Group B — City Lot Landscaping Maintenance ❑Group C — City Median/Main Corridor Landscaping ❑Group D — Traffic Circle Landscaping Maintenance ❑Group E — Parks -Owned Lot Landscaping Maintenance 'NlikI Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 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 he 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: o TV -QC— 5 (.' ru ,' C Q. p ADDRESS: 1 hho 3 3 . 5 i N,. N 33 r c� PHONE: S "" Z rd — 14 GtS FAX: 3 b I... `-- 67 15i 3 FAILURE TO COMPLETE.SIGN,_ ANI) RETU RESPONSE. TH ORM SHALL DIS( UALIFY THIS Entity Type: ership. Sole Prop, Certifications torship, Corporation, etc. Year Established: 2-o t( Office Location: City of Miami, Miami -Dade County, or Other 2G 33/6. sr !"A`c -c; Business Tax Receipt/Occupational License Number: 77/77 Ce Business Tax Receipt/Occu ational Licen e Issuing Agency: i�-�c�wu Business Tax Receipt/Occupati nal License Expiration Date: Federal Employee Identification Number (FEIN): s- .3G 9rr6,5— Wil1 Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. w© 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. i�c� ¢haute No-1 oil 2-Gj iLl 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" forrn? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment 11 - Local Office Certification.) Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: ` ,) Q ThQC 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. 1 Past Performance Reference Check #1 Company/Organization Name: i l N-Yt rno .:. rtr°+Jy,;a 2. c- h 7 el Address: a0 M01vCg /J)Ali ' e,3i%P Contact Person: Ft)-(h tti to-YA,i Contact Phone Number and Email: 'Cf. US} Q C ck CC- fj y Date of Contract or Sale: a_D ` q 00 i Prime or Subcontractor: atiCe I) Or scri tion of Sere' , Total dollar y,a1 e of Contra , etc.. 4 j, ) vd- 0-0 Past Performance Reference Check #2 Company/Organization Name: 4 P,t � Address: t / - / Ni 744 ST it.ILAN4F(3 313 Contact Person: 19 er *to 511 i Contact Phone Number and Email: - 'L11 G. - ct '3 £ Contact E-mail (if applicable): , . p5 6U-ov- CG"-t ©ate of Contract or Sale: Q Prime or Subcontractor: "—e, Other (C eWI Service, otal d Ilan value ofC ^ ,i'�1. etc.) Past Performance Re en C #3_ Company/Organization Name: Address: v9', G � 0 4De) -34 - . Contact Person: '(7"5� (11 T&O.9 Contact Phone Number and Email: V— lciciap,ContactE-mail (if applicable). i G11G�Q„(ri4 F7 Date of Contract or Sale: 'i p217. 1n Prime or Subcontractor: 'hilt(r Other (Des 1 tion of Service, T 1 dollar v e ofCgtract, tc.): '' rr ��11,,�� i Akin f›< nf\ �-J'P7 frfn `C �l `�t�6 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: S licitation Title: ?.-KI-h is 5.e.-vi•ce5 Ayni-yo-c, 4 tY Pot (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapte 8/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. 1034303$ l (Le. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Local office means a business within the city which meets all of the following criteria: (1) Ilas had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: 2>71,3uv 33 Y4 51 LMJ 33 i Z Does Bidder/Proposer conduct verifiable, full- rime, on -site employment at the local office for a minimum of forty (40) hours per calendar week? I NO r - (� YES V� If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the lease? 1 YESvi NO 19 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: El YES El NO El Exempt Miami -Dade County: Cite Exemption: YES 0 NO_� Exempt V 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? NO 0 YES 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. Cz� a 9- Y lUO gib Print Name j3idder/Proposer Authorized Repre five) Signature FORM-CIi 0 cal Office Cestiflcatlon 2 21 Ott 1 24 2,-), Date 7/22/201 COUNTY OF 114,(Atd ci2A STATE OF FLORIN, Certified to and subscribed before me this / day of T. 4k-0-sr-A—COO AtAY Ptiaiw Notary Public Sailof Florida f Dimeiza M PereStelo i&r.4 2 My Commission H1.1 038643 „er Expi • (Signature of Notary Public -State of Florida) (N otary ed, or Stamped) Personally Known / OR 'Produced Identification Type of Identification Produced FORM -City 7/22/2013 lam ca Office Certification t ANNIE PEREZ, CPPO ARTHUR NORIEGA V Procurement Director City Manager ADDENDUM NO. 1 IFB 1380386 Invitation for Bid ("IFB"), Landsca TO: ALL PROSPECTIVE BIDDERS January 26, 2021 Services Contractor Pool The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment 0, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: 01. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE iFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department 1 AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: SIGNATURE: e� DATE: 14 RL CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 02/01/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: it the certificate holder is an ADDITIONAL INSURED, the policy(Ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NA IEACT Alexander Sardines Professional Insurance Services of Florida Inc 5757 Blue Lagoon Dr #140 9 PHONE (305) 300-8291 FAX (305) 357-1830 E"0 (A/C, No}: "All- ADDRESS: infoeproinservfl.com INSURER(S) AFFORDING COVERAGE NAIC 1 Miami FL 33126-2057 INSURERA: Burlington Insurance Company 23620 INSURED INSURER a : Nautilus Insurance Co 17370 COCO TREE SERVICE CORP INSURER c : Granada Insurance Co. 524210 1720 NW 33rd St INSURER D : INSURER E : Miami FL 33142-6173 INSURERF: V•Iwvn III %,11111GIGIC4. 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 POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSSR LTR TYPE OF INSURANCE ADDL INSD SUBR W VD. POLICY NUMBER EFF (MPOLICY /YYYY) (MM DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y N 8646008282 06/29/2021 06/29/2022 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (My one person) $ 5,000 PERSONAL B ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPUES PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 1,000,000 $ C AUTOMOBILE _ LIABILITY ANY AUTO OWNED AUTOS HIRED AUTOS ONLY X — SCHEDULED AO NON -OWNED AUTOS ONLY N N 0110FL00045170 -1 11/04/2021 11/04/2022 COMBINED SINGLE LIMIT (Ea accident) $ 50,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ PIP $ 10,000 B X UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE N N AN1243263 06/29/2021 06/29/2022 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under Y / N N / A PER STATUTE OTH- ER EL EACH ACCIDENT $ E.L DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Tree service City Of Miami 444 SW 2nd Ave 6th Floor Miami FI 33130 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE eAwtofer Sad © 19882015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE Date v2o>'Zozz Producer: Plymouth Insurance Agency 2739 U.S. Highway 19 N. Holiday, FL 34691 This Certificate is issued as a matter of information only and upon the Certificate Holder. This Certificate does not amend, the coverage afforded by the policies below. confers no rights extend or alter (727) 938-5562 Insurers Affording Coverage NAIC # Insured: South East Personnel Leasing, Inc. & Subsidiaries Insurer A: Lion Insurance Company 11075 2739 U.S. Highway 19 N. Insurer B: Holiday, FL 34691 Insurer C: Insurer D: Insurer E: Coverages The policies with respect limits 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 to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies. Aggregate shown may have been reduced by paid claims. INSR LTR ADDL INSRD Type of Insurance yP Policy Number Policy Effective Date (MM/DD/YY) Policy Expiration Date (MM/DD/YY) Limits GENERAL LIABILITY Commercial General Liability Each Occurrence $ Claims Made Occur Damage to rented premises (EA occurrence) $ Med Exp $ General aggregate limit applies per: Personal Adv Injury $ Policy ❑ Project ❑ LOC General Aggregate $ Products - Comp/Op Agg AUTOMOBILE LIABILITY Any Auto Combined Single Limit (EA Accident) $ All Owned Autos Scheduled Autos Bodily Injury (Per Person) $ Hired Autos Non -Owned Autos Bodily Injury (Per Accident) $ Property Damage (Per Accident) $ EXCESS/UMBRELLA LIABILITY Each Occurrence ROccur ❑ Claims Made Aggregate Deductible A Workers Compensation and Employers' Liability WC 71949 01/01/2021 01/01/2022 X I WC Statu- tory Limits I 1OTH- ER Any proprietor/partner/executive officer/member E.L. Each Accident S1,000,000 excluded? NO If Yes, describe under special below. E.L. Disease- Ea Employee $1,000,000 provisions 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/LocationsNehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 90-68-060 Coverage only applies to active employee(s) of South East Personnel 1 Pasing, 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 01-20-22 (AR) Begin Date: 10/4/2021 CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI 444 SW 2ND AVE 6TH FLOOR Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. MIAMI , FL 33130. _,..-. , 1 4 ✓ — LJIVWSIQN OF I,+QRPQRATIQNS ,org 'i f l iJ fJi (jl Co) r Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation COCO TREE SERVICE CORP Filing Information Document Number P11000094072 FEI/EIN Number 45-3695565 Date Filed 10/28/2011 Effective Date 10/27/2011 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/01/2018 Principal Address 1720 NW 33RD ST MIAMI, FL 33142 Changed: 10/03/2018 Mailing Address 1720 NW 33 ST MIAMI, FL 33142 Changed: 10/30/2019 Registered Agent Name & Address ALVARADO, JOSUE E 1720 NW 33 ST MIAMI, FL 33142 Name Changed: 04/23/2020 Address Changed: 04/23/2020 Officer/Director Detail Name & Address Title P ALVARADO, JOSUE E 11 LV 111111 VV %J 1 MIAMI, FL 33142 Title VP Michelena, Joshua 1720 NW 33 ST MIAMI, FL 33142 Annual Reports Report Year Filed Date 2020 04/23/2020 2020 09/11/2020 2021 02/19/2021 Document Images 02/19/2021 -- ANNUAL REPORT 09/11/2020 -- AMENDED ANNUAL REPORT 04/23/2020 -- ANNUAL REPORT 10/30/2019 -- AMENDED ANNUAL REPORT 10/11/2019 -- Reg. Agent Change 04/30/2019 -- ANNUAL REPORT 10/15/2018 -- AMENDED ANNUAL REPORT 10/01/2018 -- REINSTATEMENT 04/28/2017 -- ANNUAL REPORT 04/30/2016 -- ANNUAL REPORT 08/04/2015 -- Amendment 04/02/2015 -- ANNUAL REPORT 04/11/2014 -- ANNUAL REPORT 04/19/2013 -- ANNUAL REPORT 04/30/2012 -- ANNUAL REPORT 10/28/2011 -- 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 EQUIPMENT LIST Equipment Tractor Honda 21 " Serial# S-M2C91173141 Equipment Serial # Tractor Bob Cat 5-9426325295 Tractor SCAG -61 STT62V77CH Tractor Bob Cat 48 S-9426310295 Grand Stand SN-316111208 Equipment Serial# Tractor Toro 32" 3009227000405 Grand Stand SN-40126067 Tractor Toro 52" 2800008408 Equipment Serial # TOL 3000 PSI PRO Pressure cleaner SN1008206001 GAL Honda 50 SPRAYER K12557 STETS 400-14 STIHL CUTQUIKS Concrete saw 177427635 HOEEU200012000 Watt Generator SN-EAAJ-1806638 Equipment Serial # Stihl Hedge Trimmer SN-512725865 Stihl Hedge Trimmer SN-512725888 Stihl EDGER SN-512725697 Stihl Trimmer HL-91 K S-514060019 Stihl Trimmer HL-94 K S-513200803 Stihl Chain Saw SN-183000830 Sthill edger 5N-512909939 ZM 60 500 RD DECK SN-400025467 ZM 60 500 RD DECK SN-400055472 QUANTITY EQUIPTMENT MAKE AND MODEL 8 LAWNMOWERS TORO 6000 60" 8 TRUCK ISUZU NPR HD 3 TRACTOR KUBOTA 15" MS031 23 WEED KILLER MS 270 16 TRIMMER STIHLFS91R 4 BUCKET TRUCK FORD F 750 SUPER DUTY 60" 3 CHIPPER VEERMEER1000 3 GRAPPLE TRUCK MACK GRANITE 4 DUMP TRUCK GMC 7500 30 YARDS 6 PICK UP TRUCK FORD F350 4 GATOR JOHN DEERE 4 RTV KUBOTA RTV 900 1 WATER TANK F750 500 GALLONS 4 LAWNMOWERS TORO GROUNDMASTER 4700-D 5 BLOWERS BILLY GOAT Z3000 12 TRAILER TRAILER 7X16X6FT5IN 4 LAWN MOWERS 61" 37HP VANGURD TURF TIGER ELECT 10 CHAIN SAW M5311 CHAIN SAW 3 SPRAYER 50 GAL ALUMINUM FRAME SPRAYER Form W-J (Rev. October2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. I Print or type. See Specific Instructions on page 3. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. coco tree service corp 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. 4 Exemptions certain entities, instructions Exempt payee Exemption code (if any) (Applies to accounts (codes apply only to not individuals; see on page 3): code (if any) ni IndividuaVsole proprietor or li C Corporation ❑ S Corporation III Partnership • Trust/estate single -member III Limited liability LLC company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) appropriate box in the line above for the tax classification of the single -member owner. is classified as a single -member LLC that is disregarded from the owner unless the is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single from the owner should check the appropriate box for the tax classification of its owner. ► ► from FATCA reporting Note: Check the LLC if the LLC another LLC that is disregarded III Other (see instructions) Do not check owner of the LLC is -member LLC that maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. 1720 nw 33rd st Requester's name and address (optional) 6 City, state, and ZIP code miami, fl 33142 7 List account number(s) here (optional) • Taxpayer laentlflcatlon Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Part 11 Social security number or Employer identificat on number 4 5 3 6 9 5 5 6 5 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instruptions for Part II, later. Sign Here Signature of U.S. person ► V General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► n i% (9-4 • Form 1099-DIV (dividends, including those!from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-5 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) 1110 CERTIFIED ARBOR[ST 1 - TM The International Society of Arboriculture Hereby Announces That (,rti'iro Jzgiiferdo Has Earned the Credential ISA Certified Arborist RO By successfully meeting ISA Certified Arborist certification requirements through demonstrated attainment of relevant competencies as supported by the ISA Credentialing Council Caitlyn Pollihan CEO & Executive Director 18 February 2012 Issue Date ANSI National Accreditation Board ACCREDITED ISOAEC17024 PERSONNEL CERTIFICATION BODY #0847 ISA Certified Arborist 30 June 2024 FL-6380A Expiration Date Certification Number Shawn Thomas, FNGLA presidentMerry Mottff GLA Certification Director The F orida Nursery,Growers & Landscape Association Confers on The Title of FNGLA Certified Landscape Technician (FCLT) Expiration Date: 3/31/2023 Certified Since: 12/2/2016 ,rirkkivpmir# UFIFAS Extension UNIVERSITY of FLORIDA Commercial Horticulture Program 3245 College Avenue Davie, FL. 33314 JOSUE ALVARADO 1720 NW 33 STREET MIAMI, FL. 33142 BRWARD COUNTY FLORIDA COURSE: ADVANCED LEVEL — ENGLISH — TREE TRIMMING CLASS: TUESDAY — JULY 29, 2021 Congratulations': You have passed the Tree Trimmer Certification test. Your certification card is enclosed. Please keep it with you always when at work. If you have any questions, please contact: betancourt.i@ufl.edu. Aprob® el examen de certification de podador de orboles. Su tarjeta de certification este incluida. Llevelo siempre consigo mientras este en el trabajo. Si tiene alguna pregunta, comuniquese con: betancourt.i@ufl.edu. Sincerely/Sinceramente, Isabel Betancourt Administrative support Assistant I Commercial Horticulture Program University of Florida IFAS Extension, Broward County 3245 College Avenue Davie, Florida 33314-7719 TEL: 954-756-3527 1, eta n ro u rt.iy u l l.e du uF IFAS Extension UNIVERSiTYof FLortir}A BP2NgRD COUNTY FL o R IDA Certificate of Completion ADVANCED TREE TRIMMING a has successfully completed the training conducted by UP/IFAS Broward County Extension office (ht r ifsfyi,i€<- ) Class Date: JULY 29,2021 Exp. Date: JULY 29, 2023 THIS CARD IS A TRAINING CERTIFICATE — NOT A LICENSE. JOSUE ALVARADO September 9, 2021 BROWARD COUNTY TREE TRIMMER LICENSE STANDARDS FOR MAINTAINING YOUR BROWARD COUNTY TREE TRIMMER LICENSE: I. The following shall be available for inspection at every work site where tree trimming is being carried out: • A copy of the company's Broward County Tree Trimmer license • Proof of the company's current insurance coverage • At least one person should possess a current Tree Trimmer training card. Current training cards reflect that training was completed within • the past two (2) years • Picture identification issued by a government entity or agency 2. At least one trained person must be available at every work site where tree trimming is being carried out. 3. The company's Tree Trimmer license number shall be prominently displayed on both sides of vehicles used in tree trimming. 4. Tree trimmer license number must appear in ads offering tree trimming and/or removal services. Advertisements include business cards, telephone directory advertisements, quotes for tree services, flyers and vehicles advertising tree services. 5. License holders shall ensure that all employees engaged in tree trimming are adequately trained regarding safety procedures in accordance with applicable federal and state law including the federal Occupational Saftey and Health Act of 1970 (OSHA). 6. Retraining is required before licenses can be renewed. Tree trimmer licenses are renewable every two years. 7. Each license holder shall notify the County. in writing, if there is a change in any of the standards required for licensure. COCO Tree Service Corp. 1720 NW 33 ST. MIAMI, FL 33142 BR ,, Z HARD crass:COUNTY FLORIDA TREE TRIMMER LICENSE TTL#: S- 1084 COCO TREE SI R\I(' 1720 NW 33 ST. M(AMI, FL33142 EXPIRES: 08/31/2023 CORP. TRA1N14) FMIPLOYFF: J(3SUii F At_4'.ARADO 204-4A (Rev. 5/18) PC20 i 249985 •6utsuaog Jawwp1 ow; 6u!p,e6or uouewrolto Jo) O0F^-59L-vs6 le Qsoe atp toe{uo3 •pasauaJ are easuaa!1 aJoJaq potaldwoo aq )sow 6u!ulejtoy -met ale4s Pue'teJapot atgealjdde pi!r+< aauepjopoe ut saanpeowd Awn 6u!pau6 ar paui n aq tsnw"saaAoldutp, `pat!q!po4d Allauis ate 6utplp.loAo pue sing tpsn4l '6uotoeJ•4eti'4'££4-Z PUB 00£-V ISNVatnitlsul spJttpuets teuotuN ueoUaWV apt Aq. t;i:oj las spu puels aaueualu!ew pue Eu!unJd aaJ4 a41 paldope sup Aluno3 gnotoJg 'soup) lie;e sops ttJors- le uo!t-odsu! /at algeltene oq pinoIs o5eJMMoS aaueJnsUl to loo.td pue •(Poo sJeaA oat4 into, ssal) ateotimoo 6utu!e.0 4uorJn0 a •asueo!l Jauilu1l awl 04_i - 14 tA1unoO pJeatoJE) )nop6no4pt saopues 5utww!u4 oat) ap;aoid o1 pasuaall Si Auedtuoo sop tug) s!tpJao pue IQS0a) saa!Aaas opoo 6u!pting out Aq pans! sera pun situ filo( CE71FICATE OF COMPETENCY OSE E ALVARAD rREE RMMER8 CERTIFICATION 110111111111111111111111 ExP!PEc; 08, 31 2021 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6901970 BUSINESS NAME/LOCATION COCO TREE SERVICE CORP OPERATING IN DADE COUNTY OWNER COCO TREE SERVICE CORP CIO JOSUE ALVARADO PRES Employee(s) 1 miAmin ECM RECEIPT NO. RENEWAL 7177686 ILBT EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS GV916669-1 PAYMENT RECEIVED BY TAX COLLECTOR 75.00 09/14/2021 INT-21-383418 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 8a-276. For more information, visit www.miamidade gov/taxcollector BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2021 THROUGH SEPTEMBER 30, 2022 DBA: Business Name: COCO TREE SERVICE CORP Receipt #:A 8 9 THER92YPES Business Type: (TREE TRIMMER) Owner Name: JOSUE ALVARADO Business Opened:0 8/ 2 5/ 2 0 2 0 Business Location: 1720 NW 33 ST State/County/Cert/Reg:B-1084 MIAMI DADE COUNTY Exemption Code: Business Phone: 3057289445 Rooms Seats Employees 10 Machines CONTRACTOR Professionals For Vending Business Only Number of Machines: • Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT WHEN VALIDATED Mailing Address: COCO TREE SERVICE CORP 1720 NW 33 ST MIAMI, FL 33142 This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. 2021 - 2022 Receipt #WWW-20-00238514 Paid 09/14/2021 27.00 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2021 THROUGH SEPTEMBER 30, 2022 DBA: Business Name: Owner Name: Business Location: Business Phone: Rooms COCO TREE SERVICE CORP JOSUE ALVARADO 1720 NW 33 ST MIAMI DADE COUNTY 3057289445 Seats Employees 10 Receipt #: 189-307999 Business Type: ALL OTHER TYPES CONTRACTOR (TREE TRIMMER) Business Opened:08/25/2020 State/County/Cert/Reg: B-10 8 4 Exemption Code: Machines Professionals Signature Number of For Vending Business Only • Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 Receipt #WWW-20-00238514 Paid 09/14/2021 27.00 FEKSt\:. This Certifies that JOSHUA MICHELENIA Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced Course. Date Expires: 05/07/2025 Certificate # 73380 Instructor: Ryan Murray FDOT Provider # 225 U.S. Safety Alliance, LLC Phone: 904-705-5660 Approved MOT Provider , USA www.USsafetyAlliance.com ryan@ussafetyalliance.com -*\ US SAFETY ALLIANCE Certificate of Completion JOSHUA MICHELENA Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced Course. 05/07/2026 225 Date Expires FDOT Provider # US SAFETY ALLIANCE Ryan Murray Instructor Certificate # U.S. Safety Alliance, LI Approved MOT Provider USA www.USsafetyAlliance.com ryan@ussafetyalliance.corn For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com The Florida Nursery, Growers & Landscape Association Confers on The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date: 3/31/2023 Certified Since: 3/27/2017 Shawn Thomas, FNGLA President Merry Mott, GLA Certification Dir 0 Mail - Josue Alvarado - Outlook 1.40s.t.y tir*.tir STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDLISTRYLICENSING BOARD THE PLUMBiNG CONTITAC TOP HEREIN &CUT* IED UNDER THE PROVISOS OF CHAPTER 4e9 °ROA STATUTES CHAVEZ. N 14 PLMING, /NONZ 3171 I'll,'" 28TH ST rt. 33142 LICENSE C 1076 EXPIRATION DATE: AUGUST 31, 2022 Atwav Senf i0"C ni{.4. git 144110- tot Ku I. ense coal Do not alter this do< ument in any form This is your IKeniwt untawfu tor anyGne other then the kens do(ornent 6/11/2021 Mail - Josue Alvarado - Outlook This card is your license. authorizes you, the license holder, to purchase and apply Restricted Use Pesticides (RUPs). Please sign your card and keep it with you when applying or purchasing RUPs. https://outlook.office.com/mail/id/AAQkADFjMGFhZTQ4LTViNTktNGJhN iO4MjczLTJ hZTZIOGVjYjgyOQAQAGIZBEEMtE%2BXtIXGg ISmLPB %3D/sxs/... 1/2 arises W MI-4398A Hereby Announces That me .' goite las Earned the Credential ISA Certified Arborist ® By successfully meeting ISA Certified Arborist certification requirements through demonstrated attainment of relevant competencies as supported by the ISA Credentialing Council Pollihxn ( I ,,Ito1)11.2,1,1 4 NIdrcit 201X in king: 21)24 ivx,A DAIL' 1,11-M1On 1),114- cit Numbct /111111111U31 A C. ( or,r1E0 Pumown. ffiirrAi014 POW 1,011,41014,d ArbArtki lipi Mr lit ertiautolaf suck+. of Arbrksitiurr 1 4,^1.14c41.X.:11.41t4At -,^.,..• • a,,, .• 1, - t-Y. 1 FNMA CERTIFIED PROFESSIONAL HORTICULTURE The Florida Nursery, Growers & Landscape Association Confers on Arturo Izquierdo H33 10914 The Title of FNGLA Certified Horticulture Professional (FCHP) Expiration Date: 3/31/2023 Certified Since: 2/5/2017 Shawn Thornase FNGLA Presdent. ' 6/11/2021 Mali - Josue Alvarado - Outlook st- A II en, It ORIDA, ntutturt anti Costsumn feit till \ti‘oti t.L)DY A MORA t t rt 1 vi i 2.S4S4ok r Nit)1tIt I t tt'st \i*IKINt %tot let!, https://outlook.office.com/mail/id/AAOkADFjMGFhZTO4LTViNTktNIGJhNi04MjczLTJhZTZIOGVjYjgy00AQAGiZBEEMtE%213XtlXGgISmLP8%3D/sxs/... 1/1 Department of C'NIV'FRSITY of FI.DRIDA (i1-BMP Trainee ID: CjV916669 Certification ttion date: 4 3(12021 )n SII/XeSSttJII' lUmplOIIIl4 the Florida (,reei1 Industrie Best Nlant PraLtkes Training Program. f1'ur t..t:rtitliatc d wallet card are attached. It there are errors in Ilk' certificate, ur if 1sc' im hc' tlttiirther assistance. please taunt act thy' (,I-11\1P I. )ttuc• 'I:%1FAS Florida -Friendly I.midu ll)rn`''. Program at {i.l"rtJi ?€:rif t,.ttll.ccll# 1!r !; 5.1', '- 7)-1'11 I'lCatic' note that this trlir int, c rtlht.ate dllifle dors not anthflrll:' '(}u ti) all ttl ;' tt•rt tliicr iii#)l an Creially. You R1ust take .itldlf t)J! €1 =.1 et, Cu hc'iutnc' Iken+ed for c,lnln er ial lrrtiliicr .lhhlicAtiutl in the stilt( <,t I I1,rida. Itle I IIIIIt,•d 1. rhari (',unifier, i. I I:erfiliicr :il7t 1 E nt,r t.c'rtitic,ui an tsta[C "Irrtilii,'r Ii,(u.r' i is. issued by the hk,rida I )els•Uin'Jcnt utr\gri.ultui aril Consumer ti rvicc°s 1,1;1):1('til. Environmental Protection UFIFAS 2600 Blair Stone Road, M.S. 3570 Tallahassee, Florida 32399-2400 Malls:/ acccc dtclr � .t'I(ltl.,. a[ililh F„r .11 great i°,Iu tit`+r1t' �itn1.i Joshua Michelena truii 1t,rida.cu#n. the , ertiti, me number trout this do, timem is inquired to altlsl� c L-[itlta,.C: "I he Rt.irAll Of Li,cn\ing.inti I'.ntt1ro2ment. (Alit nJ 11nrn' h; cli i111: nt O(,Mute a c;l li:\1I' Instru,.tot: Itr,rur {,r,1i•raui.htlnl :et-tilt/et Test Scarf: 90°4 State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Joshua Michelena G V 916669-1 G V916669 GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM GV916669-1 :1`111it'.ilc GV916669 11):= �7elkttr,rt Certificate of Training Best Management PractiCes Florida Green Industries TltInd c i ant cl hereby trkn(t\\ lcd us tl at Joshua Michelena has tittcccsstully met all reyuircrc_nts necessary to 1)( FI.IiIt lraitict] the Green industries Best Management Practices Prt►gran.1(yl Florida l)ep.trtnteilt (. t Environmental Protecti()n with the l'ni\ crsity 1()rida tute ()f Food anc :1 ricultural Scit !\1 1i UFIF1 tk D Torrey - 4 301202I t:v-_r itl /f 211 STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires September 3, 2021 JB249118 August 31, 2022 THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2022 AT 15457 SW 21 ST TERRACE MIAMI, FL 33185 TRUE LAWN TECHS 15457 SW 21 ST TERRACE MIAMI, FL 33185 n NICOLE "NIKKI" F D COMMIS SIONER Lawn and Ornamental STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires September 3, 2021 JE109423 August 31, 2022 THE ID CARD BOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2022 AT TRUE LAWN TECHS MIAMI, FL 33185 JULIO CESAR POSSO TRUE LAWN TECHS 15457 SW 21ST TERRACE MIAMI, FL 33185 n au- NICOLE "NIKKI" COMMI SSIONER Certified Operator STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT TRUE LAWN TECHS 15457 SW 21 ST TERRACE PEST CONTROL COMPANY FIRM JB249118 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING August 31, 2022 n 1 4 ;J Signature COMMISSIONER 1,,dlet Card Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT JULIO CESAR POSSO TRUE LAWN TECHS ID CARD HOLDER JE109423 Certified Operator HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING August 31, 2022 f l e.(1J- Signature COMMISSIONER ATTACH PHOTO ON REVERSE 11,Nct Card Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 CiV910087:_1 Ltutwxrc ...0\191.00$7 TrAmec 11) • ,..„400AitAiWA,A,AotAipi Certificate of Training Best Management Practices Florida Green Industries .,„ has successfully met all recluirements necessary t UF IFAS UNIVERStri 1 FLORIDA trained through the Green Industries Best Management Practices Program developed by the Florida Department of linvironmental Protection vi.-ith the University of Florida Institute of Food and Agricultural Sciences. lssucr N( A vxild vathout =irai F. Wichman 3/22/2019 instrucon Uass DP P rt Tarn Adninrrnsr COCO TREE SERVICE CORP is a Proud Member of the 410,40.pop NATIONAL %Vide ASSOCIATION OF 407.4,"%l% LANDSCAPE I'd/NA PROFESSIONALS CEO of the National Association of Landscape Professionals 2 0 2 1 2 0 2 2 4 1t 4,4 Grtitioation No. 2021 Ixpiration date: December 31, 2023 This certifies that 9v1anue( «Thrres Having shown to possess the necessary qualifications and having complied with the requirements of the Landscape Inspectors Association of Florida was by an order of this body recognized as competent in dispensing of the duties of a Landscape Inspector 411. Given under the seal of the Landscape Inspectors Association of Florida this 31 st day of December, 2020 Department of Environmental Protection UF IFAS 2600 Blair Stone Road, M.S. 3570 UNIVERSITY of FLORIDA Tallahassee, Florida 32399-2400 GI-BMP Trainee ID: CW916669 Certification date: 4/30/2021 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program. Your certificate oi completion and wallet card are attached. If there are errors in the certificate, or if we can be of further assistance, please contaL t the GI -BM P Office of the UF/IFAS Florida -Friendly LandscapingProgram at gi.bmwilas.ufl.edu or (352) 273-i's 1 -. Please note that [his training certificate alone does not authorize vou to apply fertilizer commercially. You must calc, additional steps to become licensed for commercial fertilizer application in the state of Florida. The Limited Urban Commercial fertilizer Applicator Certification (slat,: -fertilizer license") is issued by the Florida Department ot Agriculture and Consumer Services WI )ACS). Apply online: lutps://aesecomm.freshfromflorida.corn. The certificate number from this document is required to apply for Fertilizer Applicator Certification. For assistance contact: The Bureau of Licensing and Enforcement, (850) 617-7997 If your test s,ore is 90% or greater, you mav he eligible to become a GI-BMP Instructor: littplifi.ifas,u11eduiprolessionals/inso in. tor program.html Joshua Michelena T 114 GV916669-1 Certificate 34 GV916669 D # Test Scare: 90% State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Joshua Michelena G1:916669-1 GV916669 Trantee ID # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM `k. UF:IFAS Certificate of Training Best Management Practices Florida Green Industries The undcrsigned hereby ack -ledges that Joshua Michelena has successfully met all requirements necessary to be fully trained through the Green Industries Best MaiLtgement Practices Program developed by the Florida Department of Environmental Protection with the University of Florida Institute of Food and Atzricultural Sciences. Ismvtiodi II miDA Issuer \.,t valid without seal D Torrey Instructor +Or 4430/2021 Date of Class 1)i ri)gram Administrator kit 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 (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: F1 ri c a LAW', Serf co .n c- . ADDRESS: 12-515 S.VI . 56O Skreet 7 Miar,‘; , Ft- 331?5- g4S PHONE: (30S) 1 gg- 4000 519 - 7 O0FAX: (3os) Ss3 -- 213C, EMAIL: I e 4o ®t- I o Hack. da lawn . yi et CELL(Optional): SIGNED BY: (ella V i at,rl c e.J TITLE: Corr. Secre- y /O-c MA,i. DATE: Fet. 0'4 I 2 o 2Z. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Legal Name of Firm: Certifications Focid et. LAbilo SGteViCe Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporal i on Year Established: lig Office Location: City of Miami, Miami -Dade County, or Other Miami bade. eour, - 12S9i S S.W. Sco S4reet, Miami , '1- 33175 Business Tax Receipt/Occupational License Number: 1ST+ 8 S - 2 Business Tax Receipt/Occupational License IsAgency: ency: Mianfti fc-d (.gun! Business Tax Receipt/Occupational License Expiration Date: Sept-. 301 Zo 2-2- Federal Employee Identification Number (FEIN): — 03CP2cp94 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. e.S Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. Addcr c uM No . (, 0 04 c 7-0 2 2, If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: Florida Lawn Service Inc. Reference Section 2.13 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: City of Miami, Dept of Resilience and Public Works Address:444 S.W. 2nd Ave., 8th Floor, Miami, FL 33130 Contact Person: Ralph Gonzalez Contact Phone Number and Email: (305)416-1089 ragonzalez@miamigov.com Date of Contract or Sale:2012 to present Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Coral Way Medians Landscape Maintenance $165,495.00 Past Performance Reference Check #2 Company/Organization Name: City of Miami Address:444 S.W. 2nd Ave., Miami, FL 33130 Contact Person: Achmed Valdes Contact Phone Number and Email: (305)416-1204 or (305)898-1035 Contact E-mail (if applicable): avaldes@miamigov.com Date of Contract or Sale: 2010 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): US 1 Medians Landscape Maintenance, Brickell Ave Medians Maintenance Past Performance Reference Check #3 Company/Organization Name: cristai villas II Inc. Address: P.O. Box 832024 Miami, FL 33283 or 625 S.E. 8 Street, Hialeah, FL 33010 Contact Person: Paul Hernandez Contact Phone Number and Email: (305)903-6292 cristalvillas2@gmail.com Contact E-mail (if applicable): Date of Contract or Sale: 2008-present Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscape Maintenance services, Landscape Installation, Tree trimming, at various locations $50,000 IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name Florida Lawn Service Inc. Business Address 12595 S.W. 56 Street, Miami, FL 33175 Business Representative Primary Contact (REQUIRED) Contact Name: Andres Viamontes E-mail Address: info@floridalawn.net Contact Telephone Number: (305)788-4000 Cellular Phone Number (if applicable): (305)788-4000 Fax Number (if applicable): (305)553-2136 Secondary Contact (OPTIONAL) Secondary Contact: Elena Viamontes E-mail Address: info@floridalawn.net Contact Telephone Number: (305)519-7900 Cellular Phone Number (if applicable): (305)519-7900 Fax Number (if applicable): (305)553-2136 Please check the Group(s) your firm wishes to be pre -qualified under: tGroup A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance 2Group B — City Lot Landscaping Maintenance tGroup C — City Median/Main Corridor Landscaping ❑ Group D — Traffic Circle Landscaping Maintenance tGroup E — Parks -Owned Lot Landscaping Maintenance ❑ AII Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award;of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Albi-Tech Prof Pest Eliminator 275 S.W. 38 Ct., Miami, FL 33134 Pest Control Pest Control 2% Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabiey withheld. Name of Proposer: Florida Lawn Service, Inc. Date: February 4, 2022 Name of Individual Completing Form: Elena Viamontes Signature: ��� Tag of 4iLamt ANNIE PEREZ, CPPO ARTHUR NORIEGA V Procurement Director City Manager ADDENDUM NO. 1 IFB 1380386 January 26, 2021 Invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment 0, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: 01. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department 1 AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: EIorvjv rvrct 3�c.. DATE: F_ta. Or+, 201-2-- SIGNATURE: 2 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.Q.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, fine, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terns and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: Grteca "I-fAc<n2 :c}na‘, c;cxtp ADDRESS: 125a1S sw l37( P' 5vott.%CMG +.-c.2)rek:, t 331.936 PHONE: 3oS- ZSZ - tA.G 33 FAX: 3cs5-Z32.-32. Z EMAIL: l ��cvrt P�,tec�ou-,a.cc.,n CELL(O tionak 30S •a4q -1o1[a SIGNED BY: tJ .Gk-kCb1Z- V e -GGu v. Z ) TITLE: V ? DATE: 112012.2 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Certifications Legal Name of Finn: Gc eca-1,rwcci\3's <OC Entity Type: Partnership, Sole Proprietorship, Corporation, etc. CCyr?O' eA;oll Year Established: Office Location: City of Miami, Miami -Dade County, or Other IZSGIS sw 131 AVeyw tvG ;ar c%. 3 51 S6 Business Tax Receipt/Occupational. License Number: A$sZ\.‘ Business Tax Receipt/Occupational License Issuing Agency: CQjreN Business Tax Receipt/Occupational License Expiration Date: q 130 l zc z- Federal Employee Identification Number (FEIN): GS `063$c13S Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. 1..0 ! n. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: G-Eo �,r t-cjnZ,-;or\z\ Reference Section 2.13 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: C:.1y o vt�c*%.e.‘..a. Address: 150 4.,E Zwa. nve.,nve. VEEraF:c�O t3ezccA, Tt 3$L L Contact Person: L.Gr.e,sG Gc8,0es Contact Phone Number and Email: cks4-44,c-AG43 Date of Contract or Sale: 'tray '1 Zotta - cuccerat Prime or Subcontractor: C'c she Other (Description of Service, Total dollar value of Contract, etc.): cmar.xce, ccx'v, av, ►nuisance. vo8-kerr c vi I c c ceck coME] t.):ih tic;c-t..t,t l sa # z c 6-)G'<6-A1 D 11Z4,43p Past Performance Reference Check #2 Company/Organization Name: cot' Gi 4-t:gre: Address: L1LL, 5W ZAvenvc. G{`‘ 4h:zrr+;,i.33i3o Contact Person: `1Cak-►er•nwc:) £c,tkevccc-,s Contact Phone Number and Email: ActIG-55-G53ZG Contact E-mail (if applicable): YCcrne.v exc.; e e v+:e.,e•.cGo.1. ec."K Date of Contractor Sale: 4ZlAtZoto Prim or Subcontractor: 9c;E•te. Other (Description of Service, Total dollar value of Contract, etc.): LareN .sc6P;rtg li, ZS,000 Past Performance Reference Check #3 Company/Organization Name: cc_aZ:er t-t aG Address: 5OOO QLZ,no wy Gecrottc„-% i''X v50,0 Contact Person: /.,�.A.p, t v,‘tc,. Contact Phone Number and Email: ci•AZ -3Gtz - [ALL Contact E-mail (if applicable): aarka..rn;te-4cr:exnac. • corn Date of Contract or Sale: sirtict. Zoos!, -cucrer Prime or Subcontractor: Q y t Other (Description of Service, Total dollar value of Contract, etc.): ' icoc'e''4 S1 '1:31-c�E4V aat:cyck, , : enezcv1 id1C3. IDE.C.AC) ce..,"QVp £kG c.cm-czch cv. nGL.) sued sL c' Ve.ex- . CAA- re'r► ovrrr t I i . S• 40-8vamy Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: (Att..° ' . 'teiY12- :UY'+a+. Name of Individual Completing Form: !-� Z•CAN V etc y\; 2) cal Business Tax Receipt Miami -Dade County, State of Horida -THISiS NOTA BILL -DO NOT PAY /15 8740r9 IIIISINISS NAMM1lcATI0N GRECO INTERNATIONAL CORP 12595 SW 137TH AVE STE 106 MIAM1 FL 33186--4218 Irr3 uwNl'ti SK. TYPl:01 OLIS}NT:SS GRECO INTERNATIONAL CORP 213 SERVICE BUSINESS C/O GEORGE VERGOULIAS PRES EXEMPT Employee(s) 3 This Local Business Tax Iloceiptonty cautions payment of the Loral Business Tax, The Receipt is not license, permit, or a certification of the Iroldet s qualifications, to do business, Holder must comply with any governmental or nongovernmental regulatory taws and requirements which apply to the business, The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Bade Code Sec Sa-216. For more information, visit wwwymiamitlade,govitaxcelinger RIT,TIPT NO. RENEWAL 4789211 EXPIRES SEPTEMBER 30, 2022 Must be displayed al I!Iace of business Pursuant to Co Code Chapter HA - Art. 9 & 10 PAYrilt NT HI CI. NI n TV TAX CUM TTTII S75.00 07/20/2021 FPPU 10-2.1-0058310 October 20, 2021 To Whom It May Concern: I am the Manager of Code Enforcement for the City of Deerfield Beach. The city contracts with Calvin, Giordano and Associates for their Code needs. Code has a need for a contractor to handle Nuisance Abatement throughout the city. These items include mowing overgrowth, taking down or trimming trees, large trash clean outs, vacant home board ups and swimming pool cleanings or coverings. The City puts out the RPF and vendors apply. We chose Greco International several years ago. I am the person Greco deals with most of the time. They have been extremely reliable and reputable. The company has integrity. They move quick and resolve the abatements without any issues. They have solid crews and all the equipment they need to get the jobs I need done quickly and efficiently. i have had nothing but good experiences with them over the years. I would absolutely recommend them to anyone who asks me. If you require anything further, please do not hesitate to call or e-mail me. I know you will be happy with the services Greco provides. Sincerely, Lenore Graber, Manager Deerfield Beach Code Compliance (954)740-4643 Igraber@cgasolutions.com 2021 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P96000010654 Entity Name: GRECO INTERNATIONAL CORPORATION Current Principal Place of Business: 12595 SW 137 AVE SUITE 106 MIAMI, FL 33186 Current Mailing Address:: 12595 SW 137TH AVE STE 106 MIAMI, FL 33186 US FEI Number: 65-0633935 Name and Address of Current Registered Agent: VERGOULIAS, NANCY 12595 SW 137 AVE SUITE 106 MIAMI, FL 33186 US FILED Jan 25, 2021 Secretary of State 9918660721 CC Certificate of Status Desired: No The above narned enlily submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Honda, SIGNATURE: NANCY VERGOULIAS 01/25/2021 Electronic Signature of Registered Agent Date Officer/Director Detail : Title P, T, S, D Title VP, D Name VERGOULIAS, NANCY Name VERGOULIAS, NICHOLAS G. Address 12595 SW 137 AVE SUITE 106 Address 12595 SW 137 AVE SUITE 106 City -State -Zip: MIAMI FL 33186 City -State -Zip: MIAMI FL 33186 Title VP, D Name VERGOULIAS, NATHALIE Address 12595 SW 137 AVE SUITE 106 City -State -Zip: MIAMI FL 33186 I hereby certify that the information indicated on this raped or supplemental report is true and accurate and that my electronic signature shelf have the same Fogel effect as if made under - oath; that f am an officer er director of Me corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: NANCY VERGOULIAS p 01/25/2021 Electronic Signature of Signing Officer/Director Detail Date IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name G9 ECo `.,n,tecrva'N;cmak• Business Address 1 ZS qS sw VS1 AV E lva_ 5tYyN E.. ! OG 1-A:arev.,, .L 35%2,6 Business Representative Primary Contact (REQUIRED) Contact Name: iN-‘Ckj`3D V ei jc.>V lt3") E-mail Address: 1--) ; CAF. e CO Ccc3 y a . Cob-' Contact Telephone Number: SOS-Z.Sz-4,(,33 Cellular Phone Number (if applicable): 3OOS-S34q -tOta. Fax Number (if applicable): 3eS- ZSZ-3Z'i2 Secondary Contact (OPTIONAL) Secondary Contact: Cates\.,c 2 Gc t . E-mail Address: Cart a e.C,c ccoYza- CO+ 4 Contact Telephone Number: ' C. - Zsz- A633 Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) yourfirrn wishes to be pre -qualified under: Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance Group B — City Lot Landscaping Maintenance ❑Group C —City Median/Main Corridor Landscaping ❑Group D —Traffic Circle Landscaping Maintenance ItiGroup E — Parks -Owned Lot Landscaping Maintenance ❑All Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 City of Miami Solicitation 1380386 Solicitation 1380386 LANDSCAPING SERVICES CONTRACTOR POOL Solicitation Designation: Public c,' rip , n5'Y r ORAL r, It 1.�, City of Miami 1/10/2022 6:04 AM City of Miami Solicitation 1380386 Solicitation Number Solicitation Tide Solicitation Start Date Solicitation End Date Question & Answer End Date Solicitation Contact Contract Duration Contract Renewal Prices Good for Solicitation 1380386 LANDSCAPING SERVICES CONTRACTOR POOL 1380386 LANDSCAPING SERVICES CONTRACTOR POOL Jan 10, 2022 8:02:20 AM EST Feb 7, 2022 3:00:00 PM EST Jan 24,2022 2:00:00 PM EST Tahlia Gray 305-416-1912 tgray@miamigov.com 2 years See Specifications 180 days Pre -Solicitation Conference Jan 18, 202210:00:00 AM EST Attendance is optional Location:SEE IFB IN ATTACHMENTS FOR LINK AND PHONE NUMBER TO PRE -BID. SECTION 2.4IN IFB 1380386 Item Quantity Unit Price Delivery Location Item Response Form 1380386-01-01 - SEE ATTACHMENT IFB 1380386 1 each City of Miami No Location Specified Qty1 Description BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THE LINE ITEM LISTED IN THE ACTUAL IFB. BIDDERS SHALL COMPLETE ATTACHMENT E, BID SUBMITTAL FORM, TO IDENTIFY WHICH GROUP THE BIDDER IS REQUESTING CONSIDERATION FOR. BIDDERS MAY RESPOND TO ONE OR MORE GROUPS. BIDDER MUST MEET ALL REQUIREMENTS OF EACH GROUP THE BIDDER SELECTS IN ORDER TO BE CONSIDERED AS RESPONSIVE 1110l2022 6:04 AM p. 2 City of Miami Solicitation 1380386 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual 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 NAMES ic/ ttP qc, ADDRESS: 1 � `STD —S.0 t 45(-( 1 [,.�- ,� + �{-�'Vl ; �I-� . 3 ) PHONE: 5O 5 — c Z 3 _ ' CO FAX: ZIA -- ckit rN Po f9 khua hr lfeeineks 1 e Rams Attu , EMAIL: ELL(Optional):—i SIGNED BY. TITLE: n S DATE:°Y0j) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. 1/10/2022 6:04 AM p. 4 City of Miami Solicitation 1380386 Certifications Leal Name of Firm: Ole T� //c'� Entit Type: Partnership, Sole Proprietorship, Corporation, etc. 02"Z- /0e9/Z47/vA/ Year Established: 9OO Office Location: City of Miami, I ami-Dade County, or Other Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational Lic se Issuing Agency: Busine ax Receipt/Occupational License Expiration Date: e/c' T : C), 2 o a Federal Employee Identification Number (FEIN): S-- /D/ 7 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. )/ES. 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. 74 2„LEA// Lien /t/!J, 1 /�2,/J •Z 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.) S 1/10/2022 6:04 AM P. 5 Reference Section 2.13 Attachment B: RefMite Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAMEWI/-iv Z1''/**%/5 C rt ;2/i1'/ f7'. i/%4-,'Zive, Solicitation 1380388 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Named/7 erF ill.:4711 litp7 /rwe 4%46, /o z,,e" `-C ,vF,<; Address: .V415LL13 LNG jci'�� 1''� r: pt.. / 3 Contact Person: 4,'' >. " Contact Phone Number and Email:30; - gib 1057 Date of Contract or Sale: 5/2 V20/ b "73'/-i2 ) &vv /2A c'7 # ki 0 ILA Prime or Subcontractor: J�/4 r /1-2 E- Other (Description of Service, Total doliapalue of Contract, . tc.): 4.rvd544: 1),2 � r'��F1 �.c�'�teW, �� �F=�� i�'v e f / 5 t�� j 7 C t. Past Performance Reference Check #2 Company/Organization Name: 1'zy �'�= f l�'m Address: /00 (:: v. C. c_,,, n T 6 Contact Person: /X / i /'.4 L, 6/ 0 Contact Phone Number and Email: 3 C' T Contact E-mail (if applicable): )( 1€ E1 C Date of Contract or Sale: //2,-_,/ i2 Prime or Subcontractor: life ; ,2-i Other (Description of Service, Total dollar value of Contract, etc): ,44 t)7a&Se., ifs '! /it/ T e/V. %7V [ �� lc' b'f C� F' a /2A ve70- 4A- Past Performance Reference Check #3 / Company/Organization Name: 412 . 4 C_ ' ,2 i�C'6 i2,/! y`/ L) Address: t* ci 3 &' e, e•? Ply A f 4 kw . 33 5i. Contact Person: // is A St, N 6 j ,4 P I Contact Phone Number and Email: it.*3 � y to - 0Tr's g (LE 1 -7 S . - 143 - Vg Contact E-mail (if applicable):A, p g.sA Oe, Pf ,2 ovFee0P4-gs.4eiAi? N gT Date of Contract or Sale: 1-AcyZi)'2-/ A.772,11- /1195 t;.,4, eve ,y, � 6-6:/grrli Prime or Subcontractor:,_.)i/'15 0-0.t/7/ ,4(1. TaJ/2 ►+s '� Other (Description of Service, Total dollaalue of Contrgct, etc.): ✓�� /� i`c®'i✓i4Nc°f''4 c : �' �'S / % �7 t`; , ex' .);v4-s 7E, . C Y z t 4,2 / Vac)/ ee- 1,772.4d t''* 20/ a '7 1/10/2022 8:04 AM p. 58 Attachment B: Reigate i e Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAM (Z1 Solicitation 1380386 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 r Company/Organization Name: f iiG'.e . /....4- /0Af5ik i.}C 7 wAt 7 iv /Ai c /2/,� Address: /5-- - /.' A/7'L'l Ay/ " 1.�,-7 r Contact Person: 744 SY/ S* P.4-74,• 1`4,2 % Contact Phone Number and Email: % 6- 51/ - t)5v3 A, E sP�1W 1 .74k t(�7Pq,Q. 460A11- A /'� eicct a N !a-`. A4-o...,r, Date of Contract or Sale: e.t. t/7 - 0,,7n_4r7-0 5c,Co'L-I4} - 00 t Prime or Subcontractor: , -Dv.5 (le rz/ 7,,P X e /z/4 - OTher (Description of Service, Total dollar value of Contract, etc.): c/ Past Performance Reference Check #2 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Contact E-mail (if applicable): Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): Past Performance Reference Check #3 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Contact E-mail (if applicable): Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): 1/10/2022 6:04 AM p. 58 City of Miami Solicitation 1380386 Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work ,,�� 7CflW Lasi SP.t ✓lC�s 2TA/ '- ,�r 174S I() 3 2 c'SrI%iAf r1.' 3v12. Fa was dd.% /7 n N ,,l' ,•,,// eu,,„sr•,<+%, Ra bc,ip:a ,f4'1 /-1, y /a 54(.S 5u.2 Jil viSt if;km, FL. 31", S 4,280, l s l eLoat, F.t'15 rig :twits ! r bd,4�.bv 24202A 1590f- Ndsl.I�row�Es�a�33c3; /Nnot4Pe-t trk� gCf6,.e/9FeOf)e6i;. 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. P '/eg } 7,f Date: Name of Individual Completing Form: --i > J(2 C D Signature; 1/10/2022 6:04 AM p. 62 Detail Information Close Name: Original Issue Date: Issue Date: Expiration Date: Print Status License: 2/23/1987 11/18/2021 12/31/2022 Normal License Categories: Address Phone Companyployees Please click a name to view the details. Name License Num JE94362 JF163812 L LF200717 JE268482 JE246321 �1E292447 JE301330 JE317793 JE304829 JE179035 LF250759 JE25396 J JE260671 Employee Count 13 STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT Date December 3, 2020 File No. .fB959 Expires December 31, 2021 THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: December 31, 2021 AT 1745 W 37TH ST HIALEAH, FL 33012 LOW COST SERVICES INC PO BOX 650173 M1AMI, FL 33265 NICOLE "NIKKI' FRIED, COMMISSIONER General Household Pest and Rodent Control Lawn and Ornamental Termite and Other WDO Control 1 e, STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT Date File No. December 3, 2020 JB959 Expires 1745 W 37TH ST, HIALEA THE NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: 1745 W 37TH ST, HIALEAH, FL 33012 AT This permit, in conjunction with a valid business license e LOW COST SERVICES INC PO BOX 650173 MIAMT, FL 33265 nt NICOLE "A'IKISI" F D COMMISSI ONER STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT LOW COST SERVICES INC 1745 W 37TH ST PEST CONTROL COMPANY FIRM JB959 HAS PAID THE FEE REQUIRED BY CHAPTEg 482 FOR THE PERIOD EXPIRING December 31,1021 f1 I C41_L .. Signature COMMISSIONER J %alld Card Wallet Cerd - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT LOW COST SERVICES INC This permit, in conjunction with a valid business license endorsed with pest control operations in the Termite and Other Wood - Destroying Organisms category, authorizes the licensee named above to perform preventative termite treatments for new construction in Florida as prescribed by law. .JB959 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING 1745 W 37TH ST, HIALEAH, FL 33012 ,rf ialiai Card ♦n i 604.4 arli1 Fiere COMMISSIONER Department of Agriculture and Consumer Florida Department of Agriculture & Consumer Services Bureau of Licensing and Enforcement 3125 Conner Blvd, Bldg 8 Tallahassee, FL 32399-1650 (http://wwwi (/home) (http://www.i sa- tcc-isa.com/) //s/2—z / (/home TREES* ARE GOOD". fk Brought to ynu by ISA About (https://www.treesaregood.org/about) Tree Owner Information (https://www.treesaregood.org/treeowner) Educational Activities (https://www.treesaregood.org/education) Find an Arborist (https://www.treesaregood.org/findanarborist) Get Involved (https://www.treesaregood.org/getinvolved) Newsroom (https://www.treesaregood.org/newsroom) Shop (https://www.treesaregood.org/shop) [Search... SEARCH About (h)ttps://wvvw.treesaregood.org/abo ut Patrons (https://www.treesaregood.org/patr ons) Tree Owner Information (https://www.treesaregood.org/tree owner) Benefits of Trees (https://www.treesaregood.org/tree Towner/benefitsoftrees) Choosing the Right Tree (https://www.treesaregood.org/tree owner/choosingtherighttree) Managing Tree Hazards and Risk (https : //www.treesaregood.org/tree owner/treehazards) Plant Health Care (https://www.treesaregood.org/tree owner/planthealthcare) Planting a Tree (https ://www.treesaregood.org/tree owner/plantingatree) Pruning Your Trees (https://www.treesaregood.org/tree owner/pruningyourtrees) Tree Owner's Manual (https://www.treesaregood.org/tree owner/treeownersmanual) Why Hire an Arborist? (https://www.treesaregood. org/tree owner/whyhireanarborist) Translated Brochures (https://www.treesaregood.org/tree owner/translations) Educational Activities (https://www.treesaregood.orgiedu cation) Find an Arborist (https://www.treesaregood.org/find anarborist) Find an Arborist Home i_U,//www:facebookcom/pages/'1'reesAreGoodorg/ 117572634987507) (https://www.treesaregood.orgi) Find an Arborist (https:llwww.treesaregood.orglfindanarborist) Verify an ISA Credential (bXips:/lwww.treesaregood.orglfindanarboristiverify ) Credential Verification Name search Rudolph Alemany' returned 1 records Back to Search (". ,, Credentials : itt i i,.i' Rudolph Alemany Miami FL UNITED STATES ISA Certified Arborist® Explanation of ISA certification credentials (https://wwwisa-arbor.com/Credentials/Which-Credential- is—Right-for-You) Explanation of ISA qualifications (https://www.isa-arbor.com/Credentials/\Which-Credential-is-Right- for-You#CertVQual) (http://wwwi (/home) (http://wwwi SR- tee-isa.com/) (/home TREES* ARE GOOD 5, 55-R.Irl'l'^.-'4 Brought to you by ISA About (https://www.treesaregood.org/about) Tree Owner Information (https://www.treesaregood.org/treeowner) Educational Activities (https://www.treesaregood.org/education) Find anArborist (https://www.treesaregood.org/findanarborist) Get Involved (https://www.treesaregood.org/getinvolved) Newsroom (https://www.treesaregood.org/newsroom) Shop (https://www.treesaregood.org/shop) About (h� ps://www.treesaregood.org/abo ut Patrons (https://www.treesar ons) ood.org/patr Tree Owner Information (https: //www.treesaregood.org/tree owner) Benefits of Trees (https://www.treesaregood.org/tree owner/benefitsoftrees) Choosing the Right Tree (https://www.treesaregood.org/tree owner/ehoosingtherighttree) Managing Tree Hazards and Risk (littps://www.treesaregood.org/tree owner/treehazards) Plant Health Care (https://www.treesaregood.org/tree owner/planthealthcare) Planting a Tree (https://www.treesaregood.org/tree owner/plantingatree) Pruning Your Trees (https://www.treesaregood.org/tree owner/pruningyourtrees) Tree Owner's Manual (https : //www.treesaregood.org/tree owner/treeownersmanual) Why Hire an Arborist? (https ://www.treesaregood.org/tree owner/whyhireanarborist) Translated Brochures (https://www.treesaregood. org/tree owner/translations) Educational Activities (https://www.treesaregood. org/edu cation) Find an Arborist (https://www.treesaregood.org/find anarborist) Find art Arborist Home (http: / /www.facebook.com/pages/TreesAreGoodorg/11757263,1987507) t s:llwww.treesaregood.orgt) Find an Arborist (httpsatwww.treesaregood.orglfindanarborist) Verify an ISA Credential (httRs; (l www. tre es a r e good. o rg (f i n d a n a r b o r i s V've r ify ) Credential Verification Certification ID search FL-0257A. returned 1 records Back to Search First Last ( Alt? .r..... t'our[tF'2" _1 Credentials Rudolph Alemany Miami FL UNITED STATES ISA Certified Arborist® Explanation of ISA certification credentials (mps://www.isa-arbor.com/Credentials/Which-Credential- is-Right-for-You) &planation of ISA qualifications (https://wwwisa-arbor.com/Credentials/Which-Credential-is-Righr- for-You#CertVQual) PFNGLA. mil CERTIFIED PROFESSIONAL CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Eduardo Arazoza C32 00148 The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date: 3/31/2022 Certified Since: 11/8/1996 to bravo, riN u rresiaent Merry Mott, GLA Certification Director Verify an FNGLA Certification Please input the following information to find an FNGLA Certified Professional: Name: Eduardo Arazoza Organization: Arazoza Brothers Corp. o Organization Phone: 1-305-246-3223 o Organization email: Certification: FNGLA Certified Landscape Contractor Certified Since: 11/8/1996 Certification Expiration Date: 3/31/2022 Additional Memberships: Miami -Dade Chapter Membership Name: Eduardo Arazoza Organization: Arazoza Brothers Corp. o Organization Phone: 1-305-246-3223 o Organization email: Certification: FNGLA Certified Landscape Contractor Certified Since: 11/8/1996 Certification Expiration Date: 3/31/2022 Additional Memberships: Organizational Membership Not finding what you need? Click on 'Advanced View' button above to expand your search. CT B. Construction Trades u&ffying Board BUSINESS CERTIFICATE OF CQMPETEN1C'r ALE AN JOSEA is certified under 4.,2_/C. 7?0A/ () Product Control I Contractors 1 Building Officials I Contact us I Contractor Number: Contractor name: Address: City, St, Zip: Phone: Other Phone: Fax: Email: D/B/A: Contractor Status: Contractor License Information 000013956 ALEMAN'S SPRINKLERS & DESIGN INC 14047 SW 139 CT. MIAMI (305) 378-1804 ACTIVE FL 331860000 Class Category Category Description Expiration Date PLUM 3 LAWN SPRINKLER 09/30/2023 RACTOR INQUIRY COMPLETE BCCO Contractor Inquiry and Complaint Search j BCCO Home Page I State License Search Menu 4 Home I About I Phone Directory I Privacy I Disclaimer 2001 Miami -Dade County. All rights reserved. =/2 /2 1 , 4 7 !J'irc7 (13.) Municipal Contractor's Tax Receipt Miami —Dade County, State of Florida —THIS IS NOTA BILL — DO NOT PAY CC NO: 000013956 BUSINESS NAME/LOCATION ALEMANS SPRINKLERS & DESIGN INC 14047 SW 139TH CT MIAMI, FL 33186 RECEIPT NO. 7618209 (MC; EXPIRES SEPTEMBER 30, 2022 OWNER TYPE OF BUSINESS ALEMANS SPRINKLERS & DESIGN INC SPECIALTY PLUMBING CONTRACTOR C/O JOSE A ALEMAN QUALIFIER M® Pursuant to County Code Sec'10-24 PAYMENT RECEIVED BY TAX COLLECTOR 175.00 09/15/2021 C204-21-004087 This receipt is not valid in the following Municipalities: Aventura, Doral, Hialeah, Key Biscayne, Miami Gardens, Miami Lakes, Palmetto Bay, Pinecrest, Sunny Isles Beach, Town of Cutler Bay. For more information, visit www.miamidade.uovltaxcollector ..).._,2.2 / d..41--7i4'itiy._ Local Business Tax Receipt Miami —Dade County, State of Florida -THJ$1S NOT A Bit L - DO NOT FAY auswieRS Rrak uR_OCATIOttt ALEMANS SPRINKLERS & DESIGN INC 14047 SW 139TH CT MIAW I, FL 33166 CIWNER ALEMANS SPRINKLERS & DESIGN A. f i) .far Al FMAN lllA1 IFIVR arklf J nib lAtalatrairatsa i Psrudtaa' a cartifeetlpi or songs Qfsirleetsl Dm 11EcBpT NO. above RECEIPT ma. RENEWAL, 47€194 ���� '�j• 7V1 of Bt3SV Ess f ECIAkTY PLUMBING 3ON RACTo R EXPIRES SEPTEtvIBER 30, 2 Must ba displayed at place of Pursuant to Cattail PAY"' REC - D BY TAX COLLECTOR;. 75O0 07/271202O 0223.20.000976 Tax, Tits iT Cella it meta liconse. comply with any !warm raai • f2 / Q70e-s7Vsv �� 1 M IAM I•DADE Search all services we offer... COUNTY Business Tax Search 7592055 Vehicle Registration PropertyTax Business Tax Tourist Tax 0 BTEx rp eSsrM Apply for your Business Tax account. Result]. of 1 ALEMANS SPRINKLERS & DESIGN INC BUSINESS ADDRESS OCCUPATION ALEMANS SPRINKLERS & DESIGN INC SPECIALTY PLUMBING 14047 SW 139TH CT CONTRACTOR MIAMI, FL33186 Account Number 475194 / Receipt Number 7592055 0 Get bills by email This account has changed since 2021, when it last matched your search. Latest account information is shown above. PAID 2020-07-27 9175.00 Receipt#0223-20-00091 (` multiple payment Print this receipt (PDI .2 `2 i %i "C" (ii/Z ® 2019-2022 Grant Street Group. All rights reserved. City of Miami I PEPI1 fiord ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name , i , 4 0 f- 2 i ' V , /(e// e / 0 g :0 f . S r Ae: •- fl ')'7, 17 71 7 - ---' /2 / /7. S X- - _ 7, i; . .' , Business Address ,i/6—s-0 — LA9 ig ' 9 L / Business Representative Primary Contact (REQUIRED) Contact Name:' '7 1"' J Dl0/•_ &O E-mail Address---/ViD&)2, -/e9 eta' 1,-5`T72-E-E 2f0IS e- Contact Telephone Number: Cellular Phone Number (if applicable): —5.,/, r 9,,.. 5 Fax Number (if applicable): ` ,':�" — '7` f/ 7 D ` Secondary Contact (OPTIONAL) Secondary Contact: E-mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: ❑Group A —Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance ❑Group B — City Lot Landscaping Maintenance DGroup C — City Median/Main Corridor Landscaping ❑Group D —Traffic Circle Landscaping Maintenance ❑Group E — Parks -Owned Lot Landscaping Maintenance IC All Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 1/10/2022 6:04 AM p. 63 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number:... F8 1'3S' 03 3+,,e (i.e. IFQ/IFB/RFP/RFQ/RFLI N / P02 ✓,' t' 5 an/ 7)2 4-(' 7VR Solicitation Title: -L f i A,4-Mrb SC 4 P r, . 123456) �� �,� . e C,4zr�A/ A e'/WS CAL' i :?1,Yre/44 (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: / 5 3 D -- SL.t)/`�`f ,A l /1' ` iri /, I-L . , /P"I Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per calendar week? CrYES ❑ 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 1 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: ❑ YES El NO 1 Exempt Cite Exemption: Miami -Dade County: r YES u 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/Proposer's business operations? L" 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. r ,✓' /1> tez--).4z.aear, Print Name (Bidder/Proposer Autized Representative) / Signature 2 Date FORM -City of Miami Local Office Certification 7/22/2013 STATE OF FLORIDA COUNTY OF/7,,� i G Certified to and subscribed before me this , '"Iday of /1-;45 c1 % 20 by / , Ay' / i'2 /2 Ea c3 Teresa L. Palacio& NOTARY Pi1BUC STATE OF FLORIDA Comm# GG342082 Expires 6/5/2023 (NOTARY SEAL) (Signature of Notary Public -State of Florida) sr - 4-1 0 a (Name of Notary Typed, Printed, or Stamped) Personally Known OR Produced Identification Type of Identification Produced 3 FORM -City of Miami Local Office Certification 7/22/2013 ANNIE PEREZ, CPPO Procurement Director Tag Q# 4iiami ADDENDUM NO. 1 ARTHUR NORIEGA V City Manager IFB 1380386 January 26, 2021 Invitation ror bid rII-ti"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors maybe added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment 0, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department 1 AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIR prl/ ,4 DATE: 2 City of Miami Solicitation 1380386 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: ADDRESS: 185 SE 14TH TERR UNIT 2307 MIAMI FLORIDA33131 PHONE: 7543084377 FAX: EMAIL: PROYEC'�. OFITUS@GMAIL.COM CELL(Optional): SIGNED BY: TITLE: MGR DATE: 01/24/2022 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. 1 /10/2022 6:04 AM p. 4 City of Miami Solicitation 1380386 Certifications Legal Name of PROJECT XEROFITUS, L.L.C. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. LIMITED LIABILITY COMPANY Year Established: 2016 Office Location: City of Miami, Miami -Dade County, or Other MIAMI-DADE COUNTY Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational License Issuing Agency: MIAMI-DADE COUNTY, STATE OF FLORIDA Business Tax Receipt/Occupational License Expiration Date: SEPTEMBER 30, 2022 Federal Employee Identification Number (FEIN): 30-0956931 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. NO Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. N/A If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) NO 1/10/2022 6:04 AM p. 5 Attachment B: Re tg rence Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: PROJECT XEROFITUS, L.L.0 Solicitation 1380386 Reference Section 2.13 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: DORAL CAY/MIAMI MANAGEMENT Address: 10451 NW 58TH ST DORAL FL 33178 Contact Person: Estella Piccionello Contact Phone Number and Email: 786.725.5815 doralcaycommunity@gmail.com Date of Contract or Sale: EFFECTIVE FROM 12/01/2021 TILL 11/30/2022 Prime or Subcontractor: PRIME Other (Description of Service, Total dollar value of Contract, etc.): Grounds Maintenance: Mowing, Edging, Plant, Tree Trimming. Landscaping: Design, Planting. Annual contract: $51,000 Past Performance Reference Check #2 Company/Organization Name: Address: 10044 NW 77TH ST DORAL FL 33178 Contact Person: LEON BORENSTEIN Contact Phone Number and Email: 786-633-0813 Lborenstein@associaflorida.com Contact E-mail (if applicable): Date of Contract or Sale: EFFECTIVE FROM 05/01/2021 TILL 04/30/2024 Prime or Subcontractor: PRIME Other (Description of Service, Total dollar value of Contract, etc.): Past Performance Reference Check #3 Company/Organization Name: MANSIONS AT DORAL/ALLIED PROPERTY GROUP Address: Contact Person: Stephanie Kurnick Contact Phone Number and Email: 305.504.9563 skurnick@alliedpropertygroup.net Contact E-mail (if applicable): Date of Contract or Sale: EFFECTIVE FROM 08/01 /2017 TILL 07/30/2023 Prime or Subcontractor: PRIME Other (Description of Service, Total dollar value of Contract, etc.): Grounds Maintenance: Mowing, Edging, Plant, Tree Trimming. Landscaping: Design, Planting. Annual contract: $58,100 1/10/2022 6:04 AM p. 58 City of Miami 11361,4 !°"1 6 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name PROJECT XEROFITUS, L.L.C. Business Address 185 SE 14TH TERR UNIT 2307 MIAMI FL 33131 Business Representative Primary Contact (REQUIRED) Contact Name: CHRISTIAN PETRILLI E-mail Address: PETRILLICHRISTIAN1998@GMAIL.COM Contact Telephone Number: 9547061556 Cellular Phone Number (if applicable): Fax Number (if applicable): Secondary Contact (OPTIONAL) Secondary Contact: GIUSEPPINATOBIA E-mail Address: PROYECTOSXEROFITUS@GMAIL.COM Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: ▪ Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance ❑ Group B — City Lot Landscaping Maintenance ❑ Group C — City Median/Main Corridor Landscaping ❑ Group D —Traffic Circle Landscaping Maintenance ©Group E — Parks -Owned Lot Landscaping Maintenance ❑ AII Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 1/10/2022 6:04 AM p. 63 Tag u# 41imti ANNIE PEREZ, CPPO Procurement Director ARTHUR NORIEGA V City Manager ADDENDUM NO. 1 IFB 1380386 January 26, 2021 Invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment 0, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department 1 AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: SIGNATURE: Project Xerofitus, L.L.0 DATE: 02/01/2022 2 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: Solicitation #1380386 (i.e. IFQ/IFB/RFPIRFQIRFLI No. 123456) Solicitation Title: LANDSCAPING SERVICES CONTRACTOR POOL (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. i FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: 185 SE 14TH TERRACE UNIT 2307 MIAMI FLORIOA33131 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: Exempt ❑✓ YES ❑ NO ❑ Miami -Dade County: Cite Exemption: I NO Exempt I e YES �f 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? II NO ✓ YES Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article Ill, Section 18-73, of the Code of the City of Miami, Florida, as amended. CHRISTIAN PETRILLI Print Name (Bidder/Proposer Authorized Representative) Signature 2 FORM -City of M ami Loca Office Certification 7/22/2013 02/01/2022 Date STATE OF F ORIDA COUNTY OFF Certifie to and subs ib d before me this 0 day of ffri o ' r KEVIN MUMAW ? Notary Public - State of Florida Commission # GG 925364 or My Comm. Expires Oct 24, 2023 I rti Bonded through National Notary Assn. I Jomeammimmiouriounieeimminereepeww (NOTARY SEAL) Personally Known (Signature o ate of Florida) (Name of Notary Typed, Printed, or Stamped) Type of Identification Produced FORM -City of Miami Local Office Certification 7/22/2013 OR Produced Identification JCnS \lciIn5G 3 IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name SFL Property Maintenance Corp Business Address 10890 Quail Roost Drive Unit 27 Miami, FL 33157 Mailing Address: 3345 SW 81 st Ave Miami, FL 33155 Business Representative Primary Contact (REQUIRED) Contact Name: Nicole Perez E-mail Address: Nicole@sflpropertymaintenance.com Contact Telephone Number: 786-382-4240 Cellular Phone Number (if applicable): Fax Number (if applicable): N/A Secondary Contact (OPTIONAL) Secondary Contact: Armando Fiqueredo E-mail Address: armando©sflpropertymaintenance.com Contact Telephone Number: 786-382-4574 Cellular Phone Number (if applicable): Fax Number (if applicable): N/A Please check the Group(s) your firm wishes to be pre -qualified under: 'Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance IZGroup B — City Lot Landscaping Maintenance ❑ Group C — City Median/Main Corridor Landscaping ❑ Group D — Traffic Circle Landscaping Maintenance MGroup E — Parks -Owned Lot Landscaping Maintenance ❑ AII Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (1) certify that any and all information contained in this submission is true; and we (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (1) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: SFL Property Maintenance Corp 10890 Quail Roost Drive Unit 27 Miami, FL 33157 ADDRESS: Mailing Address :3345 SW 81 st Avenue Miami, FL 33155 PHONE: 786-382-4240 FAX: N/A EMAIL: nicolec sflpropertymaintenance.com CELL(Optional): SIGNED BY: Nicole Perez 1 CL9--C-f_J '0_Q1 TITLE: Owner DATE: 2 — - 202 L FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Certifications Legal Name of Firm: SFL Property Maintenance Corp Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 2012 Office Location: City of Miami, Miami -Dade County, or Other Miami -Dade County Business Tax Receipt/Occupational License Number: Local Business Tax Account Number 7303409 / Receipt Number 7593417 (Landscaping) Local Business Tax Account Number 7177278 / Receipt Number 7457286 (General Contractor) Business Tax Receipt/Occupational License Issuing Agency: Miami Dade County Business Tax Receipt/Occupational License Expiration Date: 09/30/2022 Federal Employee Identification Number (FEIN): 45-5621968 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. No Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. Addendum No. 1 Final Received 1/26/2022 If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) N/A Tag of Aftianti ANNIE PEREZ, CPPO Procurement Director ARTHUR NORIEGA V City Manager ADDENDUM NO. 1 IFB 1380386 January 26, 2021 Invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment 0, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department 1 AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: SFL Property Maintenance Corp SIGNATURE: 1)2) laftfli_ 2 DATE: 2 - 7 - 2D 21 Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: SFL Property Maintenance Corp 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: Grounds Group Address:1110 S Flamingo Road Davie, FL 33325 Contact Person: Joe Williams Contact Phone Number and Email: 954-325-4562 / joew@groundsgroup.com Date of Contract or Sale: 04/01/2021 to present Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): Landscapinq Maintenance, Tree Trimminq, Irrigation services of 67 commercial sites $315,765 annually Past Performance Reference Check #2 Company/Organization Name: City of Homestead Police Department Address:45 NW 1st Ave Homestead, FL Contact Person: Lt. Acosta Contact Phone Number and Email: 786-387-8527 / macosta@homesteadpolice.com Contact E-mail (if applicable): Date of Contract or Sale:10/01 /2021 - 09/31/2022 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscaping Maintenance, Tree Trimming, Irrigation $12,930 Past Performance Reference Check #3 Company/Organization Name: Department of Solid Waste Management Address: 2525 NW 62 Avenue, Miami, Florida Contact Person: Humberto Contreras Contact Phone Number and Email: 786-641-7794 / humberto.contreras@miamidade.gov Contact E-mail (if applicable): Date of Contract or Sale: 7/25/21-10/24/21 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Maintenance, Pressure Washing $36,730 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, Secretary CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES PEREZ, NICOLE SFL PROPERTY MAINTENANCE CORP. 3345 SW 81ST AVENUE MIAMI FL 33155 LICENSE NUMBER: CGC1527912 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridat icense.com Do not alter this document in any form. This is your license. it is unlawful for anyone other than the licensee to use this document. The International Society of Arboriculture Hereby Announces That jAliccle Yerez Has Earned the Credential ISA Certified Arborist® By successfully meeting ISA Certified Arborist certification requirements through demonstrated attainment of relevant competencies as supported by the ISA Credentialing Council 4C aitiyn PolIihan CEO & Executive Director Pae4.4e., 08 December 2020 Issue Date 'dI, A CCREDI1C CE311PCAPON BODY #0847 ISA Certified Arborist 31 December 2023 FL-9687A Expiration Date Certification Number City of Miami Solicitation 1380386 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual 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: VisualScape Inc. ADDRESS: PHONE: EMAIL: SIGNED BY: TITLE: 17801 NW 137 Avenue, Miami, FL 33018 (305) 362-2404 IVila@visualscapeinc.com President FAX: (305) 362-2403 CELL(Optional): (786) 859-1331 DATE: 02/07/2022 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. 1/26/2022 12:07 PM p. 4 City of Miami Certifications Solicitation 1380386 Legal Name of Firm: VisualScape Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 2011 Office Location: City of Miami, Miami -Dade County, or Other Miami -Dade County Business Tax Receipt/Occupational License Number: 7553190 General Contractor, 7478421 Irrigation, 7130750 Service (Landscape) Business Tax Receipt/Occupational License Issuing Agency: Miami -Dade County Business Tax Receipt/Occupational License Expiration Date: September 30, 2022 Federal Employee Identification Number (FEIN): 45-2599402 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. Yes, see completed Attachment D Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. Addendum #1, 01/26/2022 If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) No - VisualScape is not located within the City of Miami limits 1/26/2022 12:07 PM p. 5 City of Miami Solicitation 1380386 IMPORTANT NOTICE TO BIDDERS: • FAILURE TO COMPLETE, SIGN AND UPLOAD THE CERTIFICATION STATEMENT AND CERTIFICATIONS SECTION WILL RENDER YOUR BID NON -RESPONSIVE. • FAILURE TO COMPLETE AND UPLOAD ANY REQUIRED DOCUMENTS WILL RENDER YOUR SUBMISSION AS NON -RESPONSIVE • IF ANY DOCUMENT IS TOO LARGE FOR UPLOADING, SPLIT THE DOCUMENT INTO MULTIPLE FILES, NAME THE FILES APPROPRIATELY AND UPLOAD INTO BIDSYNC. • CONTACT BIDSYNC VENDOR SUPPORT TOLL -FREE NUMBER 800-990-9339, OR EMAIL SUPPORT@BIDSYNC.COM, FOR BIDSYNC TECHNICAL DIFFICULTIES AND PROBLEMS. 1/26/2022 12:07 PM p. 6 IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name VisualScape Inc. Business Address 17801 NW 137 Avenue, Miami, FL 33018 Business Representative Primary Contact (REQUIRED) Contact Name: Ivan C. Vila E-mail Address: IVila@visualscapeinc.com Contact Telephone Number: (305) 362-2404 Cellular Phone Number (if applicable): (786) 859-1331 Fax Number (if applicable): (305) 362-2403 Secondary Contact (OPTIONAL) Secondary Contact: Jose M. Quintero E-mail Address: JQuintero@visualscapeinc.com Contact Telephone Number: (305) 362-2404 Cellular Phone Number (if applicable): n/a Fax Number (if applicable): (305) 362-2403 Please check the Group(s) your firm wishes to be pre -qualified under: ❑ Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance ❑ Group B — City Lot Landscaping Maintenance ❑ Group C — City Median/Main Corridor Landscaping ❑ Group D — Traffic Circle Landscaping Maintenance ❑ Group E — Parks -Owned Lot Landscaping Maintenance 2AII Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: VisualScape Inc. 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: Town of Cutler Bay Address: 10720 Caribbean Blvd, Cutler Bay, FL 33189 Contact Person: Alfredo Quintero Contact Phone Number and Email: (305) 234-4262, aquintero@cutlerbay-fl.gov Date of Contract or Sale: June 2013 to 2024 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscape Management - Maintenance, Arbor, Landscape, Irrigation, Pesticide - $424,720.00 Past Performance Reference Check #2 Company/Organization Name: Village of Pinecrest Address: 8200 SW 124 Street, Pinecrest, FL 33156 Contact Person: Tony Lamazares Contact Phone Number and Email: (305) 234-2110, tlamazares@pinecrest-fl.gov Contact E-mail (if applicable): tlamazaes@pinecrest-fl.gov Date of Contract or Sale: April 2016 - 2025 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscape & Irrigation Maintenance, Landscape & Irrigation Installation, Arbor Care - $1,648,988.00 for 5 years Past Performance Reference Check #3 Company/Organization Name: Florida Department of Transportation District - Turnpike Address: Mile Post 19, FHP Post 1, Florida's Turnpike -Snapper Creek Servfice Plaza, Miami, FL 33186 Contact Person: Andrew Seibel Contact Phone Number and Email: (305) 964-4864, andrew.seibel@dot.state.fl.us Contact E-mail (if applicable): andrew.seibel@dot.state.fl.us Date of Contract or Sale: April 2018 - 2024 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscape & Irrigation Maintenance, Landscape & Irrigation Installation, Arbor Care, $395,004.00 annualy Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Martinez Spray Service PO Box 924227, Princeton, FL 33092 Pest Control JB182032 / JE182033 2% Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: VisualScape Inc. Name of Individual Completing Form: Ivan C. Vila Date: 02/07/2022 i Signature: / Tag of Aftianti ANNIE PEREZ, CPPO Procurement Director ARTHUR NORIEGA V City Manager ADDENDUM NO. 1 IFB 1380386 January 26, 2021 Invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment 0, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department 1 AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: VisualScape Inc. SIGNATURE: 02/07/2022 DATE: 2 VILA. IVAN C. 17801 NW I37TH AVE MIAM1, FL 33018 Issued: July 14 20 c of VISUALSCAPE LICENSES AND CERTIFICATIONS: 1lw:ey Maera.5ee.re.y STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN 1S. CER1TFI ED UNDER THE PROVISIONS OF CHAPTER 489. FLORIDA STATUTES VILA, IVAN CARLOS VISUALSCAPE. INC 17801 NW 137TH AVE MIAMI FL 33018 LICENSE NUMBER, CGC152d8e3 DLPIRATION DATE: AUGUST 31, 2022 Always verity licenses online at MyFlorioeLicensexan dbpr rhis is your license. It is unlawful liar anyone other Ihau hie licensee to use this docurnenl. INTERNATIONAL. SCICI E IY OF ARBORICULTURE CERTIFIED ARBORiST- Ivan Carlos Vila Having successfully completed the regnirementa sec It the International Society o/Arboriculture, I:he above named is hereby recognized as an ISA Certified. Arlaurist°' FL�aa]A owaar r.r 1 TNa.2015 91 ateae9i Ce rw rsmiNenar Lima 1.n ! . • jYtoriaa mart -mod of SagriniLtiire anb II:mttnter erbiceit Pesticide Certification Office Commercial Applicator License License # CM26239 Categories SA, 6 ires: July 31, 2023 1 C.tl NICOLE "NIKKI' FRIED, COMMISSIONER The above individual is liCereed under Usn provisions arcltaptrr 487, F.S. Io purchase and apply res[deled use pnsicidu.. sec dir STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE IRRIGATION SPECIALTY CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489_ FLORIDA STATUTES VILA, IVAN CARLOS V ISUALSCA PE. INC 17801 NW I37TH AV01 h7 N sl.. FL ads UCENSE _ tRIC k1151702 EXPIRATION DATE: AUGUST 31,2022 Ahx.,y, v,riN arerec; "Jule z1 Myllori ,r.nae.enm Do not alter thls document In any form, your license. It Is unlawful for anyone other than Ilse Itcensee to use (bit doctmient. IFNGLA.. CERTIFIED PROFESSIONAL ■ INSTALLATION The Florida Nursery, Growers & Landscape Association Confers an Ivan C. Vila T62 00550 The Title of FNGLA Certified Landscape Technician (FCLT) Ea9refion Date: dr30r2022 CCmnettSi Ce, i2672019 I5 02 arara, man nr1000, rkr+r 8 '- Ctnrtal�mn nyrt« Florida Department ofAgriculture and Consumer Services License Categories 1A1 AgRDu Crop 1A2 ,\z Tree Crop 1B Ag Animal IC Private Applicator At; ID Soil and Greenhouse Fum IE Raw Ag Commodity Film 2 Forest Pest Control 3 Ornamental and Turf 4 Seed Treatment 5A Aquatic Pest Control 5B DrganotinPaint 6 Right of Way 7A Wood Treatment 7B Chlorine Gas Infusion 7C Server Root Contru1 9 Regulatory Pest Control i 0 Demonstration and Research 11 Aerial Application 20 Regulatory insp. and Samp 2I Natural Areas Weed Mgmt Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7265536 BUSINESS NAME/LOCATION VISUALSCAPE INC 17801 NW 137TH AVE MIAMI, FL 33018 OWNER VISUALSCAPE INC CIO IVAN C VILA QUALIFIER Worker(s) MIAMFD RECEIPT NO. RENEWAL 7553199 LBT EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 45.00 07/28/2021 10 CGC1526863 INT-21-353750 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. For more information visit www.miamidade.gov/taxcol lector SEC. TYPE OF BUSINESS PAYMENT RECEIVED 196 GENERAL BUILDING BY TAX COLLECTOR CONTRACTOR Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7196149 BUSINESS NAME/LOCATION VISUALSCAPE INC 17801 NW 137TH AVE MIAMI, FL 33018 OWNER VISUALSCAPE INC C/O IVAN C VILA PRES Worker(s) MIAMY� RECEIPT NO. RENEWAL 7478421 LBT EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter 8A- Art. 9 & 10 SEC. TYPE OF BUSINESS 196 SPECIALTY BUILDING CONTRACTOR 10 SCC131151702 PAYMENT RECEIVED BY TAX COLLECTOR 75.00 07/28/2021 INT-21-353750 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT N0. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. Far more information visit www.miamidade.govhaxcol lector Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A HILL - DO NOT PAY 6856166 BUSINESS NAME/LOCATION VISUALSCAPE INC 17801 NW 137TH AVE MIAMI, FL 33018 OWNER VISUALSCAPE INC C/O IVAN C VILA, PRES Employee(s) MI®� RECEIPT NO. RENEWAL 7130750 LBT EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS 10 LC233818 PAYMENT RECEIVED BY TAX COLLECTOR 75.00 07/28/2021 INT-21-353750 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT N0. above must be displayed on all commercial vehicles -Miami-Dade Code Sec 8a-276. For more information, visit www.miamidade.gmvhaxcollecmr 0 STATE OF FLORIDA partment of Sgri[ulturr ana Canoumer NerluNtO BUREAU OF LICENSECG AND ENFORCEMENT Date File No Expires October 6, 2921 LC238815 October 31, 2022 THE C OXL3LERC:LAL L_ 3 DSCAPE 3LAL\I. HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: October 31, 2022 IVAN C. VILA 17801 NW 137THH AVE VI AhII. FL 33018 ri/tOtt NIC©LE-NII,'ffi" ZF.D�CC3JMl ILSSICNER BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rrn. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2021 THROUGH SEPTEMBER 30,2022 DBA: Business Name: VISUALSCAPE ICTC Receipt #: Business Type: (LAWN MAINTENANCE) 6901 T NTENPNC E/ LANDSCAPE Owner Name: IVPN c VILA Business Opened:02/16/2012 Business Location: 17801 NW 137 AVE StatelCountylCertlReg: MIAMI DADE COUNTY Exemption Code: Business Phone: 786-331-9350 Rooms Seats Employees Machines Professionals 6 For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 81.00 0.00 0.00 0.00 0.00 0.00 81.00 CITY OF CORAL GABLES. FLORIDA LOCAL BUSINESS TAX RECEIPT COST. NO. 224696 RECEIPT NO. BT•0025013320 rats 15 NOTA BILL -DO NOT PAY2021-202 BUSINESS NAME: V1SUALSCAPE INC LOCATt4N: VARIUCIS LOCATIONS DBA NAME: LANDSCAPE CLASSIFICATION: NO. OF UNITS UNIT DESCRIPTION AMOUNT PAID: S 41.00 1 Landscape Maintenance Contract 9 PERSONS 2 3 4 5 6 BUSINESS TAX RECPT RENEWAL VALID ONLY AT LOCATION ABOVE. " This receipt does not constitute authority to begin operating at this tocallon without a Certificate of Use and Inspection Approval RECEIPT EXPIRES oaf30V2022 FDDT iimm4.,4111 t" ►N Tampa Into ratrmnal 1ror. Airport GRtATI:R ORLANDO AVIATION AUTHORITY Disadvantaged Business Enterprise (DBE) Certificate of Eligibility VISUALSCAPE INC MEETS THE REQUIREMENTS OF 49 CFR, PART 26 Z1f APPROVED HAWS 561730 l DES 1 11['10RIA 6: SW/ TN, orrr r.+e+.,n...rr.fe.►-far. b. Dieder et Porp+r++ve l�CiM�NYLi PECOMARD r�l FM"' "a>.t.Ai.L1YY .r tx+ti to ! . orteze geozda Minority Business Certification VisualScape Inc. Is certified under the provisions of 287 and 295187, Florida Statutes, for a period from: 01/27/2022 01/27.2024 J. Todd Inman Florida Department of Management Services r mar MANAGEMENT SERVICES CHfce of SuppIa, Diwrity Office of Supplier Divers ty 3050 Esplanade way, Suite 330 Tallahassee. FL 32399 550-087-3310 www.dms. mgOo.lda.comro,4 444‘. DivisioN of 51lnb1 oRPoR_4TIoN ran offirlai State of Florida wehsrte Department of State ! Division of Corporations 1 Search Records J Detaii By Document Number ! Previous On List Next On List Return to List No Events No Name History Entity Name Search Search Detail by Entity Name Florida Profit Corporation VISUALSCAPE. INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Principal Address 17801 N','•;' 137th .Ave MIAMI: FL 33018 Changed: 01/25/2017 Mailing Address 17801 NW 137th Ave MIAMI; FL 33018 Registered Agent Name & Address IKESHEN, NELSON CESQ 9155 SO DADELAND BLVD, SUITE 1718 MIAMI, FL 33156 Officer/Director Detail Name & Address Title President VILA, IVAN CARLOS 17801 NW 137th Ave MIAMI, FL33018 Annual Reports Report Year 2019 2020 2021 Filed Date 02/04/2019 01/21/2020 01/14/2021 P11000057735 45-2599402 06/21/2011 FL ACTIVE Document images 01/14/2021 —ANNUAL REPOR] 01/21/2020 -- ANNUAL REPORT 02/04/2019 -- ANNUAL REPORT 01/31/2018 -- ANNUAL REPORT 01/25/2017 -- ANNUAL REPORT 01/28/2016 -- ANNUAL REPORT 01/22/2015 -- ANNUAL REPORT 02/18/2014 -- ANNUAL REPORT 02/17/2013 -- ANNUAL REPORT 03/28/2012 -- ANNUAL REPORT 06/21/2011 -- Domestic Profit Rd .4 CERTIFICATE OF LIABILITY INSURANCE DATE°rrern 12'23:2221 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). Al7IHDRIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy;ies} must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the go icy, certain policies may require an endorsement A statement an this certificate does nat confer rights to the certificate holder i n Iieu of such endorsement[s)- PROODcER Gil, Gamlen , Averail Insurance Group 10609 N. Kendall ❑rOe State 2C.9 Mlaml FL 33176 C*NrTACT Benny camera NAME ! , Em.: {305) 630-4777 pCdj 27g-3022 AEOFiLEE>f: tcabieragggalg.com p1LPH11SI #FFDRuI COVERAGE NAME psimER A- FCC I Insurance Co. 112179 I MMO: VIsualSnape, Inc, 170131 NW 137 Avenue Miami FL 33018 mui,,,, B- ;Connie Guaranty Ir161fance cumparly 32506 oasIIREEC- Delany Insurance Company 39993 5d511RER D: Bridge -led Casuaty Co. 10335 I LstERE: FCC I I isJrance Co. 10179 It lFERF: COVERAGES CERTIFICATE NUMBER: CL21122119661 REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES Of I NSURAACE LISTED BELOW HAVE BEEN I WLJED TO THE I!CURE: Y3MED HDOVE FOR THE POLICY PERIOD INDICATED. NOWWYRfHSTANDING ANY RECLIIREF lT. TERN OR CONDMON OF ANY CCNTRAICT OR OTHER E^OCUNENTWTH RESPECT TO WHICH THIS CERTIFICATE MAY BE IS.31-1 OR MAY PERTAIN, THE I401JRAICE AFFORDED HYTI-E POLJQES TIF.Y1RIEED HEREIN IS SUBJECTTOALL THE TERMG IXCLLISIOFar AND CCNDMO4S OF SJCH POLICIES. LAIRD SHORN NM HAVE BEEN REDUCED BY PAID C. JMS. R LTR TYPE. OF 1101)AANCE :awru,aulas IN&D MD POLICY TAMER PCL1CY EFF (111E9C4TYTY) POLICY Ed. pa M➢Grfrro LUNTS A X COLERCIAL GENERAL LLABILTY - '1_130074497Dt] 5111312922 a11➢112D23 EACH OCCURRENCE 1 1,00D,C]Q wunw� i u ran 1 1,-.1➢Q,of}o FRE}MMHEaoccurnsmei I 1XC. 1.1E3D MCP (Aware per„d1} 5 1O,0DC FE?SDOL&NW MRY g 1,555,65D GEPel_ AGGREOATE UM1r,iFFLES FER OENERPLAOOREGNTE. i 2.090,000 PFl5OLICTB - C@.FK PANS d zoaD,C9D ; B ALThDUOEME LABILITY ?ex RJro r HR® PLJF08.01,LY D NON -OWNED AUTOS (PLY Y Y CA1 D5 T45E6DO 13111312522 a 1J13112923 CC0.5r4ED 8WR.E UNIT Ea aCtldCnl 5 1,55D,C5Q EOOIL" INJURY Y o'er Pasch 5 EaCIL ircuivr IF amp:?. a: PR(, _IITY EALIVIE RFC amtlurl: 5 C X AMELIA Use encESE UAe { GUJJR GUMS -MAIM v Y 536777E0 01113112522 01113112023 EACH OCOLFFIENCE i 3,030,00D AGGREGATE s 3,C06,031) 4 CEC '; irnon.H i D 'NORAERS COEPEN3A11011 AND EMPLOYERS, LIB1JTY :VrTFFiCP.IET€F.PAHrNEraEZECarTI4E O�GE In PEEftz ECLOLiG'EG? Nlq Y7Ir Y NM Y D520-40162 U11D112Q22 01J➢112023 XI SE DJTE I I ER EL E✓°N ACCIDENT i 1,D9D,5rJD EL Ct&E+VfE-EA9I.FLOYEE H. 1,MID,C90 PlerwLvy,m rev ern, °mat`"ee- E�CRPr1CN Or Of ATlONB b s El DI5E+IE - PCUCY LMT s 1,C9D,CAD E IlYand Marine CM100574498IX0 511131J2022 0111312023 SCnE4je3 Equipment RealedbLeareO Equip. Dedoothle ;769,2116 ; 2513,0013 ; 1,020 EE5CRIPr1OH OF OPERATIONS LCCATIONa 1 VIES GLEE A07PO lel, Adfhanal 1>armYc xdrdie, rap Le attotrd II mac wee Is wired] Prop' DT coverage CERTIFICATE HOLDER CANCELLATION YlWlalscape Inc. 178131 NW 13711i Avenue Mail F_ 33C18 SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CAIIC1a I ED BEFORE THE EXPIRATION DATE THEREOF. NOTICE'W1LL BE DELIVERED BE ACCORDANCE WM—I THE POLICY PROYTSIONS.. AUf-$ f1 ED REPREZENTARVE - ACFRD 25 12016.'63] •;J 1966-2O15ACORD CORPORATION- All rights reserved. The ACORD name and logo are registered marks of ACOR❑ 0 FOOT Florida Department of Transportation RON DESANTLS 605 Suwannee Street GOVERNOR ❑ISUAL3CAPE INC. 17301 NW 137TH AVE MIAMI, FLORIDA 32012 Dear Sir/Madam: Tallahassee. FL 32399-0450 April 22, 2021 RE: CERTIFICATE OF QUALIFItiATION EMTIN.L THEBAULI, FY- SEL'RFTARY The Department of Transportation ham qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6j30/2022_ }however, the new application is due 4/3€1/2022_ Ln accordanoc with S_337.14 (1) P.S. your next application must be filed within (4) months of the ending date: of the applicant's audited annual financial statements. If your company's maximma capacity has been revised, you can access it by logging into Elsa Contractor Prequaiificatian Application System via the following link: HTTPS://fdotwpl.dot.state:_fl.usfContractorPraQualificationf Once logged in, select "Vier" for the most recently approved application, and then click the "Manage" and "Application Summary' tabs. MOT APPROVED PERI CLASSES: L.bNDSCAPING, IRRIGATION You may apply fox a Revised Cermifirate of Qualification at any time prior to the expiration date of this cerrificate according to Section 14-22.0041(2), Florida Administrative Cade {F_A_C_), by accessing your most recently approved app: cation am shown above and choosing "Update'' instead of "View_" If certification Ln additional classes of work is desired, documentation is neededto show that your company has done much work with your awn forces and equipment or that experience was gained with another contxactax and that you have the necessary equipment for each additionalclams of work requested_ All prequali£ied contractors are required by Section =--22.006(3), F_P1_C_, to certify their wank underway monthly in order to adjust maximum: aidding capacity to available bidding capacity_ You can find .he =ink to this report at the webaite shown above. AA:cg Sincerely, 27,24icotd- Ard,..44,efp,r?4_, Alan Autry, Manager Contracts Adm=nimmratio= Cffi=e Inpr •Safety, Enhance Mobility, Inspire Innovation .fdolgov 0 4FNGLA. �I�1I CERTIFIED PROFESSIONAL CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Adrian Rivero C32 00323 The Title of FNGLA Certified Landscape Contractor (FCLC) 5tplratkn Date:3/31/2022 certl&ed since: Nary , Centtenon dled:or PFNGLA CERTIFIED PROFESSIONAL INSTALLATPON The Honda Nursery, Growers & Landscape Association Confers on Adrian Rivero T32 00102 The Title of FNGLA Certified Landscape Technician (FCLT) Expiration Date: 3/31(2022 Certified Since: R � !FNGLA,) I- CERTIFIED PROFESSIONAL Pr INSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Adrian Rivero Jr T62 10551 The Title of FNGLA Certified Landscape Technician (FCLT) rrpitatlrn bare: 6/30/2022 Certified Since: 4(2662014 MG, Matt IA in CERTIFIED PROFESSIONAL HORTICULTURE The Florida Nursery, Growers & Landscape Association Confers on Adrian Rivero H32 10344 The Title of FNGLA Certified Horticulture Professional (FCHP) Exmoor: hare: 3/31/2022 Certified Since: 11/24/2015 PFNGLA CERTIFIED PROFESSIONAL INSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Rodolfo Hernandez T92 00098 The Title of FNGLA Certified Landscape Technician (FCLT) 02paetion Date: 6/30(2022 Certified Since: 4/22/2007 5,FNGLA. CERTIFIED PROFESSIONAL 7 iNSTALLAT{ON The Florida Nursery, Growers & Landscape Association Confers on Luis Soso TC3 00641 The Title of FNGLA Certified Landscape Technician (FCLT) Etplra0on Date: t2/31/2023 certified Sire: 10/6/2020 SM1Wnr YLenir, E1Fal� Windt& 0 ,FNGLA. CERTIFIED PROFESSIONAL ▪ LNSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Victor Perez TC3 00642 The Title of FNGLA Certified Landscape Technician (FCLT) Nair*. ]g@' 12/31/2923 CertiRed Since: LO/9/2920 simA OFNGLA.. RIR • CERTIFIED PROFESSIONAL ▪ MAINTENANCE The Florida Nursery, Growers & Landscape Association Confers on Ivan. C. Vila S91746 The ride of FNGLA Certified Landscape Irrigation Service Technician (FCLIST) Erpiraecn Date, 04/30/217.24 Lertinea Since:: 4,21/2021 • 1FNGLA r� CERTIFIED PROFESSIONAL I MAINTENANCE The Florida Nursery, Growers & Landscape Association Confers on Wilfredo Maldonado S9351381 The Tide of FNGLA Certified Landscape Irrigation Service Technician (FCLIST) mormeim Pete: 06/30R0.24 Gnaaed since 4/210021 5$FNGLA., CERTIFIED PROFESSIONAL INSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Philip Thibeaux T62 00549 The Title of FNGLA Certified Landscape Technician (FCLT) Expration Date E/30,202E ter.ed Sim: 4/26/3019 Frns, FNMA President PFNGLA.. P" CERTIFIED PROFESSIONAL MAINTENANCE The Florida Nursery, Growers & Landscape Association Confers on Adrian Rivero Jr. S122674 The Title of FNGLA Certified Landscape Irrigation Service Technician (FCLIST) 1 E, u.thn Oete: OE/30/2024 Cerlfied sane: 4 2112021 5$FNG1A CERTIFIER PROFESSIONAL MAINTENANCE The Florida Nursery, Growers & Landscape Association Confers on David Prado S9351380 The Title of FNGLA Certified Landscape irrigation Service Technician (FCLIST) EOral., Date: 0030p014 Certified Since: 4/21/1021 rtin PPS n= Iuuer Nut 0lid v232000 Certificate of Training Best Management Practices Florida Green Industries it cilinir. 1rhSrxlrnJun The undersigned hereby acknowledges that Ivan C. Vila has successfully met all requirements necessary to be fully trained through the Green Industries Beat Management Practices Program developed by the Florida Department of Environmental Protection with the University of Florida Institute of Food and Agricultural Sciences. M. Claimed. 925/2013 leau Mat eel ...Maul I nflriw.tnr Des of Clow D0PPmgrent adminewen trio - GV23027-2 mllnre 11V23827 Certificate of Training Best Management Practices Florida Green Industries The undersigned hereby acknowledges that Rodolfo M. Hernandez has successfully mer all requirements necessary to be fully trained through the Green Industries Best. Mieiagcrrrcnt Practices Program developed by the Florida Department of Environmental Protection with the University of yl ,� Florida Institute of Food and Agricultural Sciences. M. Orfonedes 9252013 - Inrteuelor area Loess D0PSieges, A.inilerstrr 7,°,sra$°` ii It EMtjfAM!4 uosi,Tn( k ISV30173-I aadasse u GV30173 lasrDa Certificate of Training Best Management Practices Florida Green Industries The undersigned hereby acknowledges that Aucencio F. Mendosa has successfully net till reg0atemcnts necessary to be full trained through the Green Industucv Pest Managetilenr P racuces Program` developed by We Florida Department of L'aavannmental Protcctiorawith the University of ((� Florida Institute of Food and Agricaltoral Science's. Y D. Rainey 3R92014 Iroirexlnr Dye of Glass Dram Adwrimrm •ab3 eawaxal rearms GV23fd2 mon. inL Certificate of Training Best Management Practices Florida Green Industries The undersigned hereby acknowledges that Adrian Riivero has successfully met all requirements necessary ro he fully trained through the Green Industries BestManagement Practices Program developed by the Florida Department of Environmental Proreerion with the University of Florida. Institute of Food and Agticultutal Sciences.. M. Orf wiles 925f2413 OF REA l7A luster Imlnatur Dan nr c]® DI01'110rvnh,00110uvrut eV405279-1 GV405279 Thu In Certificate of Training Best Management Practices Florida Green Industries The undersigned hereby acknowledges that Luis D. Sosa has successfully met all requirements necessary to be filly trained through the Green Industries Bear Management Practices Program developedby the Florida Department of Lnviranmental Protection with the Universiry of Florida Institute of Food and Agricultural Sciences. IL Mayer 1Y25f2018 / 1�'✓'Z� !mime, Jxr.-u U�ua DF/l�swan hanaus er OFIFAS Extension`_ Florida -Friendly rsrvesrrf000n9a Landsca in r Geared Professional FLORIDA-FRIENDLY LANDSCAPINGTM CERTIFIED PROFESSIONAL This certifies that Ivan Vila has successfully completed the Florida -Friendly Landscaping°. Certified Professional Training Claire Lewis ela[re rows. mtn, statewide elorida- Date. 1-15-2021 taro Momol mot, rM1.o., alreaor Florida-srre n caping•� vrogram C ern II fIca llonN 20210009 OSHA Occupational Sa .1y .AID N.allft asninl.arurpn This lard acknowledges that the recipient has successfully completed a 30-hour Occupational Safety and Health Training Course in Construction Safety and Health Adrian Rivero lolnaxhzwi jacoiri. 03L012017 (Trainer name — print or type) (Course end date) FDO Thus Certifies that Adrian k Riven) mas Completed a Florida Department or Transportation Approved Temporary Tramc Contra (TTC) lntarmadtate Coulee Date Expire.- Ct.gB•2023 Certificate a 46S 19 instructor Jeremiah MCC3rMy FOOT Provider a 14_ Metro Florida S3rrty Council Phone 754-0O3-15V0 TrlCounty Dad..Broward.Palm Brach. mr*tonorldaaatetycou ncll.eom ntyoni tirted0110 rid asat.tycounc rt. corn This Cerldfies that ADRIAN RIVERO Mae C Omplated a Florida Department Of Transportation Approved Temporary Traffic Cmttrol ITTCJ Advanced {Rerreeher) Courea- Date Expires: d11•201'2D26 Certificate a 6926D Inetruetar. Hessler ft Glchlst FOOT Provided 14G Metro Florida Safety Council Phone:`51-603-15C0 TrlCounty D3de,Brovrard,Palm Beach, Tletroilorldaeatetycounell.Com mlyonsernetrolloridaeareiycouncll.com Pate OSHA tr S Department of labor Ocapatcnal Seder" and Healm Adnwusrrahon Rodolfo Hernandez 600338869 hag SNCC>•aah y completed a 3o lour Oncupalbeal Sareh and t+eanh Traiinp Course in Construction Safety Ric* L. Pereira inner:. 03/07/09 FDDT This Certifies that r R00OZ_FO HERNANDEZ Iias Completed a Florida Department of Transportation Approved Temporary Traffic Control ITTCI Advanced Course. Date Expires: 01122l2025 Certificate a OG311 Instructor: Hessler R Grtchnst FOOT Provider a'40 Metro Florida Safety Council Phone, 95A-603-1900 Tri-County Dade Brn*ard,Parm Beach. metroflorld Ssofetycounci1.com mlyons@metrofloridasafetycouncil•com 0 IIY= n0014 LRrr CCUPOt FD DT{, j This Certifies that PHILIP THBEAUX etas Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Ren.alwr) Course Date Expires: C7,292024 Certificates 64210 instructor. Jeremiah 41cCar7fy FOOT Provtdera 14C Metro Fkinds Sataty Council Prone $54403.191)0 TrlCounty Dada. Brow ard,Palm Brach, m4tr0 noflda a alley c ou ncll .tom mlyon a ttn.trofto vials atetycaunc lr co m nork h+tf TRO 1 F7r-u1r!!_l1\tzi','. 7.:.• r1!/ 11uwr V.-.„rrf ll]ltw 7r-1rlrrf VOAo+ 7•+4r/Ir f.W0.1i: 77,y'! .`111 STATE OF FLORIDA :4' De.partalrnt et 21gruu[ture aab Languinzr Aterbirc.s BUREAU OF LICENSING AND ENFORCEMENT ' i it Date File No. Expires January27, 2021 J13182032 Dacerober 31, 2021 THE PEST CONTROL COMPANY FIRM NAMF.I] BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: December 31, 2021 AT 13351 SW 2.50 ST PRINCETON, FL 33032 MARTINEZ SPRAY SERVICE PO PDX 424227 PRINCETON, FL 33132 ni I NICOLE'NIKK]" ED, COMMISSIONER '.lvo,.)lrr»>-r ;..sr511f10 IYrr WO' Lawn and Ornamental :I Ali STATE OF FLORIDA Mimi -bum of IRgrirulture arts €ouIumer *orrbiteg BUREAU OF LICENSING AND ENFORCEMENT MARTINEZ SPRAY SERVICE 13351 SW 256 ST PEST CONTROL COMPANY FIRM 113102032 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING December 31, 2021 it 11J1 L i i eL Signet. 00W418 S1ONER Wallet Cud - Fuld here 9UREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 0 TALLAHASSEE, FLORIDA 32399-1E50 '•" �F f^-SJPJ'� e'��4� i �7 hZ1 iF1; 1,70 'rAAarq- STATE OF FLORIDA Al2partment of agricttxtttre anti (otustuner Aer'iite5 BUREAU OF LICENSING AND ENFORCEMENT Date February 12, 2018 File No. LF215163 Expires February 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR _HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: February 14, 2022 IVAN C VILA 17801 N W 137 AVE. MIAMI, FL 33018 ADAM H. PUTNAM, COMMISSIONER 1 0 STATE OF FLORIDA altparktntut nt ZIgritutturt stub grow%inner gtLbiceri BUREAU OF LICENSING AND ENFORCEMENT Dale File No, Expires May 4, 20i8 LF217904 March 30, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS Or CHAPTER 482 FOR THE PERIOD EXPIRING: Mardi 30, 2022 A PRIAR ii I':ERO 1780l ii AYE.: MIAMI, FL .'.30I ADAM H.PUTi4AIsM, COMMISSIONER • STATE OF FLORIDA Department of Zfgricutture anb Consumer lerbitco BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 15, 2020 LF248579 August 4, 2024 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 4, 2024 WILFRID MILIEN £7801 NW 137TH AVE MIAMI,FL 33018 NBCKI" FRIE'DV-i�QNIbII NICOLE "SSIONER STATE OF FLORIDA department of Zigricutture anb (Consumer *rtbice. BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 15, 2020 LF248583 August 4, 2024 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 4, 2024 OSNEL MATHURIN 15980 NW 117TH AVE MIAMI, FL 33018 NICOLE "NH, FRI z:to) CO MMISSIONER STATE OF FLORIDA O1'parttlltJlt of BOsIn1[1Rrt anb ConBitmer $erLlr10 BUREAU OF LICENSING AND ENFORCEMENT A.DRIANFIVER° LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF217909 }IAS PAID THE PEER EQD]RED BY CHAPTER 482 FOR THE PERIOD EXPIRING Murch 30,2422 Signature COMMISSION ER Wa.IC, URI • J'Pla nark BUREAU OF LICENSING & ENFORCEMENT 3125CONNER BLVD, BLDG. S TALLAJiASSEL, FLORJDA 323494930 STATE OF FLORIDA Department of Rgricutturc ant Consumer .,crimes BUREAU OF LICENSING AND ENFORCEMENT WILFRID MILIEN LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF248579 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING August 4, 2024 n 1 att. •- r L ? Signature COMMISSIONER Wanes Card Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Deptrtnunt of Agrltuiturc ant IGonsumtr crtlicts BUREAU OF LICENSING AND ENFORCEMENT OSNEL MATHURIN LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF248583 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING August 4, 2024 1 I!JI- L •- 'I,CRJ Signature COMMISSIONER Walla Card Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE. FLORIDA 32399-1650 is Ala! 4,2018 S.GL. V C Yllt.F1'1}lYiw'Y �:i1Yl/%.f \4\N L."t ��f:fI J_�'y11AtLi STATE OF FLORIDA, Kir pa LI-nick 0t iflgriruituce anb Consumer SDatiire5 BI !RBA ! [3F LICENSING AND ENFORCEMENT Pile No. Expires LIB 217910 Maine 30, 2422 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS O: d CHAPTER 482 FOR THE PERIOD EXPIRING March 30, 2022 ROIDOLFO HERNANDEZ i7801 H W 737THAVE MIAMI, FL 13018 Gam')--..f�._, ADAM H.PU'MNA .LCOMMISSIONER 1 1 Il • of a,le I. , YI .iti1'Iff STATE OF FLORIDA IAep8rfmrlft at 5ggricultner filed 8oiWiiflur goerbireg IIURRAU OF LICENSING AND ENFORCEMENT Datc may 1,2010 File No. Ld+218008 Expires April 3,2022 11 IE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERI21D UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 3, 2022 AI ICFCIO FRANCO MENDOZA :5980N:4 L17AYE MLAMI,PL 3301II ADAM N. PD 41 Ab1, COMMISSIONER STATE OF FLORIDA Dtpartnlent of tgriculturt ana iLonoun1tr imbitt5 BUREAU OF LICENSEI G AND EYFORCEIIIENT Date File No. Expires August 15, 2020 LF301283 August 15, 2024 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2024 ADRIAN A. RIVERO JR- 1066 NW 16TH ST HOMESTEAD, FL 33030 n au NIGGLE "NIKKP4actid COM MISSIONER STATE OF FLORIDA IDe1l±lrrrl1ellt sl arcitnUure ai011tui w ier glr1irro 11141i 'LJ OF LICENSING AND ENFORCEMENT :1ODOL10 HERNANDEZ LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER - LF217910 HAS PAID THE FRE REQUIRED BY CHAPTER ,IRL FOR 719E PERIOD Eli P[RING Marsh 30, 2022 COiSMISS]ONER Signature Walkl Card Pold Here BUREAU OF IACENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE. FLORIDA 32399• 1650 STATE OF FLORIDA li€llarfount of glarkoftaic ants lcon8nhllrr a7erldfre6 BUREAU OF LICENSING AND ENFORCEMENT AUCENCTO FRANCO MENDOZA LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF21898 HAS PAID THE FEE RF4UIRED EY CHAPTER d 82 EXPIRING April3.2122 R THE. PERIOD Signature COMMISSIONER Wallet Caaxi - Paid Hera BUREAU OF LICENSING de ENFORCEMENT 3123 CONNER BLVD, BLDG. 8 TALC.AHASSEE, FLORIDA 32399-1550 1 STATE OF FLORIDA tllartnlent Dt Igrilulfure an0 Call5U11lrr aaerhire5 BUREAU OF LICENSING AND ENFORCEMENT ADRIAN A- RFVERO 7R- LTD COMMERCE -IL FERTILIZER APPLICATOR HOLDER LF301283 AAS PAID THE FEE REQUIRED BY CHAP i r.R 482 FOR THE PERIOD EXPIRING August 15, 2024 l[l 1 CJt-L — -J Signature COIDHSSIONER wallet Cud Wallet Card - Fold Here BUREAU OF LICENSING &: ENFORCEMENT 3125 CONNER BLVD, BLDG_ 8 TAt i AHASSEE, FLORIDA 32399-1630 v.I V- 6�0 p41,:w fFit3lt" I �0g S `O¢1C ,\, i FSE ��v�. BR WARD CLASS ' IIC�Iy `on v AUNTY A GCA/"C �tc,E .B.. OF.' F L O R I D A rt-%.tl.�1p�G(}0'1"� �� N3VC .. TREE TRIMMER LICENSE I,sn'Go�lt iD g4t1C- D G'S „„,rot CL-1: ''TL : A- 1090 EXPIRES: 08/31/2023: `09"\I pry COtj1 50.g. i1SL:11.SC,4PL IN('.- CO�t,,i SRO �„conl.10' 7ItP 114 MgAMI,FL33018E "rfRO\I",trSR-'I mOr'`.,g.° II?kg'"„R, C'.. : I, 5- P.. RD G, • �bc ZR\t' TRAINFD EIvIPI.OYFE IVAN C, VII A AV'6.Oyd 3 hl;�C ti-1`NRY nt,CiER\.nx3s 1\! .6kC'". "k - \'nul` _ U cl,Sn ..\o(]V P'R tii BPiWARD + �- COUNTY F L OR IDA CERTIFICATE OF COMPLETION BASIC TREE TRIMMING cornree,c Hplcuturahaeni Adrian Rivero Jr. has successfuNy completed the training conducted by Broward County Extension Education (broward.org/Parks/Extension). ClaasDale Feb. 7.2019 Ey.lA1e Feb. 7.2021 ID* 116251 THIS CARD IS A TRAINING CERTIFICATE ti `T F BPWARD n� COUNTY F L 0 R I D A CERTIFICATE OF COMPLETION ADVANCED TREE TRIMMING /� Felix Vargas Commercial Horticulture Agem has successfully completed the training conducted by UFIIFAS Broward County Extension(httpalsfyl.ifas.utl.edulbrowardlwmmercial-horticulture-program-l) Class Date Aug. 27, 2020 Exp. Date Aug. 27, 2022 THIS CARD IS A TRAINING CERTIFICATE, NOT A LICENSE BO WARD COUNTY F L OR IDA CERTIFICATE OF COMPLETION ADVANCED TREE TRIMMING Commercial HUMiculNre Agent has successfully completed the training conducted by UFIIFAS Broward County Extension(http:llsfyl.Ifas.uttedulbrawardlcommercial-horticulture-¢grogram-0 Class Date July 23, 2020 Exp. Date July 23, 2022 THIS CARD IS A TRAINING CERTIFICATE, NOT A LICENSE BPWVARD COUN F L OR IDA CERTIFICATE OF COMPLETION BASIC TREE TRIMMING • Wilfred Millen Commercial Horticulture Agent has successfully completed the training conducted by Broward County Extension Education (broward.orglParkslExtension). clarao to Feb. 7, 2019 Eaa.Date Feb. 7, 2021 ID# 116246 THIS CARD IS A TRAINING CERTIFICATE. NOT A LICENSE BRYWARD COUNTY FLORIDA CERTIFICATE OF COMPLETION BASIC TREE TRIMMING Comercial Hatmulhue Agent Luis Sosa m has successfully completed the training conducted by Broward County Extension Education (broward.org/Parks/Extension). oaaDate Feb. 7, 2019 pote Feb. 7, 2021 ID# 116254 THIS CARD IS A TRAINING CERTIFICATE. NOT A LICENSE City of Miami Invitation for Bid (IFB) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement IFB Number: Title: Issue Date/Time: IFB Closing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 1380386 Invitation for Bid for Landscaping Services Contractor Pool January 10, 2022 @ 8:OOAM February 7, 2022 @ 3:OOPM Voluntary January 17, 2022 @ 10:OOAM VIRTUAL January 24, 2022 @ 2:OOPM TAHLIA GRAY NO HARDCOPIES SUBMITTALS ALLOWED TGRAY@MIAMIGOV.COM 305-400-5019 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part 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. • FAILURE TO COMPLETE AND UPLOAD ANY REQUIRED DOCUMENTS WILL RENDER YOUR SUBMISSION AS NON -RESPONSIVE • IF ANY DOCUMENT IS TOO LARGE FOR UPLOADING, SPLIT THE DOCUMENT INTO MULTIPLE FILES, NAME THE FILES APPROPRIATELY AND UPLOAD INTO BIDSYNC. • CONTACT BIDSYNC VENDOR SUPPORT TOLL -FREE NUMBER 800-990-9339, OR EMAIL SUPPORT@BIDSYNC.COM, FOR BIDSYNC TECHNICAL DIFFICULTIES AND PROBLEMS. General Terms and Conditions 1.0 GENERAL TERMS AND CONDITIONS FOR INVITATION FOR BID (IFB) - References to goods only apply insofar as they are applicable to "Goods" as defined in Section 18-73 of the City Code. References to "Professional and Personal Services" are as defined in Section 18-73 of the City Code. Intent: The General Terms and Conditions described herein apply to the acquisition of goods/ services with an estimated aggregate cost of $25,000.00 or more. Definition: A Formal Solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami (City) Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1 ACCEPTANCE OF GOODS - Any good(s) delivered under this Formal Solicitation, if applicable, shall remain the property of the Bidder until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the Successful Bidder/Contractor and return the product to the Successful Bidder/Contractor at the Successful Bidder/Contractor's expense. 1.2 ACCEPTANCE OF OFFER - The signed or electronic submission of a Bidder's response shall be considered an offer on the part of the Bidder; such offer shall be deemed accepted upon issuance by the City of a Purchase Order. 1.3 ACCEPTANCE/REJECTION - The City reserves the right to accept, reject any or all, or portion of responses after opening/closing date, and request re -issuance on the goods/services described in the Formal Solicitation. In the event of a rejection, the Director of Procurement shall notify all affected Bidders and provide a written explanation for such rejection. The City also reserves the right to reject the Response of any Bidder which has previously failed to properly perform under the Terms and Conditions of a City Contract, to deliver on time contracts of a similar nature, and which is not capable to perform the requirements defined in this Formal Solicitation. The foregoing is not an all-inclusive list of reasons for which a response may be rejected. The City further reserves the right to waive any irregularities, minor informalities, or technicalities in any or all responses and may, at its sole discretion, re -issue the Formal Solicitation. 1.4 ADDENDA - It is the Bidder's responsibility to ensure receipt of all Addenda. Responses to questions/inquiries from prospective Bidders will be provided in the form of an Addendum. Addenda are available on the BidSync Procurement Solutions Platform ("BidSync") only. 1.5 ALTERNATE RESPONSES -Alternate responses will not be considered, unless specifically requested by the City. 1.6 ASSIGNMENT - Successful Bidder/Contractor agrees not to subcontract, assign, transfer, convey, sublet, pledge, encumber, or otherwise dispose of the resulting Contract, in whole or in part, or any or all of its rights, title or interest herein, without the City's prior written consent. 1.7 ATTORNEY'S FEES - In connection with any litigation, appellate, administrative, mediation, and/or arbitration arising out of the resulting Contract, each party shall bear their own attorney's fees through and including, appellate litigation and any post judgment proceedings. 1.8 AUDIT RIGHTS AND RECORDS RETENTION -The Successful Bidder/Contractor agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Successful Bidder/Contractor which are directly pertinent to this Formal Solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Contractor shall maintain and retain any and all of the books, documents, papers, and records pertinent to the resulting Contract for three (3) years after the City makes final payment and all other pending matters are closed. Successful Bidder's/Contractor's failure to, or refusal to comply with this condition, shall result in the immediate cancellation of this Contract by the City. The Audit Rights set forth in Section 18-102 of the City Code apply as supplemental terms and are deemed as being incorporated by reference herein. 1.9 AVAILABILITY OF CONTRACT STATE-WIDE - Any governmental, not -for -profit, or quasi - governmental entity in the State of Florida, may avail itself of this Contract and purchase any, and all goods/services, specified herein from the Successful Bidder/Contractor at the Contract price(s) established herein, when permissible by Federal, State, and local laws, rules, and regulations. Additionally, any governmental entity outside of the State of Florida but, within the Continental United States of America, may avail itself to this Contract and purchase any and all goods/services, specified herein from the Successful Bidder/Contractor at the Contract price(s) established herein, when permissible by Federal, State, and local laws, rules, and regulations. Each governmental, not -for -profit or quasi -governmental entity which uses this Formal Solicitation and resulting Contract will establish its own Contract, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the Successful Bidder/Contractor. 1.10 AWARD OF CONTRACT - A. The Formal Solicitation, any addenda issued, the Bidder's response, and the Purchase Order shall constitute the entire Contract, unless modified in accordance with any ensuing Contract, or amendment. B. The award of a Contract, where there are Tie Bids, the tie breaker will be decided by the Director of Procurement or designee, in the instance that Tie Bids cannot be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this Contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Specifications/Scope of Work. Bidder may be found non- responsive if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder is found non -responsive, the City, through action taken by the Department of Procurement, will void its acceptance of the Bidder's Response and may accept the Response from the next lowest responsive, responsible Bidder most advantageous to the City or may re -solicit for the goods/services. The City, at its sole discretion, may seek monetary restitution from Bidder and/or its bid bond or guaranty, and/or similar security, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's failure to satisfy the City's requirements. D. The term of the Contract shall be specified in one of three documents which shall be issued to the Successful Bidder. These documents may either be, a Purchase Order, Notice of Award, and/or Contract Award Sheet. E. The City reserves the right to automatically extend this Contract for up to one hundred eighty (180) calendar days beyond the stated Contract term, in order to provide City depaitinents with continual service and supplies while a new Contract is being solicited, evaluated, and/or awarded. If the right to extend is exercised, the City shall notify the Successful Bidder/Contractor, in writing, of its intent to extend the Contract in accordance with the existing terms and conditions for a specified number of days. Additional extensions beyond the first one hundred eighty (180) day extension may occur, if, the City and the Successful Bidder/Contractor are in mutual agreement of such extensions. F. Where the Contract involves a single shipment of goods to the City, the Contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the Contract on a split -order, lump sum, individual -item basis, or such method of award in the best interest of the City, unless otherwise specified. H. A Contract may be awarded to the Successful Bidder/Contractor by the City Commission based upon the minimum qualification requirements reflected herein. 1.11 BID BOND/ BID SECURITY - A cashier's or certified check issued by a bank authorized to transact banking business in Florida, or a Bid Bond/Bid Security signed by a surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount as specified in the bid, is required from all Bidders, if so indicated under the Special Conditions. This check or bond guarantees that a Bidder will accept the Contract, as bid, if it is awarded to Bidder. Bidder shall forfeit bid deposit to the City, should City award Contract to Bidder and Bidder fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful Bidders within ten (10) days after the award and Successful Bidder's acceptance of award. If one hundred eighty (180) days have passed after the date of the Formal Solicitation closing date, and no Contract has been awarded, all bid deposits will be returned on demand. 1.12 BID SECURITY FORFEITED LIQUIDATED DAMAGES -Failure to execute a Contract and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Bond/Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained which cannot be determined at the time of award. Award may then be made to the next lowest responsive and responsible Bidder, or all Bid responses may be rejected. 1.13 BID RESPONSE FORM - All required forms in the Formal Solicitation should be completed, signed, and submitted accordingly as specified to in the Formal Solicitation. Digital signatures may only be utilized if expressly permitted in the solicitation. 1.14 BRAND NAMES - If, and wherever in the specifications, brand names, makes, models, names of any manufacturers, trade names, or Bidder catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade, or quality of goods only. When the City does not desire to rule out other competitors' brands or makes, the phrase "APPROVED EQUAL" is added. Unless otherwise specified, any manufacturers' names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive or exclusive. The Bidder shall provide any equipment that meets or exceeds the applicable specifications, including without limitation the following: Equal in every important attribute, to include industry quality measurable standard, quality of product, accessibility of distribution, durability/reliability/dependability and warranty coverage, and the delivery schedule. When bidding an "APPROVED EQUAL", Bidders shall submit, with their response, complete sets of necessary data (e.g., factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid. The Bidder shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The City shall be the sole judge of equality and its decision shall be final. The City shall determine in its sole discretion, subject to the concurrence of the Project Manager whether goods are acceptable as an equivalent. Unless otherwise specified, evidence in the form of samples may be requested, if the proposed brand is other than specified by the City. Such samples are to be furnished after Formal Solicitation opening/closing, upon request of the City. If samples are requested by the City, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. When "NO SUBSTITUTION" is used in conjunction with a manufacturer's name, brand name, and/or model number, that named item is the only item that will be accepted by the City in that particular instance. 1.15 CANCELLATION -The City reserves the right to cancel this Formal Solicitation, before its opening/closing. In the event of cancellation, the Director of Procurement shall notify all prospective Bidders and provide a written explanation for the cancellation. There shall be no recourse against the City for a cancellation made in accordance with this Section. 1.16 CAPITAL EXPENDITURES - Successful Bidder/Contractor understands that any capital expenditures that the Successful Bidder/Contractor makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the Successful Bidder/Contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any Successful Bidder/Contractor. If Successful Bidder/Contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17 CITY NOT LIABLE FOR DELAYS -It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder, any subcontractor, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction, or other legal or equitable proceedings, or on account of any delay for any cause over which the City has no control. 1.18 COLLUSION - Bidder, by submitting a response, certifies that its response is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Bid for the same goods/services, or with the City of Miami's Procurement Department or initiating department. The Bidder certifies that its response is fair, without control, collusion, fraud, or other illegal action. Bidder certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred, and the City reserves the right to reject any and all Bids where collusion may have occurred. 1.19 COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Successful Bidder/Contractor understands that contracts between private entities and local governments are subject to certain laws, codes, and regulations, including laws pertaining to public records, sunshine (open meetings), conflict of interest, ethics records keeping, etc. City and Successful Bidder/Contractor agree to comply with and observe all applicable laws, codes, regulations, and ordinances, and to secure all applicable public approvals and/or consents, of any governmental agency and/or owner of intellectual property rights as that may in any way affect the goods or services offered, including, but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (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 Department. Should it be found necessary, a written Addendum will be incorporated in the Formal Solicitation and will become part of the Purchase Order (Contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence. Any inconsistency in this Formal Solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1. Addenda (if applicable) 2. Specifications 3. Special Conditions 4. General Terms and Conditions 1.31 EMERGENCY/DISASTER PERFORMANCE -In the event of a natural disaster or other emergency, or disaster situation, the Successful Bidder/Contractor shall provide the City with the commodities/services defined within the scope of this Formal Solicitation at the price contained within Bidder's response. Further, Successful Bidder/Contractor shall deliver/perform for the City on a priority basis during such times of emergency. 1.32 ENTIRE BID CONTRACT -The Bid Contract consists of any amendments to the Bid Contract, the Formal Solicitation, including any addenda, Bidder's Response and any written agreement entered into by the City of Miami and Successful Bidder/Contractor, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding, and representations, if any, made by and between the parties. To the extent that the Bid Contract conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Bid, the Formal Solicitation, including any addenda, and then the Bid shall control. This Contract may be amended only by a written agreement signed by the City and Successful Bidder/Contractor. 1.33 ESTIMATED QUANTITIES - Estimated quantities or dollars are provided for the Bidder's guidance only: (a) estimates are based on the City's anticipated needs and/or usage during a previous contract period and (b) the City may use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non- profit entities utilizing this Contract. No guarantee is expressed or implied as to quantities that will be purchased during the Contract period. The City is not obligated to place an order for any given amount subsequent to the award of the Contract. Said estimates may be used by the City for purposes of determining the low Bidder meeting specifications. The City reserves the right to acquire additional quantities at the prices bid or at lower prices in this Formal Solicitation. 1.34 EVALUATION OF RESPONSES — A. Rejection of Bids. The City may reject a Bid for any of the following reasons: 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 Depaitnient 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, Depaitalent 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 CONSULTANTS 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 CON TRACT DISPUTES (SECTION 18-105): A. Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the City Attorney, shall have the authority to resolve disputes between the Successful Bidder/Contractor and the City which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to disputes based upon breach of Contract, mistake, misrepresentation, or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. B. Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission, or the City Manager, which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this Section. 1.75 RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (SECTION 18-104): Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000.00. Protests thereon shall be governed by the administrative policies and procedures of purchasing. A. Protest of solicitation. 1. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a contract may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within three days after the request for proposals, request for qualifications or request for letters of interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the chief procurement officer; or 2. Any prospective bidder who intends to contest bid specifications or a bid solicitation may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within three days after the bid solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the chief procurement officer. B. Protest of award. 1. Any actual proposer who perceives itself aggrieved in connection with the recommended award of contract may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within two days after receipt by the proposer of the notice of the city manager's recommendation for award of contract. The receipt by proposer of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the chief procurement officer; or 2. Any actual responsive and responsible bidder whose bid is lower than that of the recommended bidder may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within two days after receipt by the bidder of the notice of the city's determination of non -responsiveness or non -responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the chief procurement officer. 3. A written protest based on any of the foregoing must be submitted to the chief procurement officer within five days after the date the notice of protest was filed. A written protest is considered filed when received by the chief procurement officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based and shall include all pertinent documents and evidence and shall be accompanied by the required filing fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation, or evidence not contained in the protester's submission to the chief procurement officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day, which is neither a Saturday, Sunday nor legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. Authority to resolve protests; hearing officer(s). Hearing officers appointed by the city shall have authority to resolve protests filed under this chapter of the City Code. The city manager shall appoint a hearing officer, from a separate list of potential hearing officers pre -approved by the city commission, to resolve protests filed in accordance with this section, no later than five working days following the filing of a bid protest. The hearing officer shall have the authority to settle and resolve any written protest. The hearing officer shall submit said decision to the protesting party and to the other persons specified within ten days after he/she holds a hearing under the protest. A. Hearing officer. The hearing officer may be a special master as defined in chapter 2, article X, section 2-811 of the City Code, or a lawyer in good standing with the Florida Bar for a minimum of ten years with a preference given to a lawyer who has served as an appellate or trial court judge. The hearing officer may be appointed from alternative sources (e.g., expert consulting agreements, piggyback contracts, etc.) where the city commission adopts a recommendation of the city attorney that such action is necessary to achieve fairness in the proceedings. The engagement of hearing officers is excluded from the procurement ordinance as legal services. The hearing officers appointed in the pre - qualified group should be scheduled to hear protests on a rotational basis. B. Right of protest. Any actual bidder or proposer who has standing under Florida law dissatisfied and aggrieved with the decision of the city regarding the protest of a solicitation or the protest of an award as set forth above in this section may request a protest hearing. Such a written request for a protest hearing must be initiated with a notice of intent to protest followed by an actual protest as provided in subsection 18-104(a). The notice of intent to protest and the actual protest must each be timely received by the chief procurement officer and must comply with all requirements set forth in subsection 18- 104(a). Failure to submit the required notice of intent to protest and the actual protest within the specified timeframes will result in an administrative dismissal of the protest. C. Hearing date. Within 30 days of receipt of the notice of protest, the chief procurement officer shall schedule a hearing before a hearing officer, at which time the person protesting shall be given the opportunity to demonstrate why the decision of the city relative to the solicitation or the award, which may include a recommendation for award by the city manager to the city commission, as applicable, should be overturned. The party recommended for award, if it is a protest of award, shall have a right to intervene and be heard. Hearing procedure. The procedure for any such hearing conducted under this article shall be as follows: A. The city shall cause to be served by certified mail a notice of hearing stating the time, date, and place of the hearing. The notice of hearing shall be sent by certified mail, return receipt requested, to the mailing address of the protester. B. The party, any intervenor, and the city shall each have the right to be represented by counsel, to call and examine witnesses, to introduce evidence, to examine opposing or rebuttal witnesses on any relevant matter related to the protest even though the matter was not covered in the direct examination, and to impeach any witness regardless of which party first called him/her to testify. The hearing officer may extend the deadline for completion of the protest hearing for good cause shown, but such an extension shall not exceed an additional five business days. The hearing officer shall consider the written protest and supporting documents and evidence appended thereto, supporting documents or evidence from any intervenor, and the decision or recommendation as to the solicitation or award being protested, as applicable. The protesting party, and any intervenor, must file all pertinent documents supporting his/her protest or motion to intervene at least five business days before the hearing, as applicable. The hearing officer shall allow a maximum of two hours for the protest presentation and a maximum of two hours for the city response. When there is an intervenor, a maximum of two hours will be added for the intervenor. In the event of multiple protests for the same project, the hearing officer shall allocate time as necessary to ensure that the hearing shall not exceed a total of one day. C. The hearing officer shall consider the evidence presented at the hearing. In any hearing before the hearing officer, irrelevant, immaterial, repetitious, scandalous, or frivolous evidence shall be excluded. All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of their affairs shall be admissible whether or not such evidence would be admissible in trial in the courts of Florida. The hearing officer may also require written summaries, proffers, affidavits, and other documents the hearing officer determines to be necessary to conclude the hearing and issue a final order within the time limits set forth by this section. D. The hearing officer shall determine whether procedural due process has been afforded, whether the essential requirements of law have been observed, and whether the decision was arbitrary, capricious, an abuse of discretion, or unsupported by substantial evidence as a whole. Substantial evidence means such relevant evidence as a reasonable mind might accept as adequate to support a conclusion. E. Within ten days from the date of the hearing, the hearing officer shall complete and submit to the City Manager, the City Attorney, any intervenor, the Chief Procurement Officer, and the person requesting said hearing a final order consisting of his/her findings of fact and conclusions of law as to the denial or granting of the protest, as applicable. F. The decisions of the hearing officer are final in terms of city decisions relative to the protest. Any appeal from the decision of the hearing officer shall be in accordance with the Florida Rules of Appellate Procedure. Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required filing fee as provided in subsection (f), with the chief procurement officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section. Stay of procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the contract until the protest is resolved by the chief procurement officer or the city commission as provided in subsection (b) above, unless the city manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. Costs. All costs accruing from a protest shall be assumed by the protestor. Filing fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the bid or proposed contract, or $5,000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the chief procurement officer and/or the city commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. (Ord. No. 12271, § 2, 8-22- 02; Ord. No. 13629, § 2, 9-8-16) 1.76 SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, Bidder(s) will be notified by the City to remove such samples, at Bidder's expense, within 30 days after notification. Failure to remove the samples will result in such samples becoming the property of the City. 1.77 SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Successful Bidder/Contractor shall not sell, assign, transfer, or subcontract at any time during the term of the Contract, the Contract itself, or any portion thereof, or any part of its operations, or assign, sell, pledge, dispose, convey, or encumber any portion of the performance required by this Bid Contract, except under, and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.78 SERVICE AND WARRANTY - When specified, the Bidder shall define all warranty, service, and replacements that will be provided. Bidders must explain on the Bid to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with Bidder's response. 1.79 SILENCE OF SPECIFICATIONS - The apparent silence of the scope of work/specifications, and any supplemental scope of work/specification as to any detail or the omission from it, of detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials of first quality and correct type, size, and design shall be used. All workmanship and services shall be first quality. All interpretations of the scope of work/specifications shall be made upon the basis of this statement. If Bidder has a current contract with the State of Florida, Department of General Services, to supply the items in the Formal Solicitation, the Bidder shall quote not more than the contract price; failure to comply with this request will result in disqualification of the Bid. 1.80 SUBMISSION AND RECEIPT OF BIDS - Bids may be submitted electronically via BidSync at or before, the specified closing date and time, as designated in the Formal Solicitation. NO EXCEPTIONS. A. Facsimile responses will not be considered. B. Failure to follow these procedures may deem your Bid non -responsive. C. The responsibility for obtaining and submitting a Bid on or before the Bid closing date is solely and strictly the responsibility of Bidder. The City is not responsible for delays specifically caused by any occurrence. Bids received after the Bid closing date and time, will be considered late, will remain unopened and will not be considered for award. D. Late, misdelivered, or incorrectly addressed responses will be rejected. E. All Bids are subject to the conditions specified herein. Bids that do not comply with these conditions may be deemed non -responsive. F. Modifications/changes of Bids already submitted will be considered only if received before the Bid closing date and time. All modifications/changes shall be submitted via BidSync. Once a Formal Solicitation closes (closed date and/or time expires), the City will not consider any subsequent modifications/changes which alters the Bids. 1.81 TAXES - The City is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders should be aware that all materials and supplies that are purchased by the Bidder for the completion of the Bid Contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended, and all amendments thereto, and shall be paid solely by the Bidder. 1.82 TERMINATION - The City Manager, on behalf of the City, reserves the right to terminate the Bid Contract by written notice to the Successful Bidder/Contractor effective as of the date specified in the notice, should any of the following apply: A. The Successful Bidder/Contractor is determined by the City, to be in breach of any of the terms and conditions of the Bid Contract. B. The City has determined that such termination will be in the best interest of the City, to terminate the Bid Contract for its own convenience. C. Funds are not available to cover the cost of the contracted goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.83 TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services have been received, inspected, and found to comply with award specifications, free of damage, or defect, and properly invoiced. Payment will be made after delivery, within forty-five (45) days of receipt of an invoice, and authorized inspection and acceptance of the goods/services, and pursuant to Section 218.74, Florida Statutes, and other applicable law. 1.84 TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of the Formal Solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified in the Bid. Deliveries shall be made during regular City business hours, unless otherwise specified in the Special Conditions. 1.85 TITLE - Title to the goods shall not pass to the City until after the City has inspected and accepted the goods or used the goods, whichever comes first. 1.86 TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE -All Bids submitted to the City are subject to public disclosure, pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Bid contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119, must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with Bidder's name, the Formal Solicitation number, and title marked on the outside. Please be aware that the designation of an item as a trade secret by Bidder may be challenged in court by any person. By Bidder's designation of material in Bidder's Response as a "trade secret" Bidder agrees to indemnify and hold harmless the City for any award to a plaintiff for damages, costs, or attorney's fees and for costs and attorney's fees, incurred by the City, by reason of any legal action challenging Bidder's claim. 1.87 UNAUTHORIZED WORK OR DELIVERY OF GOODS - Neither the Successful Bidder/Contractor nor any of their employees shall perform any work, or deliver any goods, unless a change order or purchase order is issued and received by the Successful Bidder/Contractor. The Successful Bidder/Contractor will not be paid for any work performed, or goods delivered outside the scope of the Bid Contract, or any work performed by Successful Bidder's/Contractor's employee(s) not otherwise previously authorized. 1.88 USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion, or other publicity materials containing information obtained from the Formal Solicitation shall be mentioned, or imply the name of the City, without prior express written permission from the City Manager, or the City Commission. 1.89 VARIATIONS OF SPECIFICATIONS - For purposes of the Formal Solicitation evaluation, Bidder(s) must indicate any variances from the Formal Solicitation scope of work/specifications and/or conditions, no matter how slight. If variations, are not stated on their Bid, it will be assumed that the product fully complies with the Formal Solicitation's scope of work/specifications. 2. Special Conditions 2.1 PURPOSE The purpose of this Solicitation is to establish a prequalified pool, for landscaping services for property owned and under the responsibility of the City, as specified herein, from a source(s), fully compliant with the terms, conditions, and stipulations of the Solicitation. 2.2 DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION AND CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted via the BidSync Electronic Bidding System (BidSync), with a copy filed with the Office of the City Clerk via email at Clerks@miamigov.com, pursuant to Section 1.20. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than January 24, 2022 at 2:00 PM. All responses to questions will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3 SUBMISSION AND RECEIPT OF RESPONSE Electronic bid submittals to this IFB shall be submitted through the BidSync Electronic Bidding System ("BidSync") until the date and time as indicated in the Solicitation. The responsibility for submitting a bid on/or before the stated closing time and date is solely and strictly the responsibility of the Bidder. The City will in no way be responsible for delays caused by technical difficulties or caused by any other occurrence. Electronic bid submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as individual files and labeled. Any bids received and time stamped through BidSync, prior to the bid submittal deadline, shall be accepted as a timely submittal and anything thereafter will be rejected. Additionally, BidSync will not allow for the electronic bid submittal after the closing date and time has lapsed. Bids will be opened promptly at the time and date specified. All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne by the Bidder. Accordingly, Bidder: 1. Must register, free of charge, with BidSync Electronic Bidding System ("BidSync") to establish an account in order to have access to view and/or respond to any solicitations issued by the City of Miami's Procurement Department ("City"). 2. Shall submit all bids electronically. Hard copy bid submittals will not be accepted. NO EXCEPTIONS. 3. Must submit the Certification Statement and associated solicitation documents which define requirements of items and/or services to be purchased and must be completed and submitted as outlined within the solicitation via BidSync. The use of any other forms and/or the modification of City forms will result in the rejection of the Bidder's bid submittal. 4. Shall ensure that the Certification Statement is fully completed and provided with your bid. Failure to comply with these requirements may cause the bid to be rejected. 5. Must ensure that an authorized agent of the Bidder's firm signs the Certification Statement and submits it electronically. FAILURE TO SIGN THE CERTIFICATION STATEMENT SHALL DEEM THE BID NON -RESPONSIVE. 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 January 18, 2022 at 10:00 AM, via Teams by clicking THIS LINK or via phone (786) 598-2961; Conference ID: 439239413#. A discussion of the requirements of the Solicitation will occur at that time. All questions and answers affecting the scope of work/specifications of the IFB will be included in an addendum, that will be distributed through BidSync, following the Pre -Bid Conference to all the attendees. Because the City considers the Pre -Bid Conference to be critical to understanding the Solicitation requirements, attendance is highly recommended. It is the Bidder's responsibility, prior to submitting a bid, to acquaint themselves thoroughly, regarding any and all conditions and/or requirements that may in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these conditions. 2.5 STRUCTURE OF POOL It is the City's intention to create a Pool of prequalified Successful Bidders to be available to provide the requested services as needed. The Pool will have as many members in each service category as the City deems appropriate. Bidders may apply and be selected for multiple categories. At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new categories will be done through a competitive process using the minimum qualification requirements established in this Solicitation, as described in Section 2.6. At the City's sole discretion, members may be removed from the Pool for lack of participation, which shall include failure over a reasonable time to propose on Spot Market Quote Requests (Quotes) offered through the Pool, poor performance in executing the requested services, being in arrears in obligations to the City, and any other reason specified by City policies and procedures. Successful Bidders shall maintain the qualifications of the firm and proposed personnel at a standard consistent and equivalent to the qualification submissions submitted in response to this IFB. Categories: Group A — Alleyways, Right -of -Ways, and Areas less than 2,500 sq. ft. Group B — City -Owned Lots Maintenance Group C — Median/Main Corridor Landscaping Group D — Traffic Circle Maintenance Group E — Park Owned Lots 2.6 BIDDERS MINIMUM REQUIREMENTS Bids will be considered only from firms that are regularly engaged in the business of providing the services as described in this bid; and that have adequate financial support, equipment, and personnel to ensure that they can satisfactorily provide the goods and/or services if awarded a contract under the terms and conditions herein stated. The minimum qualifications for this bid are that the Successful Bidder shall, as of bid due date: All Groups: A. Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. B. Have no record of pending lawsuit or criminal activities and have never been declared bankrupt within the last twelve (12) months prior to bid submission. C. Have adequate financial support, equipment, and organization to ensure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. Group A- Alleyways, Right -of -Ways, and Areas less than 2,500 sq. ft.: Bidders shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, at the time of bid submittal, authorizing said entity to do business within the State of Florida. Group B City -Owned Lots Maintenance: Bidders shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of two (2) consecutive years, authorizing said entity to do business within the State of Florida. B. Have a satisfactory record of performance for at least the last two (2) years prior to bid submission. Group C Median and Main Corridor Landscaping: Bidders shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of three (3) consecutive years, authorizing said entity to do business within the State of Florida. B. Have a satisfactory record of performance for at least the last three (3) years prior to bid submission. C. Hold, for a minimum of two (2) years, or subcontract the following licenses 1. State Certified Pest Control Operator (State of Florida) 2. Certified Irrigation Contractor (State of Florida) License/Certifications shall be provided with the bid response. Group D Traffic Circle Maintenance: Bidders shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of three (3) consecutive years, authorizing said entity to do business within the State of Florida. B. Have a satisfactory record of performance for at least the last three (3) years prior to bid submission. C. Have a current certified license as a General Contractor from the State of Florida Construction Industry License Board for the class of work to be performed, OR the appropriate Certificate of Competency OR the State Contractor's Certificate of Registration as issued by Palm Beach, Broward, Miami -Dade, or Monroe County, which authorizes the Successful Bidder to perform the proposed work. License/Certifications shall be provided with the bid response. D. Hold, for a minimum of two (2) years, or subcontract the following licenses: 1. State Certified Pest Control Operator (State of Florida) 2. Limited Commercial Fertilizer Applicator (State of Florida) 3. Certified Irrigation Contractor (State of Florida) 4. FNGLA issued Certified Landscape Maintenance Technician or Certified Professional Horticulture or Certified Professional Designer or Certified Professional Contractor *Holder of all licenses must be an employee of the Successful Bidder or the subcontractor. Licenses and certifications must be provided in the bid response, including the license of the subcontractor. Group E Park Owned Lots: Bidder shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of two (2) consecutive years, authorizing said entity to do business within the State of Florida. B. Have a satisfactory record of performance for at least the last two (2) years prior to bid submission. 2.7 METHOD OF AWARD Award of this contract will be made to all responsive, responsible bidders who meet the minimum requirements set forth in this solicitation. Awarded Bidders will be placed on a pre -qualified vendors list by Group, identified by the type and size of project to be completed, which will be accessed by the City to obtain spot market quotations to hire services as needed when needed. 2.8 TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for two (2) years with the option to renew for three (3) additional two (2)- year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative, not a right of the Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.9 CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: 1. Continued satisfactory performance compliance with the specifications, terms and conditions established herein. 2. Availability of funds. 2.10 ESCALATION CLAUSE Successful Bidder(s) may request, in writing, including a justification, an adjustment of the prices submitted in the pricing schedules based on changes in the CPI for All Urban Consumers (CPI-U), U.S. City Average, Miami -Ft. Lauderdale, FL., no more than 60 days, but no less than 30 days prior to the yearly contract anniversary. If requested, the pricing schedule may be increased/decreased, if necessary, based on review of the CPI criteria listed above. Any adjustments made will be for the following contract year and will not be combined with previous years that were not requested within the date parameters set above (i.e., rate increase requested within the date parameters above in 2021, if approved will be for year 2022). Should the Successful Bidder(s) not submit their request for any particular year, they will forgo any change in the CPI. The City may, after review, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract upon giving thirty (30) days' notice to the Successful Bidder. The Procurement Department may also, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Successful Bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Successful Bidder(s) that continued performance of the contract would result in a substantial loss. Successful Bidder(s) might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.11 NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Bidder(s) of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any project(s) will be awarded to any firm(s). 2.12 INSURANCE REQUIREMENTS At the time of award, the Successful Bidder(s) shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $1,000,000 Personal Injury $1,000,000 B. Endorsements Required City of Miami listed as an additional insured Contingent and Contractual Liability Premises and Operations Liability Explosion, Collapse and Underground Hazard Primary Insurance Clause Endorsement Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami listed as an additional insured Worker's Compensation A. Limits of Liability Statutory -State of Florida Waiver of subrogation B. Employer's Liability Limits of Liability $1,000,000 for bodily injury caused by an accident, each accident. $1,000,000 for bodily injury caused by disease, each employee $1,000,000 for bodily injury caused by disease, policy limit Umbrella Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $ 2,000,000 Aggregate $ 2,000,000 City of Miami listed as an additional insured. Coverage is excess follow form over the general liability and auto policies. Owners and Contractors Protective Liability A. Limits of Liability Each Occurrence $1,000,000 Policy Aggregate $1,000,000 City of Miami listed as the named insured. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change, or in accordance with policy provisions. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: • The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. Compliance with the foregoing requirements shall not relieve the bidder of their liability and obligation under this section or under any other section of this Agreement. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: 1. Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation For Bid. 2. The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Bidder in conjunction with the General and Special Terms and Conditions of the Solicitation. The Successful Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Bidder. See Attachment A - Insurance Addendum. 2.13 REFERENCES Each bid must be accompanied by a list of three (3) references, by completing Attachment B - Reference Submittal Form. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. These references must be from contracts within the last five (5) years and for services as described in this solicitation. 2.14 CURES Please refer to Section 1.56, Notice Regarding "Cures" of the General Terms and Conditions of this Solicitation as well as Attachment C - APM Regarding Cures, for further clarification of this policy. 2.15 LIVING WAGE ORDINANCE The City of Miami Living Wage Ordinance is applicable to this service contract. Please refer to Section 1.38 of the General Terms and Conditions for further information and guidance on how to comply with this ordinance. 2.16 SPOT MARKET QUOTES Successful pre -qualified Bidders will participate in subsequent spot market quotations as required by the City, on an as -needed or periodic basis. Spot market pricing procedures may be initiated by either a User Depaitnient or the Procurement Department. In general, written spot market quotes will be gathered from all Successful Bidders pre -qualified for a specific category of landscaping services. Spot market quotations will include the technical specification and any additional terms and conditions specific to the landscaping services being requested. The City reserves the right to verify the information submitted by the Successful Bidder and to obtain and evaluate additional information, as it deems necessary, to ascertain the Successful Bidder's conformance to the minimum requirements. The City reserves the right to develop an alternative, streamlined process for awarding short term (one time or 60 days or less) projects due to urgency or other time constraints. Whenever two or more quotes which are equal with respect to price, quality and service are received by the City during a spot market quoting process, the quote received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie quote will be followed if none of the tied Bidder have a drug -free workplace program. Quotes provided as a result of the spot market process shall remain valid for at least 90 days from the due date of the quote request and remain fixed and firm after approval or assignment of the project through the completion of said project. 2.17 PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with the below listed personnel, or designee, who shall be designated as the Project Manager(s) for the City. Group A: Seymour Placide, Assistant Superintendent, Operations Division Group B: Seymour Placide, Assistant Superintendent, Operations Division Group C: Raphael Gonzalez, Right-of-way Aesthetic Division Coordinator, Administration Division Group D: Raphael Gonzalez, Right-of-way Aesthetic Division Coordinator, Administration Division Group E: Yohermo Echeverria, Park Manager 2.18 SUBCONTRACTOR(S) Bidder must list any or all subcontractor(s) that may be utilized to assist in the performance of the work specified herein on Attachment D - Subcontractors, if applicable. Any subcontractor(s) listed must meet the same requirements and submit the same information listed under the Bidder's Minimum Qualifications section. All information required shall be included in the solicitation response. If Bidder does not include any subcontractor(s) as part of its bid submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it is requested in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy-two (72) hours of considering hiring subcontractor(s). The City will grant or deny such request in writing within forty- eight (48) hours of receiving said request. 2.19 RESPONSE TIME A twenty-four (24) hour response time is required. Failure to respond to a service call within the specified time may result in the successful vendor paying any and all costs associated with the repairs performed by a secondary vendor. 2.20 COMPLETED WORK The City shall be notified by the Successful Bidder upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Successful Bidder at no additional charge to the City. The Successful Bidder shall not begin work until a Purchase Order and/or a Notice to Proceed are received. 2.21 PERFORMANCE BOND Prior to commencing any work, the Successful Bidder(s) may be required to submit a Performance Bond equal to 100% of the estimated work required within five (5) days after receiving a written notice from the City. This performance Bond for the satisfactory performance of this Contract. The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be written by a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the Successful Bidder(s). a. Performance Bonds must be maintained until all of the assigned work has been completed and approved by the City in writing. b. If the Surety on any bond furnished by the Successful Bidder(s) is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Florida or it ceases to meet the requirements imposed by the City, the Successful Bidder(s) shall within five (5) calendar days substitute another bond and surety, both of which shall be acceptable to the City. c. If the Bidder cannot obtain another bond and surety within (5) calendar days, the City will accept and the Successful Bidder(s) shall provide an irrevocable letter of credit drawn on a Miami -Dade County, Florida bank until the bond and surety can be obtained. 2.22 METHOD OF PAYMENT Payment will be made within forty-five (45) calendar days, in accordance with Florida Statutes Sections 218.73 and 218.74 of the Prompt Payment Act for services rendered the previous month, upon submission of properly certified/approved invoices. All such information shall be provided to the City Project Manager, or designee. The City will pay the contract price minus any liquidated damages and/or other damages to the Successful Bidder upon completion and acceptance. Damages caused by the Successful Bidder's employees shall be estimated by the City Project Manager, or designee and computed actual costs and repairs shall be deducted from the Successful Bidders total monthly billing. Each invoice shall include total cost, percent (%) retainage, if applicable, proof of payment to subcontractors and suppliers with corresponding release of liens forms and affidavits. 2.23 LIQUIDATED DAMAGES Failure to complete the project in accordance with the specifications and to the satisfaction of the City within the time stated, shall result in liquidated damages being assessed. The Successful Bidder shall be subject to an assessment of liquidated damages in the amount of $100.00 for each and every calendar day the work remains incomplete (not to exceed the total amount of the contract), as compensation due to the City for loss of use and for additional costs incurred by the City due to such incompletion of the work. The City shall have the right to deduct said liquidated damages from any amount due or that may become due to the Successful Bidder under this agreement or to invoice the Successful Bidder for such damages if the costs incurred exceed the amount due to the Successful Bidder. 2.24 CONTRACTOR TO BE REPRESENTED The Successful Bidder, at all times, must either be personally present at the worksite or be represented at the worksite by a responsible agent or agents designated by the Successful Bidder in written notice to the City prior to the beginning of work. Such notification shall include pertinent data such as addresses, phone numbers, etc., where said agent or agents may be contacted at any time of the day or night. The agent or agents shall be clothed with full authority to act for the Successful Bidder in all cases, and to carry out any instructions relative to the work may be given by the City. 2.25 USE OF PREMISES The Successful Bidder shall confine their equipment, apparatus, the storage of materials, and the operation of their workmen to the limits indicated by law, ordinances, permits, or direction of the Project Manager, or designee, and shall not unreasonably encumber the premises with his/her materials. The Successful Bidder shall take all measures necessary to protect their own materials. 2.26 DAMAGES TO PUBLIC/PRIVATE PROPERTY The Successful Bidder shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the Successful Bidder, at their expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done). 2.27 PUBLIC CONVENIENCE AND SAFETY The Successful Bidder shall conduct their work so as to interfere as little as possible with private business or public travel. The Successful Bidder shall, at their own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, and the Successful Bidder shall be liable for all damages occasioned in any way by their actions or neglect or that of their agents or employees. The Successful Bidder shall meet the following noise abatement performance standards for all construction equipment: 1. Between the hours of 6:00 PM and 8:00 AM the following day on weekdays, or at any time on Sundays or holidays, such that the sound therefrom creates a noise disturbance across and at a residential district boundary or within a noise sensitive zone, except for emergency work of public service utilities or by special permission issued pursuant to subsection (c) of City of Miami Ordinance Section 36-6, Construction Equipment. 2. At any other time, such that the sound level at or across a real property boundary exceeds a reading of 0.79 weighted average dBA for the daily period of operation. Such sound levels shall be measured with a sound level meter manufactured according to standards prescribed by the American National Standards Institute. 2.28 SAFETY MEASURES Successful Bidder shall take all necessary precautions for the safety of employees and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs warning against hazards created by their operation and work in progress must be posted. All employees of Successful Bidder shall be expected to wear safety eyewear, appropriate clothing, and hearing protection when and wherever applicable. The Successful Bidder shall use only equipment that is fully operational and in safe operating order. Successful Bidder shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. 2.29 ENVIRONMENTAL REGULATIONS The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder non - responsible if the history of violations warrants such determination in the opinion of the City. 2.30 ADDITIONAL CONTRACTOR(S) OR SUBCONTRACTOR(S) There are no implied or express guarantee that all Successful Bidders under this contract will receive work assignments during any given catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency. However, the City reserves the right to assign work to multiple Successful Bidders at any given point in time, add Contractor(s) who were not part of the initial award to the contract or direct Successful Bidder(s) to hire Subcontractor(s), which may or may not be part of this bid contract, to expedite the clean-up efforts of debris to restore normalcy and order to the lives of City residents, businesses, and general public in an expeditious manner. 2.31 ADDITIONS/DELETIONS OF SERVICES/ITEMS/LOCATIONS Although this Solicitation identifies specific locations/products/items/services/suppliers, it is hereby agreed and understood that any location/product/item/service/suppliers may be added/deleted to/from this Contract at the option of the City. When an additional location/product/item/service to the Contract is required, the supplier shall be invited to submit price quotes for these new product(s). If prices are not competitive or not carried, the City maintains the right to add additional suppliers to the Contract to carry those items required. If these quotes are comparable with market prices offered for similar location/products/items/services, they shall be added to the Contract, whichever is in the best interest of the City, and an addendum and a separate purchase order shall be issued by the City. 2.32 FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare the Successful Bidder in default of the contract or make appropriate reductions in the contract payment. 2.33 TERMINATION FOR DEFAULT If Successful Bidder defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder was not in default or (2) the Successful Bidder's failure to perform is without their or their Subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interest of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Successful Bidder will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.34 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Bidder's authorized signature affixed to the Bidder' s/Proposer's acknowledgment form attests to this. 3.0 Specifications 3.1 SPECIFICATIONS/SCOPE OF WORK I. Introduction BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THE LINE ITEM LISTED IN THE ACTUAL IFB. BIDDERS SHALL COMPLETE ATTACHMENT E, BID SUBMITTAL FORM, TO IDENTIFY WHICH GROUP THE BIDDER IS REQUESTING CONSIDERATION FOR. BIDDERS MAY RESPOND TO ONE OR MORE GROUPS. BIDDER MUST MEET ALL REQUIREMENTS OF EACH GROUP THE BIDDER SELECTS IN ORDER TO BE CONSIDERED AS RESPONSIVE. The City of Miami's ("City") Depailinent of Resilience and Public Works ("Public Works") and Department of Parks and Recreation ("Parks") is in need of fully capable and willing firms to provide landscaping services for the City. The Successful Bidders shall furnish all labor, machinery, tools, modes of transportation, debris disposal, supplies, equipment, materials, water, diesel fuel and services necessary for satisfactory contract performance. Such materials and equipment shall be of suitable type, in good condition and grade for the purpose of this contract. All workmanship, equipment and frequency of services shall be subject to the inspection and direction/approval of the City. This contract covers landscaping services for five (5) groups. The groups are: Group A: Alley ways, Rights -of -Way, and areas less than 2,500 square feet (sq. ft.) Group B: City -Owned Lots Group C: City Medians Group D: Traffic Circles Group E: Park -Owned Lots II. DESCRIPTION OF WORK GROUP A — ALLEY WAYS, RIGHTS -OF -WAY, AND AREAS LESS THAN 2,500 SQFT The following services are to be performed at City designated areas. 1. Mowing, weeding, edging, pruning, trimming, raking, blowing, mulching, herbicide and insecticide. 2. Removal of palm fronds and tree limbs that have fallen on the ground or are dying/brown/unsightly on the tree and litter removal 3. Graffiti removal from street light poles. Reporting of damaged pavement and pavement markings Weekly Litter Removal: Removal of all debris including but not limited to cups, paper, trash, bags, bottles, and palm fronds, in and in close proximity of the alleys, rights -of -way, or designated landscaping area. A list of locations is listed on the following attachments, located in the Header/Attachment section of this solicitation: 1. Attachment F - Alleyways 2. Attachment G - Rights -of -way Frequency of Services Landscaping services shall be executed on an as needed basis. The City's Project Manager will provide a monthly schedule in coordination with the Successful Bidder. The rights -of -way areas shall be maintained once per month. The alleyways shall be maintained on the same day, as scheduled. The City's Project Manager may request additional service days as necessary to maintain the level of aesthetic as required. GROUP B — CITY -OWNED LOTS A lot is defined as any strip of land owned by the City of Miami with or without a swale are in the front side towards the street and any adjacent alleys. Swale maintenance is to be included in the maintenance of the lot. Services to be performed at City designated areas/lots include, but are not limited to: A. Mowing: the mowing of only grassed areas of the designated City properties. B. Miscellaneous Clearing: the removal of vegetative and non -vegetative debris by mechanical means, utilizing heavy equipment if necessary. Debris/Litter is to be removed and hauled from the site to the nearest approved waste facility. Tipping fees are the responsibility of the Successful Bidder. Disposal fees for the removal of excess debris (i.e., illegal dumping, etc.) are the responsibility of the Successful Bidder. C. Tree/Palm Planting: the planting, watering, staking, mulching (Cypress mulch), top soiling, and maintenance of new trees for a one (1) year period. Trees planted within the public right-of-way or within close proximity of sidewalks shall require root barriers such as Root Solutions or an approved equal. Refer to Attachment J — Planting Specifications for additional planting guidelines. See "Tree Quoting" under the Additional Information section below. D. Erecting/Stalking and Bracing Fallen Trees: to be performed on new and fallen trees. Fallen trees will require digging underneath trees and filling the areas with treated planting soil, bracing tree with wood boards and watering for at least one week. Refer to Attachment J — Planting Specifications for additional erecting/stalking/bracing guidelines. E. Stump Removal: the removal and disposal of tree stumps of different sizes, including the roots of said stump. Surface restoration including topsoil and filling material shall be included in the stump removal process. F. Sodding: the installation of St. Augustine (Floratem) grass as needed, per the direction of the City. Refer to Attachment K — Sodding Specifications for additional sodding guidelines. G. Herbicide/Insect Spraying: the spraying of herbicide to all City parcels and miscellaneous lot as listed in Attachment H — Locations. H. Crush Limerock: the installation of fine sand (crushed limerock) at eroded areas in the swale and medians of the public rights -of -way. Watering of the sand is required for dust control. I. Hedge Trimming and Plant Bed Maintenance — trimming of hedges and upkeep of plant beds as applicable. City Lot Locations See Attachment H, City Lot locations for addresses, lot size information, and service frequency. Frequency of Services All listed City parcels and miscellaneous lots shall be maintained on a monthly basis. The City's Project Manager may request some lots be maintained more frequently, on an as needed basis. GROUP C — MEDIANS/MAIN CORRIDORS The Successful Bidder shall furnish all labor, machinery, tools, modes of transportation, debris disposal, supplies, equipment, materials, water, diesel fuel and services necessary to perform the complete landscaping maintenance of the medians, swales, and sidewalks. Complete landscaping maintenance service includes, but is not limited to the following: 1. Mowing, weeding, edging, pruning, trimming, raking, blowing, mulching, herbicide and insecticide. 2. Removal of palm fronds and tree limbs that have fallen on the ground or are dying/brown/unsightly on the tree. 3. Watering of medians and swales. Pruning: Shrubs shall be trimmed as needed to provide an informal shape, fullness, and bloom. Trees shall be free of all dead (browned) fronds and branches. Cut and remove the seeds and fronds that are pointing downward that are browning or yellowing. Mulching and Fertilizer: Includes all labor, materials, equipment, and supplies. All mulching shall be completed in accordance with Attachment J, Planting Specifications. Any fertilizer used shall comply with Attachment L - City of Miami Ordinance No. 13896, Green Initiatives. Tree planting: All trees/palms that are planted shall be a minimum of 4" diameter at breast height (d.b.h.), unless otherwise approved by the City. All trees/palms shall be guaranteed for one (1) year from the date of acceptance by the City. If said tree/palm becomes diseased, etc. it shall be replaced at no cost to the City. See Attachment J - Planting Specifications. Tree planting services shall include the removal of the trees being replaced. Tree/Stump removal services/pricing shall not apply to this service. The labor rate for tree planting services shall be inclusive of all materials, equipment, supplies, and labor costs. Shrub planting: All shrub planting shall adhere to the specifications described in Attachment J, Planting Specifications. ALL TREES/PALMS, SHRUBS, AND GROUND COVER SHALL FIRST BE QUOTED TO BE APPROVED BY THE CITY. NO TREES SHALL BE PURCHASED AND PLANTED UNTIL WRITTEN APPROVAL HAS BEEN RECEIVED FROM THE CITY BY THE SUCCESSFUL BIDDER(S). THE CITY RESERVES THE RIGHT TO PURCHASE AND/OR PLANT TREES, SHRUBS, AND OTHER PLANT MATERIAL, INDEPENDENTLY OF THIS CONTRACT. SUCCESSFUL BIDDER MAY BE REQUIRED TO PLANT MATERIALS PURCHASED AND SUPPLIED BY THE CITY. Removal of trees or stumps: All removal of trees and stumps shall be according to the most efficient and safest industry standards. Removal of trees/stumps pricing shall only apply to a request that does not include the replanting of a tree in same service request. Sodding: Includes all labor, materials, equipment, and supplies. All sodding shall be completed in accordance with Attachment K, Sodding Specifications. Topsoil: Includes labor, material, equipment and supplies to install a 50/50 mix topsoil product. Installation shall be in accordance with Attachment J, Planting Specifications. Weekly Litter Removal: Removal of all debris including but not limited to cups, paper, trash, bags, bottles, and palm fronds, in and in close proximity of the traffic circles, corresponding round about areas and traffic separators. Pressure Cleaning: Use of pressurized water to clean requested areas. Service is to occur every three (3) months or as requested by the City. Irrigation system inspection: Any applicable irrigation system shall be inspected and tested to ensure the system is in proper working condition. This includes the electrical components and the preparation of a list of recommended repairs on a monthly basis. Repairs will be approved on an as needed basis by the City. Systems to be tested are: (1) Martin Luther King, Jr. Boulevard Median — NW 5th place to NW 12th Avenue (2) Broadway Circle Fountains — SW 15th Road and South Miami Avenue (3) Along Brickell Avenue - 15th Road East Median, 25th Road East Median, and Brickell Bay Drive Irrigation repair services may be subcontracted to a licensed subcontractor, however all subcontractors shall be approved by the City prior to services being started. See Attachment M - Irrigation Specification. Median/Main Corridors Locations CORAL WAY MEDIANS Services are to be completed at the following right of ways: Coral Way between SW 3rd Avenue and SW 37th Avenue SW 13th Avenue between Coral Way and SW 21st Terrance SW 3rd Avenue between Coral Way and US-1 BRICKELL AVE MEDIANS Services are to be completed at the following right of ways: Brickell Ave Between SE 5th Street and SE 26th Road Brickell Bay Drive (Swale/Sidewalk) Between SE 14th Street and SE 15th Road — Bayside Only SE 15th Road Median Between Brickell Ave and Brickell Bay Drive SE 25th Road Between Brickell Ave and Biscayne Bay CALLE OCHO/CUBAN MEMORIAL BOULEVARD Services are to be completed at the following right of ways: SW 8th Street, Beginning at SW 4th Avenue through SW 27th Avenue SW 13th Ave, Between SW 8th Street and SW 21st Terrace MARTINLUTHER KING BOULEVARD In addition to the services listed in Section I, Services Covered, the pressure cleaning of seven (7) linear parks, including the 1800 sq ft of decorative brick pavers shall be completed once every three (3) months, or as specified by the City. This includes, but not limited to, the 26 wood benches, 1 concrete bench, 12 concrete seats and 10 trash containers. Services are to be completed at the following right of ways: A. Dr. Martin Luther King Jr Boulevard (NW 62nd Street) between NW 5th Place and NW 12th Avenue Frequency of Services Landscaping services shall be executed on an as needed basis. The City's Project Manager will provide a monthly schedule in coordination with the Successful Bidder(s). All medians shall be maintained on the same day as scheduled. Services will be executed a minimum of 26 times a year. The City's Project Manager may request additional service days as necessary to maintain the level of aesthetic as required. Line Service Quantity Unit Of No. Measure 1 Median Maintenance Services 26 CYCLES 2 Litter Pick-up 52 CYCLES 3 Irrigation and Electrical System Inspection and Testing 12 MONTHS 4 Pressure Cleaning Linear Parks 4 CLEANINGS GROUP D — TRAFFIC CIRCLES The Successful Bidder shall furnish all labor, machinery, tools, modes of transportation, debris disposal, supplies, equipment, materials, water, diesel fuel and services necessary to perform the complete landscaping maintenance of the traffic circles. Complete landscaping maintenance service includes, but is not limited to the following: 1. Mowing, weeding, edging, pruning, trimming, raking, blowing, mulching, herbicide, and insecticide 2. Removal of palm fronds and tree limbs that have fallen on the ground or are dying/brown/unsightly on the tree 3. Watering of the circles Pruning: Shrubs shall be trimmed as needed to provide an informal shape, fullness, and bloom. Trees shall be free of all dead (browned) fronds and branches. Cut and remove the seeds and fronds that are pointing downward that are browning or yellowing. Mulching and Fertilizer: Includes all labor, materials, equipment, and supplies. All mulching shall be completed in accordance with Attachment J, Planting Specifications. Any fertilizer used shall comply with Attachment L - City of Miami Ordinance No. 13896, Green Initiatives. Tree planting: All trees/palms that are planted shall be a minimum of 4" diameter at breast height (d.b.h.), unless otherwise approved by the City. All trees/palms shall be guaranteed for one (1) year from the date of acceptance by the City. If said tree/palm becomes diseased, etc. it shall be replaced at no cost to the City. The guarantee for the newly replacement tree will commence from the date of the replacement and last one (1) year. See Attachment J - Planting Specifications. Tree planting services shall include the removal of the trees being replaced. Tree/Stump removal services/pricing shall not apply to this service. The labor rate for tree planting services shall be inclusive of all materials, equipment, supplies, and labor costs. Shrub planting: All shrub planting shall adhere to the specifications described in Attachment J, Planting Specifications. ALL TREES/PALMS, SHRUBS, AND GROUND COVER SHALL FIRST BE QUOTED TO BE APPROVED BY THE CITY. NO TREES SHALL BE PURCHASED AND PLANTED UNTIL WRITTEN APPROVAL HAS BEEN RECEIVED FROM THE CITY BY THE SUCCESSFUL BIDDER(S). THE CITY RESERVES THE RIGHT TO PURCHASE AND/OR PLANT TREES, SHRUBS, AND OTHER PLANT MATERIAL, INDEPENDENTLY OF THIS CONTRACT. SUCCESSFUL BIDDER MAY BE REQUIRED TO PLANT MATERIALS PURCHASED AND SUPPLIED BY THE CITY. Removal of trees or stumps: All removal of trees and stumps shall be according to the most efficient and safest industry standards. Removal of trees/stumps pricing shall only apply to a request that does not include the replanting of a tree in same service request. Sodding: Includes all labor, materials, equipment, and supplies. All sodding shall be completed in accordance with Attachment K, Sodding Specifications. Topsoil: Includes labor, material, equipment and supplies to install a 50/50 mix topsoil product. Installation shall be in accordance with Attachment J, Planting Specifications. Weekly Litter Removal: Removal of all debris including but not limited to cups, paper, trash, bags, bottles, and palm fronds, in and in close proximity of the traffic circles, corresponding round about areas and traffic separators. Traffic Circle Locations Traffic Circle locations are separated into various regions. See Attachment I - Traffic Circle Locations, for cross streets of traffic circles to be serviced. The City reserves the right to award traffic circles by region. Frequency of Service Landscaping services shall be executed on an as needed basis. Successful Bidder shall provide a monthly schedule in coordination with the City's Project Manager. All traffic circles shall be maintained on the same day, as scheduled. Services will be executed a minimum of 26 times a year. Line Service Quantity Unit Of No. Measure 1 Traffic Circles Maintenance Services 26 CYCLES 2 Litter Pick-up 52 CYCLES GROUP E — PARK -OWNED LOTS The following services are to be performed at the City's Park -owned designated lots. A lot is defined as any strip of land owned by the City of Miami with or without a swale are in the front side towards the street and any adjacent alleys. Swale maintenance is to be included in the maintenance of the lot. The services to be provided include but are not limited to: A. Mowing: The mowing of only grassed areas of the designated parcels/locations listed in Attachment N. B. Miscellaneous Lot Clearing: the removal of vegetative and non -vegetative debris by mechanical means, utilizing heavy equipment if necessary. Debris/Litter is to be removed and hauled from the site to the nearest approved waste facility. Tipping fees are the responsibility of the Successful Bidder. Disposal fees for the removal of excess debris (i.e., illegal dumping, etc.) are the responsibility of the Successful Bidder C. Hedge Trimming and Plant Bed Maintenance: Trimming of hedges and upkeep of plant beds as applicable. D. Line trimming: A handheld power line trimmer shall be used to trim grass around trees, poles, utilities and anywhere that it is unable to be mowed. A line trimmer or "weed eater" shall never be used to trim hedges. E. Blowing: Grass clippings and vegetative debris is to be blown from the walkways and sidewalks within and around the lots. Material shall NOT be blown into the street. Frequency All listed Park lots shall be maintained on a monthly basis. The City's Project Manager may request some areas/lots be maintained more frequently on an as needed basis to maintain the required aesthetic of the community. Park -Owned Lots All Park -owned lots are located on Attachment N — Park -Owned Lots and Parcels. The City reserves the right to add or delete locations as necessary. III. ADDITIONAL INFORMATION Tree Quotes All trees shall be quoted on an as needed basis. The City reserves the right to purchase direct any and all plant material inclusive of all trees, sodding, or otherwise. Fencing When executing any excavations, the Successful Bidder shall install fencing around the area. Fencing shall be a 4ft high minimum, 6-gauge, heavy-duty chain link fence with an adequate number of fence posts to maintain the fence in an upright and taut position. All fencing quotes shall be pre -approved before starting the work. Said fencing quotes must be invoiced on the same invoice that the excavation is invoiced on. The City reserves the right to utilize a separate contractor to provide any fencing services. Permits For this contract, Public Works or Parks will issue "no -fee" permits for all tree and excavation projects. The Successful Bidder will be responsible for obtaining the permits from Public Works or Parks prior to the start of any services that require them. Public Access During any improvement construction, safe access shall be provided by the Successful Bidder to the entrances of all residences and business establishments. The methods used to allow access will be determined by the Successful Bidder with the approval of the City's Project Manager or designee. Maintenance of Established Landscaping Existing trees on private property and in the public right of way are to be protected while work is in progress. Trimming of trees is not allowed without prior approval of the City's Project Manager. Landscaping and structures on existing private property adjacent to the project area shall be maintained. If any replacements are needed, the replacements shall be of equal or better quality. See section titled "Tree Quotes", above, regarding the replacement of any trees or plant material. Frequency The City's Project Manager(s) will determine the schedule on a project -by -project basis. The City's Project Manager may request some areas be maintained more frequently on an as needed basis. See each Group's scope of work for additional information on the frequency of that Group. IV. INSPECTION PROCESS Once services are completed, the Successful Bidder may be required to take pictures to submit with any invoices. In addition, the Successful Bidder shall immediately email and call the City's Project Manager to advise that the service area was completed. V. INVOICING Successful Bidder shall provide invoices with pictures no later than the 5th of the month for the previous month's services. Submitting invoices later than the specified date may cause delays in payment. On the invoice the Successful Bidder shall provide: A. Date(s) of services B. Area(s) of services C. Contract number (Contract No. 1380386) D. List of services completed E. Pricing F. Supporting documentation such as invoices providing costs for additional services (trees, etc.) G. Payment to subcontractors and/or suppliers with corresponding release of liens forms and affidavits if applicable ATTACHMENT A INSURANCE ADDENDUM INSURANCE DEFINITIONS, REQUIREMENTS AND CONDITIONS The VENDOR/CONTRACTOR agrees to provide and maintain throughout the life of this contract and at Vendor/Contractor's expense insurance coverage outlined herewith as applicable insuring all operations related to the contract and any extensions thereof. Workers Compensation and Employers Liability Statutory and subject to the Laws of the State of Florida. This coverage protects against lawsuits stemming from workplace accidents. It provides for medical care to injured employees, along with compensation for lost income. Commercial General Liability It protects against accidents and injuries that occur on company property or the property of a customer. It compensates an injured person or owner of property for injuries and property damages, and the cost of defending lawsuits, including legal settlements or investigations. This policy also covers claims resulting from products exposures, libel, slander, copyright infringement and other personal and advertisement injuries. Commercial Automobile Liability It protects against liability, no fault, medical payments, uninsured and underinsured motorists claims, collision and other than collision physical damage. In addition, this policy affords coverage on autos that are hired or borrowed or non -owned for use in the business. The non -owned can be autos owned by employees or members of their households. Non Owned Auto exposures can be endorsed or added under the Commercial General Liability Policy. Professional/Errors and Omissions Liability Used by many professionals such as engineers, lawyers, accountants, stock brokers, financial advisers, insurance agents, court reports, dentists, nurses and teachers. It protects against the financial effects of liability lawsuits filed by clients. It basically protects professionals who cause harm to a client due to incompetence, errors or negligence. Umbrella Liability It protects against liability and losses after primary insurance benefits have been exhausted. This supplemental coverage kicks in only after the underlined liability policies have paid their maximum benefits. Environmental Liability It protects against the financial costs of claims of injury or damage due to pollution, and other costs of cleaning up pollutants. These policies are designed to cover both property and liability risks. Directors and Officers Liability This coverage protects against claims from stockholders, employees and clients that are also aimed individually at directors and officers. These claims typically stem from errors in judgement, breaches of duty and wrongful acts in connection with company business. Cyber Liability It protects against costs of the theft, destruction or unauthorized use of electronic data through computer viruses or network intrusions. It also adds protection to a business against such costs if a business fails to safeguard another party's electronic data. Companies sharing data outside their internal network benefit from this coverage Commercial Property It protects against claims or damages to the insured's buildings, business personal property and personal property of others. It can also provide for loss of business income coverage or extra expenses incurred because of physical loss by a covered peril to the insured's property. Commercial Crime It protects against loss of money, securities and other property because of a variety of criminal acts such as employee theft or embezzlement, burglary, robbery, forgery, computer fraud, kidnapping and extortion. Crime insurance also covers money and securities against damage or destruction by almost any cause of loss, not just crime. Builders Risk It protects against damage to or destruction of buildings or other structures during their construction. Any party with a financial interest in a construction, remodeling, or repair project benefits from this coverage. Surety Bonds Surety bonds are three party contracts. The principal, the party that undertakes the obligation, pays for the issuance of a bond by a surety company. The bond provides capital to guarantee the obligation will be performed. The obligee is the party that receives the benefit of the bond If the obligation is improperly performed. Valuable Papers It pays for the cost to reconstruct damaged or destroyed valuable papers and records. Typically is defined to include almost all forms of printed documents or records with the exception of money or securities, and data and media which is usually excluded. Additional Requirements The Vendor/Contractor must furnish the City of Miami, Department of Procurement, and Risk Management located at 444 S.W. 2nd Avenue Miami, Florida 33130, original Certificates of insurance to be in force on the date of this Contract, and Renewal Certificates of insurance thereafter. All policies indicated on the certificate must be in compliance with all Contract requirements. The failure of the City to obtain the applicable or corresponding certificates from Contractor is not a waiver by the City of any requirements for the Vendor/Contractor. The Vendor/Contractor must furnish Certificates insurance listing the City of Miami as an additional insured. All insurance certificates must be signed, dated and reference the City contract number. The insurance must provide for sixty (30) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non -renewed. Any deductibles or self -insured retentions on referenced insurance coverages must be borne by Vendor/Contractor. The Vendor/Contractor further agrees to have insurers waive their rights of subrogation against the City of Miami, its employees, elected officials, agents, or representatives. The coverages and limits furnished by Vendor/Contractor in no way limit the Vendor/Contractor's liabilities and responsibilities specified within the Contract or law. Any insurance or self-insurance programs maintained by the City of Miami shall not contribute with insurance provided by the Vendor/Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If the Vendor/Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or Limited Liability Company and each of its separate constituent entities as named insureds. The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless otherwise specified in this Contract. If the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Miami Risk Management Department maintains and reserves the right to modify, delete, alter or change these requirements. I Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool 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. Citv/1GI nager/Desi SIGNATURE CITY OF MIAMI logE 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 ("DoIt"), Procurement has identified the process of curing as the cause of significant delays in formal solicitation process. When proposals and bids require a cure, Procurement sends out a "Notice to Cure" to Proposers and Bidders who are then given additional time to correct, complete, and re -submit the required documents. The process of curing is time intensive and delays the procurement of necessary goods and services for the City; it prolongs the due diligence review period and it stalls and delays the evaluation and selection process, resulting in the extension of time between the issuance of an RFP, RFQ, RFLI, IFB, ITB, ITQ, or RFS solicitation and its award date. City of Miami APM 2-19 Elimination of Curing Irregularities in Documents Submitted for RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS Eliminating the process of curing will streamline and improve the overall procurement solicitation process while making it more efficient by removing a source of delay, and more effective by concentrating due diligence reviews only on complete and responsive proposals and bids. Additionally, it is not a common procurement industry practice to allow cures. Other local public agencies such as Miami -Dade County and the Miami -Dade County Public School System do not presently allow cures in such similar instances. GUIDELINES: Procurement will only review and evaluate proposals and bids that have been deemed responsive. Responsive bids and proposals responses are defined by our Procurement Code.' Prospective Proposers and Bidders should understand that non -responsive proposals or bids will not be reviewed and will be eliminated from the evaluation and selection process. The City will not consider the curing of any proposal or bid that fail to meet the minimum qualifications or submission requirements of an RFQ, RFP, RFLI, IFB, ITB, ITQ, or RFS as applicable. Material deficiencies, deviations, irregularities, omissions, and/or technicalities are not waivable. Proposals and bids submitted with deficiencies, irregularities, omissions, and/or technicalities that deviate from the minimum qualifications and/or submission requirements for RFQs, RFPs, RFLIs, IFBs, ITBs, ITQs and RFS shall result in a non -responsive determination. The following list includes, but is not limited to, proposal and bid deficiencies, deviations, irregularities, omissions, and/or technicalities that shall result in a non -responsive determination for any solicitation issued on or after May 6, 2019: If a proposal or bid is missing forms, or contains unnotarized forms, unsigned forms, incorrect forms, or forms signed by any individual, other than the Proposer or Bidder, Proposer's or Bidder's team members, and/or individuals attesting to the stated project experience, the Proposer or Bidder will not be given time to cure the proposal or bid, and the City shall deem such proposal or bid non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations not listed above. Such minor deficiencies, deviations, irregularities, omissions, or technicalities may be timely cured by the Proposer or Bidder, at the sole discretion of the City. Material (i.e. substantial or notable) deficiencies, deviations, irregularities, omissions, or technical issues cannot be cured by the Proposer or Bidder and are not waivable by the City. For illustrative guidance please see below an excerpt from State of Florida procurement instructions which discuss the difference in plain language between material and minor variances. Responsive bidder, proposer, offeror, or respondent means a business which has submitted a bid, offer, proposal, quotation or response which conforms in all material respects to the solicitation. Sec. 18-73, City Code. (Excerpt from 2012 WL 1155290 (F1a.Div.Admin.Hrgs.) Mandatory Responsiveness Requirements: Terms, conditions or requirements that must be met by the proposer to be responsive to this RFP. The responsiveness requirements are mandatory. Failure to meet the responsiveness requirements will cause rejection of a proposal. Any proposal rejected for failure to meet mandatory responsiveness requirements will not be evaluated. 2 City of Miami APM 2-19 Elimination of Curing Irregularities in Documents Submitted for RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS 1.15 Material Deviations: The Department has established certain requirements with respect to proposals to be submitted by Proposers. The use of shall, must or will (except to indicate simple futurity) in this RFP indicates a requirement or condition which may not be waived by the Department except where any deviation therefore is not material. A deviation is material if, in the Department's sole discretion, the deficient response is not in substantial accord with this RFP's requirements, provides an advantage to one Proposer over other Proposers, or has a potentially significant effect on the quantity or quality of items or services proposed, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a response. Because this is an RFP, the Department will apply this definition liberally in reviewing responses in regard to service delivery. 1.16 Minor Irregularity: A variation from the RFP terms and conditions which does not affect the price proposed or gives the proposer an advantage or benefit not enjoyed by the other proposers or does not adversely impact the interests of the Department. 3 Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: Name of Individual Completing Form: Date: Signature: IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name Business Address Business Representative Primary Contact (REQUIRED) Contact Name: E-mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Secondary Contact (OPTIONAL) Secondary Contact: E-mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: ❑ Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance ❑ Group B — City Lot Landscaping Maintenance ❑ Group C — City Median/Main Corridor Landscaping ❑ Group D — Traffic Circle Landscaping Maintenance ❑ Group E — Parks -Owned Lot Landscaping Maintenance ❑ AII Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL Label Index From To Between St 1 Between St 2 Dist 1 9J3 NE 3 CT WEST DEADEND NE 78 ST NE 79 ST 5 2 9E1 NE 3 AVE WEST DEAD END NE 80 ST NE 80 TER 5 3 9F1 NE 80 ST NE 81 ST BISCAYNE BLVD NE 5 AVE 5 4 9G1 NE 79 ST NE 80 ST BISCAYNE BLVD NE 7 AVE 5 5 9G6 NE 7 AVE 9G1 NE 79 ST NE 80 ST 5 6 9G2 NE 80 ST NE 81 ST BISCAYNE BLVD NE 7 AVE 5 7 9G3 NE 81 ST NE 82 ST BISCAYNE BLVD NE 7 AVE 5 8 9G4 NE 82 ST NE 82 TER BISCAYNE BLVD NE 7 AVE 5 9 9G5 NE 82 TER NE 83 ST BISCAYNE BLVD NE 7 AVE 5 10 9L1 NE 75 ST NE 76 ST BISCAYNE BLVD NE 6 CT 5 11 9L2 NE 76 ST NE 77 ST BISCAYNE BLVD NE 6 CT 5 12 9Q1 NE 72 TER SOUTH DEAD END BISCAYNE BLVD NE 6 CT 5 13 9Q2 NE 72 TER NE 73 ST BISCAYNE BLVD NE 6 CT 5 14 9Q3 NE 74 ST NE 75 ST BISCAYNE BLVD NE 6 CT 5 15 10H1 NE 1 AVE EAST DEAD END NE 79 ST NE 80 TER 5 16 10H2 NE 80 TER 10H1 NE 1 AVE NE 2 AVE 5 17 10H3 NE MIAMI CT NE 1 AVE NE 79 ST NE 80 TER 5 18 10K7 NW 4 CT NW 4 AVE NW 77 ST NW 79 ST 5 19 10M1 NE 78 ST NE 79 ST NE 1 AVE NE 2 AVE 5 20 10N1 NW 5 PL WEST DEAD END NW 5 PL NW 6 AVE 5 21 10M6 NE 78 ST NE 79 ST NE 1 AVE NE 2 AVE 5 22 12A1 NW 70 ST NW 71 ST NW 14 AVE NW 15 AVE 5 23 12A2 NW 69 TER NW 70 ST NW 14 AVE NW 15 AVE 5 24 12A3 NW 69 ST NW 69 TER NW 14 AVE NW 15 AVE 5 25 12A4 NW 68 TER NW 69 ST NW 14 AVE NW 15 AVE 5 26 12A5 NW 68 ST NW 68 TER NW 14 AVE NW 15 AVE 5 27 12A6 NW 67 ST NW 68 ST NW 14 AVE NW 15 AVE 5 28 12A7 NW 70 ST NW 71 ST NW 15 AVE NW 17 AVE 5 29 12A8 NW 69 TER NW 70 ST NW 15 AVE NW 17 AVE 5 30 12A9 NW 69 ST NW 69 TER NW 15 AVE NW 17 AVE 5 31 12A10 NW 68 TER NW 69 ST NW 15 AVE NW 17 AVE 5 32 12Al2 NW 67 ST NW 68 ST NW 15 AVE NW 17 AVE 5 33 12A11 NW 68 ST NW 68 TER NW 15 AVE NW 17 AVE 5 34 12AR2 NW 18 AVE NW 17 AVE NW 54 ST NW 55 ST 5 35 12AR1 NW 19 AVE NW 18 AVE NW 54 ST NW 55 ST 5 36 12D1 NW 70 ST NW 71 ST NW 7 AVE NW 8 AVE 5 37 12D2 NW 69 ST NW 70 ST NW 7 AVE NW 8 AVE 5 38 12E1 NW 66 ST NW 67 ST NW 15 AVE NW 17 AVE 5 39 12E2 NW 65 ST NW 66 ST NW 15 AVE NW 17 AVE 5 40 12E3 NW 64 ST NW 65 ST NW 15 AVE NW 17 AVE 5 41 12E4 NW 63 ST NW 64 ST NW 15 AVE NW 17 AVE 5 42 12E5 NW 62 TER NW 63 ST NW 15 AVE NW 17 AVE 5 43 12E6 NW 62 ST NW 62 TER NW 15 AVE NW 17 AVE 5 44 12J1 NW 14 AVE NW 15 AVE NW 61 ST NW 62 ST 5 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 45 12L1 NW 10 AVE NW 11 AVE NW 61 ST NW 62 ST 5 46 13G1 NW 62 ST NW 64 ST NW 1 CT NW 1 AVE 5 47 14E1 NE 61 ST NE 62 ST NE 2 AVE NE 3 AVE 5 48 14K3 NE 4 CT NE 5 AVE NE 59 ST NE 60 ST 5 49 16E1 NW 5 AVE NW 6 AVE NW 49 ST NW 50 ST 5 50 16E2 NW 5 AVE NW 6 AVE NW 48 ST NW 49 ST 5 51 16E3 NW 5 AVE NW 6 AVE NW 47 TER NW 48 ST 5 52 16E4 NW 5 AVE NW 6 AVE NW 47 ST NW 47 TER 5 53 16E5 NW 5 AVE NW 6 AVE NW 46 ST NW 47 ST 5 54 16E6 NW 6 CT NW 7 AVE NW 49 ST NW 50 ST 5 55 16E7 NW 6 CT NW 7 AVE NW 48 ST NW 49 ST 5 56 16E8 NW 6 CT NW 7 AVE NW 47 TER NW 48 ST 5 57 16E9 NW 6 CT NW 7 AVE NW 47 ST NW 47 TER 5 58 16E10 NW 6 CT NW 7 AVE NW 46 ST NW 47 ST 5 59 16J1 NW 6 CT NW 7 AVE NW 45 ST NW 46 ST 5 60 16J2 NW 6 CT NW 7 AVE NW 44 ST NW 45 ST 5 61 16J3 NW 6 CT NW 7 AVE NW 43 ST NW 44 ST 5 62 16J6 NW 5 AVE NW 6 AVE NW 45 ST NW 46 ST 5 63 16J7 NW 5 AVE NW 6 AVE NW 44 ST NW 45 ST 5 64 16J8 NW 5 AVE NW 6 AVE NW 43 ST NW 44 ST 5 65 16J9 NW 5 AVE NW 6 AVE NW 42 ST NW 43 ST 5 66 16J10 NW 5 AVE NW 6 AVE NW 41 ST NW 42 ST 5 67 16N6 NW 5 AVE NW 6 AVE NW 40 ST NW 41 ST 5 68 16P1 NW 3 AVE NW 5 AVE NW 40 ST NW 41 ST 5 69 16P2 NW 3 AVE NW 5 AVE NW 39 ST NW 40 ST 5 70 16P6 NW 2 AVE NW 3 AVE NW 40 ST NW 41 ST 5 71 16P7 NW 2 AVE NW 3 AVE NW 39 ST NW 40 ST 5 72 16P10 NW 2 AVE NW 3 AVE NW 37 ST NW 36 ST 5 73 16P8 NW 2 AVE NW 3 AVE NW 38 ST NW 39 ST 5 74 16Q1 NW 1 AVE NW 2 AVE NW 40 ST NW 41 ST 5 75 16Q3 NW 1 AVE NW 2 AVE NW 38 ST NW 39 ST 5 76 16Q5 NW 1 AVE NW 2 AVE NW 36 ST NW 37 ST 5 77 16Q2 NW 1 AVE NW 2 AVE NW 39 ST NW 40 ST 5 78 16Q6 N MIAMI AVE NW 1 AVE NW 40 ST NW 41 ST 5 79 16Q7 N MIAMI AVE NW 1 AVE NW 39 ST NW 40 ST 5 80 16Q8 N MIAMI AVE NW 1 AVE NW 38 ST NW 39 ST 5 81 16Q10 N MIAMI AVE NW 1 AVE NW 36 ST NW 37 ST 5 82 16R1 NE 41 ST 16R2 NE 1 AVE NE 2 AVE 5 83 16R2 NE 1 AVE 16R1 NE 40 ST NE 41 ST 5 84 16R3 N MIAMI AVE NE 1 AVE NE 40 ST NE 41 ST 5 85 16R4 NE MIAMI CT EAST DEAD END NE 38 ST NE 39 ST 5 86 16R7 NE 36 ST NE 38 ST NE 1 CT NE 2 AVE 5 87 17B1 NW 12 AVE NW 13 AVE NW 50 ST NW 51 ST 5 88 17B2 NW 12 AVE NW 13 AVE NW 51 ST NW 51 TER 5 89 17B3 NW 12 AVE NW 13 AVE NW 51 TER NW 52 ST 5 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 90 17B4 NW 12 AVE NW 13 AVE NW 52 ST NW 53 ST 5 91 17B5 NW 12 AVE NW 13 AVE NW 53 ST NW 54 ST 5 92 17B6 NW 13 AVE NW 14 AVE NW 50 ST NW 51 ST 5 93 17B7 NW 13 AVE NW 14 AVE NW 51 ST NW 51 TER 5 94 17B9 NW 13 AVE NW 14 AVE NW 52 ST NW 53 ST 5 95 17B10 NW 13 AVE NW 14 AVE NW 53 ST NW 54 ST 5 96 17B8 NW 13 AVE NW 14 AVE NW 51 TER NW 52 ST 5 97 17G1 NW 10 AVE NW 11 AVE NW 46 ST NW 47 ST 5 98 17G2 NW 10 AVE NW 11 AVE NW 47 ST NW 47 TER 5 99 17G4 NW 10 AVE NW 11 AVE NW 48 ST NW 49 ST 5 100 17G5 NW 10 AVE NW 11 AVE NW 49 ST NW 50 ST 5 101 17H6 NW 8 AVE NW 10 AVE NW 46 ST NW 47 ST 5 102 17H7 NW 8 AVE NW 10 AVE NW 47 ST NW 47 TER 5 103 17H8 NW 8 AVE NW 10 AVE NW 47 TER NW 48 ST 5 104 17H9 NW 8 AVE NW 10 AVE NW 48 ST NW 49 ST 5 105 17H10 NW 8 AVE NW 10 AVE NW 49 ST NW 50 ST 5 106 17N3 NW 40 ST NW 41 ST NW 15 AVE NW 16 AVE 5 107 17Q1 NW 10 AVE NW 11 AVE NW 36 ST NW 37 ST 5 108 17G3 NW 10 AVE NW 11 AVE NW 47 TER NW 48 ST 5 109 17Q2 NW 11 AVE WEST DEAD END NW 36 ST NW 37 ST 5 110 17AD1 NW 18 AVE NW 19 AVE NW 53 ST NW 54 ST 5 111 19D1 NW 17TH AVE NW 18TH AVE NW 35ST ST NW 36ST ST 1 112 19G1 NW 21ST AVE DEAD END NW 19TH AVE NW 21ST AVE 1 113 19H3 NW 30TH ST DEAD END NW 17TH AVE NW 18TH AVE 1 114 19H5 NW 31ST ST NW 32ND ST NW 17TH AVE NW 18TH AVE 1 115 19J1 NW 23RD ST NW 24TH ST NW 26TH AVE NW 27TH AVE 1 116 19J2 NW 24TH ST NW 26TH ST NW 25TH AVE NW 27TH AVE 1 117 20A2 NW 14TH AVE NW 15TH AVE NW 35TH ST NW 36TH ST 1 118 20A5 NW 34TH ST NW 35TH ST NW 15TH AVE NW 17TH AVE 1 119 20A6 NW 35TH ST NW 36TH ST NW 15TH AVE NW 17TH AVE 1 120 20A4 NW 15TH AVE ALLEY 20A4 NW 15TH AVE NW 17TH AVE 1 121 20E1 NW 17TH AVE ALLEY 20E2 NW 15TH AVE NW 17TH AVE 1 122 20E2 NW 29TH ST ALLEY 20E1 NW 15TH AVE NW 17TH AVE 1 123 20F1 NW 12TH AVE NW 13TH AVE NW 28TH ST NW 29TH ST 1 124 20H2 NW 29TH ST NW 30TH ST NW 7TH AVE NW 8TH AVE 1 125 20J4 NW 26TH ST NW 27TH ST NW 15TH AVE NW 17TH AVE 1 126 20J6 NW 15TH AVE 20J5(b) NW 15TH AVE NW 17TH AVE 1 127 20N2 NW 21ST ST NW 21ST TER NW 15 AVE NW 17 AVE 1 128 20P7 NW 22ND ST NORTH DEAD END NW 12TH AVE NW 13TH AVE 1 129 20R1 NW 8 AVE EAST DEAD END NW 20TH ST NW 21ST ST 1 130 21AJ1 BISCAYNE BLVD NE 2ND AVE NE 27TH ST NE 28TH ST 2 131 21B1 NW 2 AVE NW 3 AVE NW 32 ST NW 33 ST 5 132 21B2 NW 2 AVE NW 3 AVE NW 33 ST NW 34 ST 5 133 21B4 NW 2 AVE NW 3 AVE NW 34 ST NW 35 ST 5 134 21B3 NW 2 AVE NW 3 AVE NW 34 TER NW 34 ST 5 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 135 21B5 NW 2 AVE NW 3 AVE NW 35 ST NW 36 ST 5 136 21C1 NW 32 ST NW 33 ST N MIAMI AVE NW 1 AVE 5 137 21C2 NW 33 ST NW 34 ST N MIAMI AVE NW 1 AVE 5 138 21C3 NW 34 ST NW 34 TER N MIAMI AVE NW 1 AVE 5 139 21C4 NW 34 TER NW 35 ST N MIAMI AVE NW 1 AVE 5 140 2105 NW 35 ST NW 36 ST N MIAMI AVE NW 1 AVE 5 141 21C7 NW 1 AVE 21C2 NW 33 ST NW 34 ST 5 142 21C8 NW 1 AVE 21C3 NW 34 ST NW 34 TER 5 143 21C9 NW 1 AVE 21C4 NW 34 TER NW 35 ST 5 144 21C10 NW 1 AVE 2105 NW 35 ST NW 36 ST 5 145 21C11 NW 1 AVE 21C15 NW 32 ST NW 33 ST 5 146 21C12 NW 1 AVE NW 2 AVE NW 33 ST NW 34 ST 5 147 21C13 NW 1 AVE NW 2 AVE NW 34 TER NW 35 ST 5 148 21C14 NW 1 AVE NW 2 AVE NW 35 ST NW 36 ST 5 149 21C15 NW 33 ST 21C11 NW 2 AVE NW 1 AVE 5 150 21E1 NW 6TH CT NW 7TH AVE NW 31ST ST NW 32ND ST 1 151 21G1 NW 31 ST NW 32 ST N MIAMI AVE NW 1 AVE 5 152 21N2 NW 22 ST NW 23 ST NW 5 AVE NW 6 AVE 5 153 21N4 NW 6 AVE 21N2 NW 22 ST NW 23 ST 5 154 21N5 NW 20 ST NW 21 TER NW 7 AVE NW 6 PL 5 155 21N8 NW 22 ST NW 23 ST NW 7 AVE 195 1 156 21N9 195 21N8 NW 22 ST NW 23 ST 1 157 21Q7 NW 20 ST NW 21 ST NW 1 CT NW 1 AVE 5 158 21AA2 NE 35 ST 21AA1 BISCAYNE BLVD BISCAYNE BAY 2 159 21AA1 BISCAYNE BLVD 21AA2 BISCAYNE BLVD BISCAYNE BAY 2 160 21AA3 NE 35 ST 21AA4(b) BISCAYNE BLVD BISCAYNE BAY 2 161 21AA7 BISCAYNE BLVD NE 2 AVE NE 34 ST NE 35 ST 2 162 23C1 NW 19 ST S DEAD END NW MIAMI CT RR TRACKS 2 163 23H15 NW 15 ST NW 16 ST N MIAMI AVE NE MIAMI CT 2 164 23L4 NW 13 ST 1395 ON RAMP N MIAMI AVE NW MIAMI CT 2 165 23L5 NW 12 ST 1395 NW 1 AVE NW MIAMI CT 2 166 23M7 NE 1 AVE NE MIAMI CT NE 12 ST NE 13 ST 2 167 23M8 NE 13 ST 23M7 NE 1 AVE NE 1 CT 2 168 23M9 NE 13 ST NE 13 TER NE 1 AVE NE MIAMI CT 2 169 23M1 NE 1 AVE E DEAD END 1395 ON RAMP NE 13 ST 2 170 23M2 NE 13 ST 23M1 NE 12 ST NE 13 ST 2 171 23P2 NW 9 ST NW 10 ST NW 2 CT NW 2 AVE 5 172 24A7 NW 17 ST NW 18 ST NW 15 AVE NW 15 STREET RD 1 173 24A9 NW 18 ST NW 19 ST NW 15 AVE NW 17 AVE 1 174 24A11 NW 19 ST NW 19 TER NW 15 AVE NW 17 AVE 1 175 24E1 NW 15 AVE 24E6 NW 16 ST NW 17 ST 1 176 24E6 NW 16 ST 24E1 NW 14 AVE NW 15 AVE 1 177 24H3 NW 15 ST 24H4 NW 7 AVE NW 8 AVE 1 178 24H4 NW 7 CT 24H3 NW 15 ST NW 17 ST 1 179 24H5 NW 15 ST NW 17 ST NW 7 CT NW 8 AVE 1 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 180 24M1 NW 13 ST SOUTH DEAD END NW 7 AVE NW 7 CT 5 181 24N1 NW 15 AV E DEAD END NW 7 ST NW 8 TER 3 182 25D2 NW 19 ST S DEAD END NW 17 AVE NW 18 AVE 1 183 25D6 NW 18 AVE NW 19 AVE NW 18 TER NW 19 ST 1 184 25D5 NW 18 AVE 25D4 NW 19 TER NW 20 ST 1 185 25D4 NW 19 TER NW 20 ST NW 17 AVE NW 18 AVE 1 186 25D7 NW 18 AVE NW 19 AVE NW 19 TER NW 20 ST 1 187 26N7 NW 9 ST NW 10 ST NW 35 CT NW 36 AVE 1 188 27Q1 NW 42 AVE 27Q2 NW 7 ST NW 9 ST 1 189 27Q2 NW 9 ST 27Q1 NW 41 AVE NW 42 AVE 1 190 29H1 NW 69 AVE W DEAD END W FLAGLER ST TAMIAMI CANAL 4 191 31C2 NW 51 AVE W DEAD END NW 5 ST NW 7 ST 1 192 34P6 SW 7 ST 34P1 SW 22 AVE SW 23 AVE 3 193 34P1 SW 23 AVE 34P6 SW 7 ST SW 8 ST 3 194 36A1 NW 4 AVE NW 5 AVE NW 4 ST NW 5 ST 5 195 37N5 195 ON RAMP 37N4(b) SW 24 RD SW 25 RD 2 196 37N6 SW 23 RD SW 24 RD S MIAMI AVE 195 ON RAMP 2 197 38F5 SW 13 ST SW 14 ST SW 13 AVE SW 14 AVE 3 198 38F3 SW 14 ST SW 15 ST SW 13 AVE SW 14 AVE 3 199 38H1 SW 4 AVE SW 5 AVE SW 23 RD SW 24 RD 3 200 38K3 SW 14 AVE 38K4 SW 16 ST SW 17 ST 3 201 38K4 SW 16 ST SW 17 ST SW 13 AVE SW 14 AVE 3 202 38M8(b SW 26 RD 38M3 SW 2 AVE SW 3 AVE 3 203 38M3 SW 2 AVE 38M8(b) SW 25 RD SW 26 RD 3 204 38M6(b SW 24TH RD ALLEY 37J3 SW 2ND AVE SW 3RD AVE 3 205 37J3 SW 2ND AVE NW DEAD END SW 23RD RD SW 24RD RD 3 206 38M9 SW 23RD RD SW 24RD RD SW 3RD AVE SW 4RD AVE 3 207 38M11 SW 24RD RD SW 25RD RD SW 3RD AVE SW 4RD AVE 3 208 38M13 SW 25RD RD SW 26RD RD SW 3RD AVE SW 4RD AVE 3 209 38M14 SW 4 AVE 38M13 SW 25 RD SW 26 RD 3 210 38M15 SW 26 RD SW 27 RD SW 3 AVE SW 4 AVE 3 211 38R1 SW 1 AVE SW 2 AVE SW 25 RD SW 26 RD 3 212 39A3 SW 11 ST SW 12 ST SW 25 AVE SW 27 AVE 4 213 39E2 SW 15 ST SW 16 ST SW 25 AVE SW 27 AVE 4 214 39E1 SW 25 Avenue SW 27 Avenue SW 15 Street SW 16 Street 4 215 40J1 SW 16 ST SW 16 TER CORAL GATE DR SW 37 AVE 4 216 43H2 SW 24 TER S DEAD END SW 17 AVE SW 18 AVE 4 217 47D1 SW 38 AVE SW 38 CT SHIPPING AVE ORANGE ST 2 218 47D2 SW 38 AVE SW 38 CT BIRD RD ORANGE ST 2 219 9C1 NE 86 ST NE 87 ST BISCAYNE BLVD NE 8 CT 5 220 13Q2 NW 56 ST NORTH DEAD END NW 2 AVE NW 1 CT 5 221 17G6 NW 11 AVE NW 12 AVE NW 46 ST NW 47 ST 5 222 17G7 NW 11 AVE NW 12 AVE NW 47 ST NW 47 TER 5 223 17G8 NW 11 AVE NW 12 AVE NW 47 TER NW 48 ST 5 224 17G9 NW 11 AVE NW 12 AVE NW 48 ST NW 49 ST 5 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 225 17G10 NW 11 AVE NW 12 AVE NW 49 ST NW 50 ST 5 226 17H5 NW 7 AVE NW 8 AVE NW 49 ST NW 50 ST 5 227 17H4 NW 7 AVE NW 8 AVE NW 48 ST NW 49 ST 5 228 17H3 NW 7 AVE NW 8 AVE NW 47 TER NW 48 ST 5 229 17H2 NW 7 AVE NW 8 AVE NW 47 ST NW 47 TER 5 230 17H1 NW 7 AVE NW 8 AVE NW 46 ST NW 47 ST 5 231 23C6 NW 18 ST NW 19 ST NW 1 AVE NW 1 CT 5 232 23G12 NW 16 ST NW 17 ST NW 1 CT NW 1 PL 5 233 23G11 NW 15 ST NW 16 ST NW 1 CT NW 1 PL 5 234 24M6 NW 13 ST SR-836 NW 8 CT NW 9 AVE 5 235 24H9 NW 15 ST 195 OFF RAMP NW 7 CT NW 8 AVE 1 236 24E5 NW 15 ST N DEAD END NW 16 AVE NW 17 AVE 1 237 24E3 NW 14 ST NW 14 TER NW 16 AVE NW 17 AVE 1 238 27Q3 NW 9 ST NW 11 ST NW 41 AVE NW 42 AVE 1 239 29H2 NW 68 CT NW 69 AVE W FLAGLER ST TAMIAMI CANAL RD 4 240 29H3 NW 68 AVE NW 68 CT W FLAGLER ST TAMIAMI CANAL RD 4 241 29H4 NW 67 CT NW 68 AVE W FLAGLER ST TAMIAMI CANAL RD 4 242 29H5 NW 67 AVE NW 67 CT W FLAGLER ST TAMIAMI CANAL RD 4 243 29M3 NW 68 AVE NW 69 AVE W FLAGLER ST SW 1 ST 4 244 29M4 SW 69 AVE RR ROW NO TRACKS W FLAGLER ST SW 4 ST 4 245 29P1 SW 71 PL SW 73 AVE SW 7 ST SW 8 ST 4 246 29Q1 SW 71 AVE SW 71 PL SW 7 ST SW 8 ST 4 247 30E4 SW 66 AVE SW 67 AVE W FLAGLER ST NW 2 ST 4 248 30E3 SW 65 AVE SW 66 AVE W FLAGLER ST NW 2 ST 4 249 30E2 SW 64 CT SW 65 AVE W FLAGLER ST NW 2 ST 4 250 30E1 SW 65 AVE SW 64 CT W FLAGLER ST NW 2 ST 4 251 30F4 SW 63 CT SW 64 AVE W FLAGLER ST NW 2 ST 4 252 30F3 SW 63 AVE SW 63 CT W FLAGLER ST NW 2 ST 4 253 30F2 SW 62 CT SW 63 AVE W FLAGLER ST NW 2 ST 4 254 30F1 SW 62 AVE SW 62 CT W FLAGLER ST NW 2 ST 4 255 30M2 SW 58 CT W DEAD END W FLAGLER ST SW 2 ST 4 256 30M3 SW 58 AVE SW 58 CT W FLAGLER ST SW 2 ST 4 257 30M4 SW 57 CT SW 58 AVE W FLAGLER ST SW 2 ST 4 258 30M5 SW 57 AVE SW 57 CT W FLAGLER ST SW 2 ST 4 259 30M6 SW 2 ST 30M5 W FLAGLER ST SW 2 ST 4 260 30Q4 SW 61 AVE SW 62 AVE SW 6 ST SW 8 ST 4 261 30Q3 SW 61 AVE SW 60 CT SW 6 ST SW 8 ST 4 262 30Q2 SW 60 AVE SW 60 CT SW 6 ST SW 8 ST 4 263 30Q1 SW 59 AVE SW 60 AVE SW 7 ST SW 8 ST 4 264 30R1 SW 58 CT EAST DEAD END SW 7 ST SW 8 ST 4 265 30R2 SW 58 CT SW 59 AVE SW 7 ST SW 8 ST 4 266 31C1 NW 49 AVE NW 51 AVE NW 5 ST NW 7 ST 1 267 31E1 NW 55 CT NW 56 AVE W FLAGLER ST NW 2 ST 4 268 31E2 NW 56 AVE NW 56 CT W FLAGLER ST NW 2 ST 4 269 31E3 NW 56 CT NW 57 AVE NW 2 ST NW 2 ST 4 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 270 31E4 NW 2 ST 31E3 NW 2 ST NW 2 ST 4 271 31J4 NW 56 AVE NW 57 AVE W FLAGLER ST SW 1 ST 4 272 31J3 SW 1ST 31J4 W FLAGLER ST SW 1ST 4 273 31J5 SW 55 AVE RD SW 56 AVE W FLAGLER ST SW 1ST 4 274 31J2 SW 1ST SW 2 ST SW 57 AVE SW 56 AVE 4 275 31J1 SW 2 ST SW 55 AVE RD SW 57 AVE SW 55 AVE RD 4 276 31K1 SW 52 AVE SW 52 CT W FLAGLER ST SW 4 ST 4 277 31K2 SW 2 ST SW 3 ST SW 55 CT SW 54 AVE 4 278 31K3 SW 52 CT SW 54 AVE W FLAGLER ST SW 1ST 4 279 31P4 SW 8 ST 31P3 / 31P5 SW 7 ST SW 8 ST 4 280 31P5 SW 55 AVE 31P4 SW 7 ST SW 8 ST 4 281 31P3 SW 53 AVE 31P4 SW 7 ST SW 8 ST 4 282 31P2 SW 52 CT SW 53 AVE SW 7 ST SW 8 ST 4 283 31P1 SW 52 AVE SW 52 CT SW 7 ST SW 8 ST 4 284 31L1 SW 51 PL SW 52 AVE W FLAGLER ST SW 4 ST 4 285 31Q8 SW 51 CT SW 52 AVE SW 7 ST SW 8 ST 4 286 31Q7 SW 51 AVE SW 51 CT SW 7 ST SW 8 ST 4 287 31Q6 SW 49 AVE SW 51 AVE SW 7 ST SW 8 ST 4 288 32E3 NW 45 AVE WEST DEAD END NW 2 ST W FLAGLER ST 4 289 32E2 NW 44 AVE NW 45 AVE NW 2 ST W FLAGLER ST 4 290 32E1 NW 43 PL NW 44 AVE NW 2 ST W FLAGLER ST 4 291 32F2 NW 43 PL EAST DEAD END NW 3 ST W FLAGLER ST 4 292 32F1 NW 42 AVE NW 43 AVE NW 2 ST W FLAGLER ST 4 293 32N2 SW 45 AVE SW 46 AVE SW 5 TER SW 8 ST 4 294 32N1 SW 45 AVE EAST DEAD END SW 5 TER SW 8 ST 4 295 33R1 SW 29 AVE SW 29 CT SW 7 ST SW 8 ST 4 296 33C5 NW 31 AVE NW 32 AVE NW 6 ST NW 7 ST 4 297 33C1 NW 30 PL NW 31 AVE NW 6 ST NW 7 ST 4 298 33N1 SW 36 AVE SW 36 CT SW 7 ST SW 8 ST 4 299 34H1 W FLAGLER ST NW 1ST NW 17 ST NW 17 PL 3 300 34H3 NW 18 AVE NW 19 AVE W FLAGLER ST NW FLAGLER TER 3 301 34G1 NW 19 AVE NW 21 AVE W FLAGLER ST NW FLAGLER TER 3 302 34G2 NW 21 AVE NW 22 AVE W FLAGLER ST NW FLAGLER TER 3 303 34P2 SW 7 ST SW 6 ST SW 22 AVE SW 23 AVE 3 304 34P3 SW 6 ST SW 5 ST SW 22 AVE SW 23 AVE 3 305 34P4 SW 5 ST SW 4 ST SW 22 AVE SW 23 AVE 3 306 35K1 SW 1 ST SW 2 ST SW 14 AVE SW 15 AVE 3 307 35K2 SW 15 AVE 35K1 SW 1 ST SW 2 ST 3 308 35N1 SW 16 AVE SW 17 AVE SW 7 ST SW 8 ST 3 309 37N4(b; SW 25 RD 37N5 SW 4 AVE 195 ON RAMP 2 310 39A2 SW 9 ST 39A1 SW 25 AVE SW 27 AVE 3 311 39A1 SW 25 AVE 39A2 SW 8 ST SW 9 ST 3 312 39G1 SW 20 AVE SW 21 AVE SW 10 ST SW 12 ST 4 313 39K2 SW 23 AVE SW 24 AVE SW 17 ST SW 19 ST 4 314 39K3 SW 22 AVE SW 23 AVE SW 17 ST SW 19 ST 4 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 315 39L1 SW 21 AVE SW 22 AVE SW 17 ST SW 19 ST 4 316 39K1 SW 18 ST SW 19 ST SW 22 AVE SW 23 AVE 4 317 38L2 SW 4 AVE SW 5 AVE SW 26 RD SW 27 RD 3 318 40D2 SW 10 TER SOUTH DEAD END SW 10 TER SW 11 ST 4 319 40J4 SW 16 ST SW 16 TER CORAL GATE DR SW 37 AVE 4 320 39E4 SW 12 ST SW 13 ST SW 25 AVE SW 27 AVE 4 321 39E3 SW 14 ST SW 15 ST SW 25 AVE SW 27 AVE 4 322 39N1 SW 24 AVE SW 25 AVE SW 21 TER SW 22 ST 4 323 39N2 SW 27 AVE SW 25 AVE SW 21 TER SW 22 ST 4 324 39N3 SW 21 TER 39N2 SW 25 AVE SW 27 AVE 4 325 39N4 SW 21 TER SW 21 ST SW 25 AVE SW 27 AVE 4 326 39N5 SW 21 ST NORTH DEAD END SW 25 AVE SW 27 AVE 4 327 39P2 SW 23 AVE SW 24 AVE SW 21 TER SW 22 ST 4 328 39P1 SW 22 AVE SW 23 AVE SW 21 TER SW 22 ST 4 329 42P1 BIRD AVE NORTH DEAD END SW 32 AVE S DIXIE HWY 2 330 42S1 SW 37 CT SW 38 AVE SW 29 ST BIRD RD 2 331 42S2 SW 38 AVE SW 38 CT SW 29 ST BIRD RD 2 332 42S3 SW 38 CT SW 39 AVE SW 29 ST BIRD RD 2 333 47D5 SW 38 CT SW 39 AVE BIRD RD SHIPPING AVE 2 334 47D3 SW 38 AVE SW 38 CT BIRD RD SHIPPING AVE 2 335 46L1 MAIN HWY VIA ABITARE WAY MAIN HWY VIA ABITARE WAY 2 336 46L2 THOMAS AVE WILLIAM AVE VIA ABITARE WAY MARGARET ST 2 337 20J5(b) NW 27 ST 20J6 NW 15TH AVE NW 17TH AVE 1 338 21AA4(I BISCAYNE BLVD 21A3 NE 35 TER NE 35 ST 2 339 25D1(b; NW 17 AVE 25D2 NW 17 AVE NW 18 AVE 1 340 18D1 NW 29 CT NW 30 AVE NW 36 ST NW 37 ST 1 341 21AA8 BISCAYNE BLVD FEC RR R/W NE 35 ST NE 35 TER 2 342 21AB1 BISCAYNE BLVD NE 7 AVE NE 31 ST NE 32 ST 2 343 23H2 NE 1 AV NE 1 CT NE 14 ST NE 15 ST 2 344 24A13 NW 17 ST NW 18 ST RD NW 19 TER NW 20 ST 1 345 36B1 NW 4 AVE NW 3 CT NW 6 ST NW 7 ST 5 346 43H1 SW 25 Street SW 25 Terrace SW 19 Avenue S Dixie Hway 4 347 38N1 SW 14 Avenue SW 16 Avenue SW 21 Street SW 22 Street 3 348 38J2 SW 14 Avenue SW 16 Avenue SW 18 Street SW 19 Street 3 349 37D1 SE 10 Street 37D2 Brickell Plaza Brickell Avenue 2 350 36G1 NW 2 Street North dead end N Miami Avenue NW 1 Avenue 2 351 34C2 NW 21 Avenue 34C1 NW 6 Street NW 7 Street 3 352 34C3 NW 21 Avenue East dead end NW 6 Street NW 7 Street 3 353 33P1 SW 32 Avenue SW 33 Avenue SW 7 Street SW 8 Street 4 354 33H1 NW 3 Street South dead end NW 27 Avenue NW 27 Court 4 355 33D1 NW 3 Street NW 4 Street NW 27 Avenue NW 28 Avenue 4 356 33D2 NW 4 Street NW 4 Terrace NW 27 Avenue NW 28 Avenue 4 357 33D3 NW 4 Terrace NW 5 Street NW 27 Avenue NW 28 Avenue 4 358 31M1 SW 47 Avenue SW 48 Avenue W Flagler Street SW 1 Street 4 359 31M2 SW 48 Avenue West dead end W Flagler Street SW 1 Street 4 IFB 1380386 ATTACHMENT F ALLEYWAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 360 31D2 NW 47 AVE NW 51 AVE NW 6 ST NW 7 ST 1 361 26Q1 NW 30 AVE NW 30 CT NW 7 ST NW 11 ST 1 362 38J1 SW 16 Avenue SW 17 Avenue SW 18 Street SW 19 Street 4 363 37H1 SE 14 Street Southwest dead end S Miami Avenue Brickell Avenue 2 364 37D3 SE 10 Street Southwest dead end Brickell Plaza Brickell Avenue 2 365 37D2 Brickell Plaza 37D1 SE 8 Street SE 10 Street 2 366 36H2 NE 2 Street South dead end N Miami Avenue NE 1 Avenue 2 367 34C1 NW 6 Street 34C2 NW 21 Avenue NW 22 Avenue 3 368 33P2 SW 33 Avenue West dead end SW 7 Street SW 8 Street 4 369 33N4 SW 7 Street North dead end SW 36 Court SW 37 Avenue 4 370 33D4 NW 5 Street NW 6 Street NW 27 Avenue NW 28 Avenue 4 371 32K1 SW 43 Avenue SW 44 Avenue W Flagler Street SW 1 Street 4 372 32J1 SW 44 Avenue SW 45 Avenue W Flagler Street SW 1 Street 4 373 31R1 SW 47 Avenue SW 48 Avenue SW 7 Street SW 8 Street 4 374 31D1 NW 47 Avenue West dead end NW 6 Street NW 7 Street 1 375 26Q2 NW 30 CT WEST DEAD END NW 7 ST NW 11 ST 1 376 25G1 NW 16 TER NW 17 ST NW 19 AVE NW 22 AVE 1 377 23C4 NW 19 Street NW 20 Street NW Miami Court NW 1 Avenue 2 378 23B1 NW 3 Avenue East dead end NW 17 Street NW 20 Street 5 379 14K5 NE 59 Street NE 60 Street NE 4 Court FEC Rail Road 5 IFB 1380386 ATTACHMENT G RIGHTS OF WAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL Right of Way and Swale Areas 1 NE 10TH BTW NE 87TH & 86TH STREET (SWALE E.) 2 NE 87TH STREET BTW BAYSHORE DR & BISCAYNE BAY (E. GUARDRAIL) 3 NE BAYSHORE DRIVE & BISC BAY (N. GUARDRAIL) 4 NE 84TH STREET & BTW HOUSE #1176 & BISC BAY (CANAL) 5 NE 10TH AVE & NE N. LITTLE RIVER DR (S. GUARDRAIL) 6 BELLE MEADE ISLAND DR EAST (ROUND ABOUT) 7 NE 84TH STREET & NE 3RD AVE (MEDIAN) 8 NE 4TH AVE BTW 84TH STREET & 82ND TERR (S. GUARDRAIL) 9 NE 82ND TERR BTW 4TH AVE & RAILROAD (N. GUARDRAIL) 10 NE 4TH AVE BTW NE 80TH TERR & 79TH STREET (EAST) 11 NE 5TH AVE BTW 78TH STREET & L. RIVER (S. GUARDRAIL) 12 NE 5TH AVE BTW 77TH STREET & L. RIVER (N. GUARDRAIL) 13 NE 76TH STREET & NE 75TH STREET (MEDIAN) 14 NE 73RD STREET BTW 2ND AVE & 3RD CT (RAILROAD) 15 NE 4TH AVE BTW 71ST STREET & 72ND TERR (RAILROAD) 16 NE 83RD STREET & E DIXIE HWY (MEDIAN) 17 NE 82ND TERR & E DIXIE HWY (MEDIAN) 18 MORNINGSIDE - BISCAYNE BLVD TO THE BAY FROM NE 55 ST TO NE 59 ST 19 NW 12TH AVE BTW NW 62ND STREET & 71ST STREET (MEDIAN & WEST) 20 NW 5 AVE FROM NW 67 ST TO NW 71 ST 21 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) 22 FEDERAL HWY BTW NE 37 & 54TH STREET (RAILROAD) 23 59 STREET FROM NW 2 AVE TO NE 2 AVE 24 59 ST FROM NE 4 AVE TO BISCAYNE BLVD 25 58 ST FROM NE 4 COURT TO BISCAYNE BLVD 26 NE 69 ST TO NE 71 ST FROM BISCAYNE BLVD TO NE 10 AVE 27 NW 52ND STREET BTW 7TH AVE & XPW (E. GUARDRAIL) 28 NW 51 STREET BTW 7TH AVE & XPWY (S. GUARDRAIL) 29 NW 6TH CT BTW 46 & 48 ST. (EXPRESSWAY) 30 NW 6TH CT BTW 43 & 46 STREET (EXPRESSWAY) 31 NW 6TH AVE BTW 49 & 53 RD STREET (EXPRESSWAY) 32 NW 6TH AVE BTW 46 ST & 48TH ST (EXPRESSWAY) 33 NW 6TH AVE BTW 40TH STREET & 46TH STREET (EXPRESSWAY) 34 NW 5TH AVE BTW NW 46 & 54TH STREET (MEDIAN) 35 NW 5TH AVE BTW 40TH STREET & XPWY (S. GUARDRAIL) 36 NW 39 ST BTW 3RD AVE & XPWY (W. GUARDRAIL) 37 NW 5 AVE BTW 37TH ST & XPWY (N. GUARDRAIL) 38 NW 38 ST BTW N MIAMI AVE & 2ND AVE TO D. END (SOUTH) 39 NE 38 ST BTW N MIAMI AVE & NE 1ST AVE (SOUTH) 40 NW 53RD ST BTW 6 & 7 AVE (NORTH & SOUTH SWALE) 41 NW 16 AVE BTW 50 & 46 ST (MEDIAN) 42 NW 15 CT BTW 5 & 46 ST (MEDIAN) 43 NW 15 AVE BTW 50 & 46 ST (MEDIAN) 44 NW 49 ST BTW 17 & 15 AVE (MEDIAN) IFB 1380386 ATTACHMENT G RIGHTS OF WAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 45 NW 47 ST BTW 17 & 15 AVE (MEDIAN) 46 NW 11 AVE BTW NW 48 & 50 ST (MEDIAN) 47 NW 11 AVE BTW 47 & 46 ST (MEDIAN) 48 NW 8 AVE BTW 48 & 50 ST (MEDIAN) 49 NW 8 AVE BTW 46 & 47 ST (MEDIAN) 50 NW 8 AVE BTW 41 ST & XPWY (S. GUARDRAIL) 51 NW 40 ST BTW 17 & 18 AV (EXPRESSWAY) 52 NW 23 CT BTW 21 TERR & RAILROAD (N GUARDRAIL) 53 2001 NW 28 ST (LOT) 54 NW 34 ST BTW 10 & 8 AV (NORTH & SOUTH) 55 NW 15 AVE BTW 23 ST & RAILROAD (S. GUARDRAIL) 56 NW 15 AVE & 22ND ST (N GUARDRAIL) 57 NW 17 TO 12 AVE, NW 20 TO 22 ST (VARIOUS PLANTERS) 58 NW 14 AVE BTW NW 21 & 23 ST (VARIOUS PLANTERS) 59 NW 34 ST BTW 7 AVE & XPWY (E GUARDRAIL) 60 NW 33 ST BTW 7 AVE CIRCLE & XPWY (E GUARDRAIL) 61 NW 28 ST BTW 7 AVE & XPWY (E GUARDRAIL) 62 NW 27 ST BTW 7 AVE & XPWY (E GUARDRAIL) 63 NW 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) 64 NW 24 ST BTW 7 AVE XPWY (E GUARDRAIL) 65 NW 23 ST BTW 7 AVE & XPWY (E GUARDRAIL) 66 NW 22 ST BTW 7 AVE & XPWY (E GUARDRAIL) 67 NW 6 AVE BTW 21 TERR & 35 ST (EXPRESSWAY) 68 NW 5 AVE BTW 23 & 36 ST (MEDIAN) 69 NE 29 ST BTW N MIAMI AVE & RAILROAD (MEDIAN) 70 NE 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) 71 NE 25 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 72 NE 24 ST BTW N MIAMI AE & RAILROAD (W GUARDRAIL) 73 NE 22 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 74 NE 22 ST BTW 2 AVE RIALROAD (E GUARDRAIL) 75 NE 23 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 76 NE 24 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 77 NE 25 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 78 NE 26 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 79 NW 6 CT BTW 30 & 32 ST (EXPRESSWAY) 80 NE 34 ST BTW 5 AVE & BISC BAY (E GUARDRAIL) 81 NE 31 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 82 NE 30 ST BTW 7 AVE & BISC BAY (E GUARDRAIL) 83 NE 29 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) 84 NE N BAYSHORE DR & NE 28 ST (BIS. BAY) 85 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 86 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 87 NE 25 ST BTW BISC BLVD & BISC BAY (E GUARDRAIL) 88 NE 24 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 89 NE 23 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) IFB 1380386 ATTACHMENT G RIGHTS OF WAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 90 NE 22 TERR BTW 7 AVE & BISC BAY (E GUARDRAIL) 91 NE 22 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 92 NE 4 AVE BTW NE 17 TERR & 19 ST (MEDIAN) 93 NE 17 ST BTW NE 2 AVE & BISC BLVD (MEDIAN) 94 NW 9 ST BTW 3 AVE & XPWY (W GUARDRAIL) 95 NW 14 TERR & 2 AVE ALONG XPWY (EXPRESSWAY) 96 NW 1 AVE & 14 ST (HUMP) 97 NW 1 AVE BTW 13 ST ALONG RR TRACK (EAST & WEST) 98 NW 1 AVE BTW 7 & 10 ST (MEDIAN) 99 NW 9 ST BTW MIAMI AVE & 1 AVE (ALL) 100 N MIAMI AVE & NW 20 ST BY RR TRACK (HUMP) 101 N MIAMI AVE & NW 19 ST BY RR TRACK (HUMP) 102 N MIAMI AVE & NW 14 ST (MEDIAN) 103 NW 12 St FROM NW 13 Ave to NW 14 Ave (Courthouse Median) 104 NW 8 ST RD BTW 11 & 10 ST (SWALE WEST) 105 NW 11 ST RD BTW XPWY & NW 10 AVE (EXPRESSWAY) 106 SUNNY BROOK RD BTW XPWY & 10 AVE (W GUARDRAIL) 107 SPRING GARDEN RD BTW XPWY & 10 AVE (W GUARDRAIL) 108 NW 13 AVE & NW 7th St MIAMI RIVER DEAD END (ROUND ABOUT) 109 1458 NW S RIVER DR (SWALE) 110 NW 15 AVE & NW 9 ST (SWALE NE CORNER) 111 NW 9 ST BTW 17 AVE & HOUSE #1511 (SWALE NORTH) 112 NW S RIVER DR BTW HOUSE #1520 & # 1665 (SWALE SOUTH) 113 NW 16 AVE BTW NW S. RIVER DR & MIAMI RIVER (MEDIAN) 114 NW 13 TER BTW 14 AVE & NW N RIVER DR (MEDIAN) 115 NW 14 AVE BTW 14 & 20 ST (MEDIAN) 116 NW 14 AVE BTW 14 TER & 15 ST (SWALE-WEST) 117 NW 14 AVE & 15 ST (ROUND ABOUT) 118 NW 14 AVE & NW 17 ST (LOT) 119 NW 14th Ave at NW 17 ST & 16 TER ALONG CANT (WEST) 120 NW 9 AVE & 15 ST (MEDIAN) 121 NW 14 ST FROM NW 12 AVE TO NW 14 AVE 122 NW 13 ST BTW HOUSE #2500 & DEAD END (SWALE SOUTH) 123 NW 11 ST BTW NW 27 & 22 AV (MEDIAN) 124 NW 26 AV RD BTW 24 CT & XPWY (SWALE) 125 NW 23 AV BTW NW 11 & 7 ST (MEDIAN) 126 NW 22 PL BTW 9 ST & XPWY (N. GUARDRAIL) 127 NW 22 CT BTW 9 ST & XPWY (N. GUARDRAIL) 128 NW 9 ST BTW NW 21 CT & 18 AV (EXPRESSWAY) 129 ALONG NW 18 AV & 17 PL & NW 7 ST (MEDIAN) 130 NW 17 CT BTW 7 ST & XPWY (N. GUARDRAIL) 131 NW 17 CT BTW NW S. RIVER DR & XPWY (SWALE WEST) 132 NW S RIVER DR & 18 AV (MEDIAN) 133 NW 18 AV BTW NW HOUSE #1022 & 10 (SWALE EAST) 134 NW 10 ST BTW NW 18 CT & 18 AV (SWALE SOUTH) IFB 1380386 ATTACHMENT G RIGHTS OF WAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 135 NW 18 PL BTW NW S RIVER DR & XPWY (S. GUARDRAIL) 136 NW 19 AV BTW 11 ST & XPWY (S. GUARDRAIL) 137 W 19 CT BTW 11 ST & XPWY (S. GUARDRAIL) 138 NW 20 AV BTW 11 ST & XPWY (S. GUARDRAIL) 139 NW 21 AVE BTW 11 ST & XPWY (S. GUARDRAIL) 140 NW 21 CT BTW 11 ST & XPWY (S. GUARDRAIL) 141 NW 11 ST AT NW 18 AVE (TRIANGLE) 142 DELAWARE PKWY BTW NW 20 & NW 17 ST (MEDIAN) 143 NW 13 ST BTW 29 AV XPWY (E GUARDRAIL) 144 NW 30 AV BTW 13 & 14 ST (LOT) 145 NW 31 AV BTW 13 ST & CANAL (S GUARDRAIL) 146 NW 13 ST BTW NW 32nd Ave & CANAL (S GUARDRAIL) 147 NW 33 CT BTW 14 ST & CANAL (LOT) 148 NW 13 ST BTW 29 AV & XPWY (E GUARDRAIL) 149 NW 29 AV BTW XPWY & 11 ST (SWALE EAST & WEST) 150 NW 32 AV BTW & NW 11th St XPWY (N GUARDRAIL) 151 NW 32 CT BTW 11 ST & XPWY (N GUARDRAIL) 152 NW 32 PL BTW 11 ST & XPWY (N GUARDRAIL) 153 NW 32 PL BWT 13 TER & XPWY (S GUARDRAIL) 154 NW 33 AV BTW 11 ST & XPWY (N GUARDRAIL) 155 NW 35 AV BTW 13 ST & XPWY (N GUARDRAIL) 156 NW 35 CT BTW NW 11 & 7 ST (MEDIAN) 157 NW 13 TER & NW 32 PL (PLANTER) 158 NW 45 AV BRIDGE OVER COMFORT CANAL (SWALE) 159 NW 67 AV BTW TAMIAMI CANAL RD & CANAL (N GUARDRAIL) 160 NW 61 AV & NW 7 ST (MEDIAN) 161 NW 62 AV & TAMIAMI CANAL RD (N GUARDRAIL) 162 NW 63 AV & TAMIAMI CANAL RD (N GUARDRAIL) 163 NW 64 AV & TAMIAMI CANAL RD (N GUARDRAIL) 164 NW 65 AV & TAMIAMI CANAL RD (N GUARDRAIL) 165 NW 64 CT & TAMIAMI CANAL RD (MEDIAN) 166 NW 62 CT & TAMIAMI CANAL RD (MEDIAN) 167 SW 59 CT & SW 2 ST (LOT) 168 SW 38 CT BTW W FLAGLER ST & SW 4 ST (MEDIAN) 169 SW 32 CT RD BTW SW 33 AV & BTW W FLAGLER ST & SW 5th St (MEDIAN) 170 SW 33 AV BTW SW 6 & 8 ST (MEDIAN) 171 NW 23 PL BTW NW 7 & 3 ST (ROUND ABOUT) 172 GLENNROYAL PKWY BTW NW 1 & 22 AV (MEDIAN) 173 GLENNROYAL PKWY & NW 1 AV (MEDIAN)(NW 23rd Ave & NW 1st St) 174 GLENNROYAL PKWY & 23 AV (MEDIAN) 175 NW/SW 24th Ave & W FLAGLER ST /SW 1 ST (MEDIANT) 176 SW 8 ST BTW SW 27 & 17 AV (Landscape tree pits & ground -cover) 177 NW 17 AV BTW 5 & 6 ST (MEDIAN) 178 SW 22 AV & SW 7 ST (MEDIAN)(Beacom Blvd) 179 SW 8 ST BTW SW 17 & 7 AV ((Landscape tree pits & ground -cover)) IFB 1380386 ATTACHMENT G RIGHTS OF WAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 180 NW 17 AV BTW 5 & 6 ST (HUMP) 181 NW 1 AV & NW 1 ST (MEDIAN) 182 NW 1 AV BTW NW 5 & 7 AV (SWALE W) 183 SW 5 ST BTW 3 AV & MIAMI RIVER (GUARDRAIL) 184 SW S RIVER DR BTW NW 1 ST & SW 4 ST (SWALE E & W) 185 NW N RIVER DR NTW SW 2 AV & NW 5 ST (SWALE E & W) 186 NW 4 ST & NW N RIVER DR (MEDIAN) 187 S MIAMI AV & SW 4 ST (MEDIAN) 188 25 SW S RIVER DR (LOT) CONTRACTOR 189 109 SW S RIVER DR (LOT) CONTRACTOR 190 19 SW N RIVER DR (LOT) CONTRACTOR 191 121 SW N RIVER DR (LOT) CONTRACTOR 192 114 SW N RIVER DR (LOT) CONTRACTOR 193 BISCAYNE BLVD BTW CHOPIN PLAZA & NE 7 AV (MEDIAN) PARK'S 194 SW SE 15 RD BTW SW 11 ST & S Brickell Ave (MEDIAN) 195 SW 17 RD S MIAMI AV & XPWY (GUARDRAIL S) 196 SW 18 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 197 SW 18 TER S MIAMI AV & XPWY (GUARDRAIL S) 198 SW 19 RD EAST OF S MIAMI AV (DEAD END W) 199 SW 20 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 200 SW 21 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 201 SW 22 RD S MIAMI AV & XPWY (GUARDRAIL S) 202 SW 23 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 203 SW 24 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 204 SW 1 AV BTW SW 27 RD & 15 RD (MEDIAN) 205 SE/SW 25 RD BTW I-95 & Brickell Ave (MEDIAN) 206 SW 24 RD BTW S MIAMI AV & SW 3 AV (MEDIAN) 207 SW 23 RD BTW S MIAMI AVE & SW 4 AV (MEDIAN) 208 SW 2 AV BTW SW 19 RD & XPWY (GUARDRAIL W) 209 SW 2 CT BTW SW 18 RD & XPWY (DEAD END & LOT) 210 SW 2 CT BTW SW 17 RD & XPWY (GUARDRAIL E) 211 SW 11 ST ST 4 AV & XPWY (GUARDRAIL W) 212 SW 11 ST BTW SW 3 AV & XPWY (GUARDRAIL E) 213 SW 10 ST BTW SW 4 AV & XPWY (GUARDRAIL W) 214 SW 4 AV BTW SW 8 & 10 ST (SWALE W) 215 SW 3 AV BTW SW 8 & 10 ST (SWALE E) 216 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E ) 217 SW 2 AV BTW SW 23 & 27 RD (MEDIAN) 218 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) 219 SW 12 ST BTW BRICK BAY DR & BISC BAY (SWALE N&S) 220 SW 27 RD BTW SW 1 & 5 AV (MEDIAN) 221 SW 26 RD BTW SW 1 & 5 AV (MEDIAN) 222 SW 25 RD BTW SW 2 & 5 AV (MEDIAN) 223 SW 24 RD BTW SW 3 & 5 AV (MEDIAN) 224 SW 23 RD BW SW 3 & 5 AV (MEDIAN) IFB 1380386 ATTACHMENT G RIGHTS OF WAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 225 SW 1 AV BTW SW 25 & 28 RD (MEDIAN) 226 SW 24 RD & SW 10 AV (MEDIAN) 227 SW 25 RD & SW 13 st (MEDIAN) 228 SW 9 AV & SW 10 ST (MEDIAN) 229 SW 10 ST RD BTW SW 8 & 10 ST (MEDIAN) 230 SW 8 ST TO SW 10 ST FROM SW 19 AVE TO SW 22 AVE 231 SW 32 AV BTW SW 21 & 16 ST (SWALE W) 232 SW 16 ST BTW SW 32 & 34 AV (SWALE S) 233 SW 11 ST BTW SW 36 CT & 33 AV (MEDIAN) 234 SW 33 AV BTW DEAD END & SW 8 ST (MEDIAN) 235 SW 37 AV & SW 20 ST (MEDIAN) CONTRACTOR 236 SW 9 ST BTW SW 29 CT & 30 AV (SWALE N) 237 S DIXIE HWY BTW SW 27 AV & BIRD RD (SWALE N) 238 S DIXIE HWY & SW 28 TER (MEDIAN) 239 SW 29 AV & SW 27 TER (N GUARDRAIL) 240 GRAND AVE TO HIBISCUS FROM DOUGLAS RD TO MAIN HWY 241 GRAND AVE TO BIRD AVE FROM DOUGLAS RD TO VIRRICK PARK 242 SW 36 Ave Between SW 22 ST & SW 21 ST/AKA Coral Gate Drive 243 SW 27 ROAD FROM S. MIAMI COURT TO DEAD END 244 S DIXIE HWY BTW SW 27 & 17 AV (SWALE N) 245 S DIXIE HWY & SW 27 TER (MEDIAN) 246 MORRIS LN BTW TIGER TAIL AB & DEAD END (MEDIAN) 247 AH-WEE-A CT BTW BAYSHORE LN & BISC BAY (LOT -ALLEY) 248 AVIATION AV & SW 27 AV (MEDIAN) 249 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN PL (MEDIAN) 250 SW 3 AV BTW SW 22 ST & SW 16 AV (MEDIAN) SIDE ONLY 251 SW 22 TER & SW 3 AV (MEDIAN) 252 SW 22 TER & SW 32 AV (LOT) 253 S DIXIE HWY BTW SW 17 AV & 95 RAMP (SWALE N) 254 SW 1 AV BTW SW 17 & 16 AV (MEDIAN) 255 ALATKA ST BTW S DIXIE HWY & S MIAMI AV (SWALE E) 256 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN (MEDIAN) 257 SE 32 RD BTW S DIXIE HWY & BRICKELL AV (MEDIAN) 258 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT 259 HALISSEE ST & S DIXIE HWY (MEDIAN) 260 SW 25 RD BTW SW 3 AV & I-95 261 CALUSA ST BTW TIGER TAIL AV & DEAD END (MEDIAN) CONTRACTOR 262 CRYSTAL VIEW CT & BISC BAY (DEAD END & MEDIAN) 263 ROCKERMAN RD BTW S BAYSHORE DR & BAYSHORE VILLAS DR (MEDIAN) 264 GRAND AVE & VIRGINIA ST (ROUND ABOUT) 265 MARLER AV BTW DOUGLAS RD & PLAZA ST (ALL) 266 HIBISCUS ST BTW LOQUAT AV & DEAD END (ALL) CONTRACTOR 267 MARLER AV BTW PLAZA ST & HIBISCUS ST (SWALE S) 268 FRANKLIN AV BTW ROYAL CT & DOUGLAS RD (PLANTERS) 269 PLAZA ST & PALMETTO AV (LOTS) IFB 1380386 ATTACHMENT G RIGHTS OF WAY LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 270 VENTURA AV & LA PLAYA BLVD (MEDIAN) 271 NE 85TH STREET & E DIXIE HIGHWAY (TRIANGLE) 272 NW 13TH AVE & NW 24TH STREET (TRAFFIC SEPARATOR) 273 SW 24TH AVE & SW 3RD STREET (TRIANGLE) IFB 1380386 ATTACHMENT H CITY LOT LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL City Parcels and Miscellaneous Lots 1 3500 NW 11th Avenue 12510 Sq. Ft. 2 2115 NW 18th Street 6550 Sq. Ft. 3 169 NW 35th Street 5000 Sq. Ft. 4 6200 NW 17th Avenue 13924 Sq. Ft. 5 6201 NW 17th Avenue 29318 Sq. Ft. 6 1388 NW 62nd Street 2750 Sq. Ft. 7 1199 NW 62nd Street 12819 Sq. Ft. 8 5899 NW 17th Avenue 4984 Sq. Ft. 9 1387 NW 58th Street 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. IFB 1380386 ATTACHMENT H CITY LOT LOCATIONS LANDSCAPE MAINTENANCE SERVICES POOL 45 6981 NW 15th Avenue 3107 Sq. Ft. 46 3790 NW 12th Avenue 2200 Sq. Ft. 47 Lot north of 834 NW 21st Avenue 5000 Sq. Ft. 48 2735 NW 10th Avenue - Beckman Hall 40946 Sq. Ft. 49 6016 NW 7th Avenue 20171 Sq. Ft. 50 2293 SW 17th Terrace 10300 Sq. Ft. 51 1241 NW 58th Terrace 26500 Sq. Ft. 52 1240 NW 59th Street 26500 Sq. Ft. 53 3245 NW 11th Court 6255 Sq. Ft. 54 3255 NW 11th Court 6255 Sq. Ft. ATTACHMENT I - TRAFFIC CIRCLE LOCATIONS Address Neighborhood Regions NW 39 Ave/NW 2 St Flagami 1 NW 39 Ave/NW 3 St Flagami 1 NW 40 Ct/NW 5 St Flagami 1 NW 58 Ave/NW 2 St Flagami 1 NW 63 Ave/NW 2nd St Flagami 1 SW 40 Ave/SW 2 Ter Flagami 1 SW 43 Ave/SW 5 Ter Flagami 1 SW 45 Ave/SW 4 St Flagami 1 SW 47 Ave/SW 2 St Flagami 1 SW 47 Ave/SW 5 St Flagami 1 SW 48 Ave/SW 4 St Flagami 1 SW 48 Ave/SW 5 Ter Flagami 1 SW 51 Ct/SW 6 St Flagami 1 SW 53 Ave/SW 6 St Flagami 1 SW 53 Ave/SW 4 St Flagami 1 SW 52 Ave/SW 5 St Flagami 1 SW 55 Ave/SW 5 Ter Flagami 1 SW 58 Ave/SW 3 St Flagami 1 SW 59 Ave/SW 4 St Flagami 1 SW 63 Ave/SW 4 St Flagami 1 SW 65 Ave/SW 4 St Flagami 1 SW 66 Ave/SW 2 St Flagami 1 SW 68 Ave/SW 4 St Flagami 1 SW 68 Ave/SW 6 St Flagami 1 NW 47 Ave/NW 4 St Flagami 1 SW 63 Ct/SW 2 St Flagami 1 SW 63 Ct/SW 6 St Flagami 1 NW 62 Ave/NW 2 St Flagami 1 NW 66 Ave/NW 2 St Flagami 1 SW 62 Ave/SW 6 St Flagami 1 Tamiami Canal Rd/ SW 6 St Flagami 1 Tamiami Blvd/SW 72 Ave Flagami 1 Flagami Blvd/SW 72 Ave Flagami 1 Flagami Blvd/SW 4 St Flagami 1 Tamiami Blvd/SW 4 St Flagami 1 SW 40 Ave/SW 2 St Flagami 1 SW 56 Ave/SW 2 St Flagami 1 SW Flagami Blvd and Sw 8 ST Flagami 1 SW Tamiami Blvd and SW 8 St Flagami 1 SW 73 Court and SW 8 St Flagami 1 NW 14 ST Between South River and NW 13 st North Sewell Park 2 NE Bayshore Ct/73 St Belle Island 2 Belle Meade Isle Dr/NE 8 Ct Belle Island 2 NW 50 St/ NW 10 Ave Hadley Park 2 NW 20 St/NW 4 Ct Rainbow Village 2 NW 4 Ave/NW 15 St Town Park 2 ATTACHMENT I - TRAFFIC CIRCLE LOCATIONS NE 5 Ave/NE 77 St Belle Meade West 2 NE 5 Ave/NE 56 St Morningside 2 NE 6 Ave/NE 56 St Morningside 2 N.Bayshore Dr/ NE 57 St Morningside 2 NE 6 Ct/NE 59 St Morningside 2 N.Bayshore Dr/ NE 59 St Morningside 2 SW 29 Ave/SW 10 St Parkdale North 2 SW 29 Ave/SW 11 St Parkdale North 2 SW 29 Ave/SW 14 St Parkdale North 2 SW 31 Ave/SW 14 St Parkdale North 2 SW 16 Terr/Coral Gate Dr Coral Gate 2 SW 17 St/Coral Gate Dr Coral Gate 2 SW 21 St/Coral Gate Dr Coral Gate 2 SW 32 Ct/SW 18 St Coral Gate 2 SW 33 Ave/SW 21 St Coral Gate 2 SW 37 Ave/SW 20 St (Entrance) Coral Gate 2 SW 31 Ave/SW12 St Parkdale North 2 SW 9 Ter/ SW 36 Ave La Pastorita 2 SW 31 Ave/SW19 St Parkdale South 2 SW 20 St/Coral Gate Dr Coral Gate 2 SW 31 Ave/SW 6 St Auburndale 2 NW 28 Ave/NW 14 St North Grapeland Heights 2 NW 13 Ave/North of NW 7 ST South Sewell Park 2 NW North River Drive/NW 22 PL Curtis Park 2 SW 31 Ave And SW 18 St Parkdale South 2 SW 30 Ave/SW 16 Ter Parkdale South 2 NW 33 Ave/NW 15 St North Grapeland Heights 2 SW 29 Ave/SW 18 St Parkdale South 2 SW 29 Ave/SW 19 St Parkdale South 2 SW 18 Ave/SW 22 Ter Silver Bluff 3 SW 19 Ave/SW 23 St Silver Bluff 3 SW 19 Ave/SW 24 St Silver Bluff 3 SW 21 Ave/SW 24 Ter Silver Bluff 3 SW 23 Ave/SW 24 Ter Silver Bluff 3 SW 24 Ave/SW 24 St Silver Bluff 3 SW 24 Ave/SW 25 St Silver Bluff 3 SW 24 Ave/SW 26 St Silver Bluff 3 SW 24 Ave/SW 27 St Silver Bluff 3 SW 24 Ave/SW 22 Ter Silver Bluff 3 SW 25 Ave/SW 23 St Silver Bluff 3 SW 25 Ave/SW 24 Ter Silver Bluff 3 SW 16 Ave/SW 20 St Shenandoah South 3 SW 16 Ave/SW 19 St Shenandoah South 3 SW 16 Ave/SW 11 St Shenandoah North 3 SW 18 Ave/SW 13 St Shenandoah North 3 SW 18 Ave/SW 16 St Shenandoah South 3 SW 19 Ave/SW 17 St Shenandoah South 3 ATTACHMENT I - TRAFFIC CIRCLE LOCATIONS SW 19 Ave/SW 19 St Shenandoah South 3 SW 19 Ave/SW 21 St Shenandoah South 3 SW 21 Ave/SW 16 St Shenandoah North 3 SW 23 Ave/SW 11 St Shenandoah North 3 SW 23 Ave/SW 20 St Shenandoah South 3 SW 24 Ave/SW 10 St Shenandoah North 3 SW 24th ave/14th st Shenandoah North 3 SW 24 Ave/SW 16 St Shenandoah North 3 SW 24 Ave/SW 18 St Shenandoah South 3 SW 31 PI/SW 27 Ter Douglas Park 3 SW 23 Ave/SW 25 Ter Silver Bluff 3 SW 25 Ave/SW 26 LN Silver Bluff 3 SW 19 Ave/SW 14 Ter Shenandoah North 3 SW 32 CT/SW 28 St Douglas Park 3 SW 18 Ave/SW 24 Ter Silver Bluff 3 SW 20 Rd/SW 5 Ave Roads 4 SW 20 Rd/SW 7 Ave Roads 4 SW 22 Rd/SW 5 Ave Roads 4 SW 23 Rd/SW 7 Ave Roads 4 SW 24 Rd/SW 9 Ave Roads 4 SW 25 Rd/SW 4 Ave Roads 4 SW 25 Rd/SW 5 Ave Roads 4 SW 26 Rd/SW 2 Ave Roads 4 SW 25 Rd/SW 2 Ave Roads 4 SW 26 Rd/SW 7 Ave Roads 4 SW 27 Rd/SW 4 Ave Roads 4 SW 28 Rd/SW 2 Ave Roads 4 SW 28 Rd/SW 5 Ave Roads 4 SW 28 Rd/SW 7 Ave Roads 4 SW 29 Rd/SW 4 Ave Roads 4 SW 31 Rd/SW 4 Ave Roads 4 S.Miami Ave/SW 15 Rd Brickell Village 4 SW 16 Ct/SW 23 St Roads 4 Tigertail/Crystal Ct East Grove 4 Tigertail/Calusa St Grove Center 4 Morris Ln./S of Tigertail East Grove 4 End of Rockerman Rd/E of S. Bayshore Fair Isle 4 Lime Ct/E of Virginia St. Bird Grove East 4 Irvington Ave West /SW 37 Ave South Grove 4 Battersea Rd/Surrey Dr. South Grove 4 Battersea Rd/Cultry Dr. South Grove 4 Battersea rd/Mayfair Dr South Grove 4 End of Battersea Rd/Bisc. Bay South Grove Bayside 4 End of Stewart Rd/Bisc. Bay South Grove Bayside 4 Franklin Ave/Plaza St. West Grove 4 Franklin Ave/Royal Rd South Grove 4 Virginia St/Shipping Ave Bird Grove East 4 ATTACHMENT I - TRAFFIC CIRCLE LOCATIONS 3978 Utopia Ct South Grove 4 3957 Utopia Ct South Grove 4 Alatka Monument East Grove 4 Autumn Cir/Park Ave South Grove 4 Mcdonald Street and Day Ave Bird Grove East 4 Z 41no5 a1epled 156T MS/any. MS OK Z 41n05a1ep1ed 158TMS/any6Z MS 6E4 Z 5148!5H pue!adw94110N 1S ST MN/PAVES MN 9. Z 41n05a1ep1ed 1a19TM5/antl OE MS ££T Z 41no5 a1epled 158I MS Put, any[E MS TET 6 9 3se3ana9 P10 man y1noS any Aea Pue taa115 pIPLIPPyy an9Hled/10uwnl19 99T Z 111ed51003 1d ZZ MN/anP0lan!84113NMN 0£T SEL Z hledllama541no5 15 L MN104110N/an5ET MN 6ZT q PP.91se3 IPxw nuoW e31e1y 6ZT Z s1y8!a5 pue!ade194y3N 159TMN/any8Z MN 9ZT 9 map y1no5 13 e!do19 LS.E 6T1 Z elepwn5ny 159 M5/ant,[EMS UT q n019 PIno5 1J e!do198L6E 8TT Z a1e91.03 10a1e91 e103/1507 MS SZT 9 lse3 ana9 pl!5 antl8uldd!y5/1S 5Iu!81!A Z8 Z 43no5 a1ep91 ed L56TMS/any IS MS ZZT q ano19 y1no5 P3 le1oy/0094113u¢1d T8 Z elioleed el ant,9E MSMr M5 TZT 9 3A0A91.s3m '1S PPeld/5094!I3ueli 08 Z y110N elepled LS ZTMS/ant,[E MS 0ZT q ap!5Ae9ano19 HMS Aeg'a5!9/Py yema.S ie pu3 6L Z a1e91.03 (a3uw10) 1507MS/antl LE MS 89 b ap!SAe9 man ylno5 Aeg 3s!g/p359619lee;o p0 EL Z Z a4e91e!°J ale9 lwo3 15 TZ MS/any EE MS 1S8T M5/I3 ZE MS L9 99 q anol9 LIMPS 1011e4Ae1N/pleas1a1109 LL q ahc. LIMPS '13 A111n3/pH easlaooeg 9L Z a4e91e ° ,0 a1e91 e103/15[Z MS 59 q 01941no5 '1a Aa11ns/py easlalleg SC Z ale9 Ie'03 10 ale91e103/15 LT MS b9 b ano19 y1n0S antl LE MS/ 159M antl 0083101 bL Z a4e9 le!°J 10a4e91e14J/11a19T MS E9 6 3se3330.19 pl!g '1S eILIM!A103/1J aw!l EL Z 41,0N a1epl ed 154TM5/an9TE MS Z9 b PI aoys8es'SIP 3/P3 ueuupa0310 p0 ZL Z 4110N a1epled 15 VT M5/0006Z MS [9 q 330191593 11e60211105/'ul sw00N IL Z 41-ION a1epl ed 1S TTMS/any6Z MS 09 b lalua3 ano19 1S esn1e3/I!eya81 0L Z 4110N elepl ed 150T MS/any. M5 65 ie 330.191se3 e3 Ie15A0/I!eya81 69 Z 5p1s8u!w01N 15653N /10 a10ysAe9'N 8S 9 speo3 1SEZ MS/139T MS 9£ Z SPIS2u!w6W 15653N/1J93N LS q a9e111011940u9 P35T M5/antl IweIN'S 8I Z SP!OHu!w01n1 15 LS3N/10 a104sAe8'N 95 b speoH anybMS/p3 TE MS LI Z 5P!58u!w01N 15953N/00993N 55 q speoy ant,bMS/P116Z MS 9T Z SP!s3uIw01A1 15953N/antl53N bS b speoH any LMS/P3 SZ MS SI Z 1saMapeaWallag 1.5LL3N/00953N ES q PPeoH anVSMS/Pg82 MS 61 Z vied um01 IS STMN/antlb MN ZS 9 speoH an9ZMS/P38Z MS ES Z 925111A mogul e3 331, MN/1507 MN IS q speoy anybMS/PIILZ MS ZT Z 31ed Aa1Pe4 any OT MN /1SOS MN 0S b speo8 anyLMS/P89Z MS TT Z Pue151 P11a9 13831,1/40a1s1apeapy el IN 66 q speoy ant, Z PAS/P0SZ MS 0T Z PueI51 a11a9 15 EL/13a1045Ae93N 86 Aay, Pres q speo8 an9Z MS/P89Z MS 6 Z Ind llamasyyoN 15 ET MN puelan!341nos uaam4a915b5 MN 6T q PPeoy an9SMS/0052 MS 8 I I maul weHeli 158M5 Pue 11no3 EL MS 1S SPAS P. Mg MS S9I WWI b speo8 anybMS/P85Z MS L q speoy ant,6MS/P11 bZ MS 9 I IweHeli 1S8 m5p S MS SET 554 q speo8 anyLMS/PB CZ MS S T weH91i ZPPis MS/PP9e1i 1 SZM5/ant,95 MS SET q speoH an9SMS/P3 LZ MS E T IweHeli ISZM5/antl Ob MS b0T b speo8 anyLMS/PB OZ MS Z I weHeli 1Sb MS/Pnl9 menu LIT b speoH an9SMS/P302 MS T T IweHeli 159 MS/PII91ue8eli 9IT E Nnlllanl!S 1a1bZMS/0098T MS ZbT T we8eli antl ZLMS/pn19 !we8eli SIT £ llledsel2noa 1582M5/132£MS TVS T IweHeli antl ZL MS/Pn19 Iwelw el 0IT E 41,0N 4eop ueu PUS 1a161 MS/antl6T MS LET T weHeli 159 M5/P31 eue31¢!we1 EH £ 44el91anl!S 1,119ZM5/any52 MS ZET T IweHeli 159M5/anvo9 MS ZIT £ 11n191an1!S 1a15Z MS/PM/CZ MS 9ZT I we8eli 1SZMN/ant,99 MN TIT 1nf £ llledsel2noo 1a1LZM5/Id T£MS EZT T IweHeli IsZMN/an9Z9 MN OTT £ 41n05 yeopueuay5 158TMS/antl bZ MS Lb T 1we2eIi 159 MS/13 E9 MS 60T £ 41,0N4eopueuay5 159TM5/anyb5 MS 9b T IweHeli 157 MS/13E1M5 80T E 4110N 4e0p ueu PUS 1541bT/ane414Z MS Sb 1 1we9eIi IS MN/an0Lb MN LOT £ PPMLle0pueua4S PS. MS/antl b5 MS bb T Iwe861i 1591,5/90959MS 90T E PIP654e0P ueu PUS 150Z MS/PM/CZ MS Et, T we8eli 1Sb MS/ant,89 MS SOT £ Py0N4e0pueua45 1S TTMS/antl£Z MS Zb T IweHeli 1SZM5/any99 MS b0T E 41,0N 4eop ueu PUS OS9IMS/antl TZ MS Tb T Iwe2eIi 15b MS/50059 MS E0T £ 41P 054e0Pueua4S 1STZMS/antl6T MS Ob T IweHeli 159 ME/anvo9 MS Z0T E P1no5 PeoP PPP PPS 156T MS/antl6T M5 65 T we8eli MS/any65M5 Tor £ 41n OS 4e0p4e1a45 15 LIMS/a9y6T MS g£ T IweHeli 1SEMS/antl BS MS 00T E PIP654e0p ueu PUS 159IMS/9098T MS L£ T 1weleii 1a15M5/an0SS MS 66 E 4110N4eopueuay5 15EIM5/an98I MS S£ T IweHeli lssms/anvos MS 86 E 41,0N 4eop ueu PUS 15 TIMS/antl9T MS b£ T we8eli 15b MS/ant,. MS L6 11 ;. tuioMeg 5 • • •• wl Aeg weda11 r E 41n054e0pueuay5 1S SIMS/antl9I MS E£ T !we9e11 1S9 MO.,. MS 96 E 41n 05yeop ueu PUS 150ZMS/antl9T MS Z£ T we8eli 159M5/13IS MS 56 E 11n191an115 1a19ZM5/antl SZ MS TE T we8e11 1a1SM5/an9Bb MS 06 E 11n191an1!S 15 EZMS/an9SZ MS 0£ T 10Ie8eli 1S7MS/50981MS E6 E 11n191an1!5 1a1 7ZMS/antl9I MS 6Z T Iwe8e11 1SSMS/antl Lb MS Zfi E 11n191an1!S 15 LZ MS/05900 MS 8Z T !we8eli 15ZM5/any Lb MS f6 E Hn191an11S 159ZMS/antl9I MS CZ T we8e11 .9INSP.,Sb MS 06 E ynll lanl!S 155Z MS/90900 MS 9Z T !we8eli 1a15 MS/any Eb MS 68 E HOI81an1!5 1S5Z MS/antl9I MS SZ T Iwe9e11 1a17M5/any Ob MS 88 E 44e191an1!S 1a190MS/an9EZ MS b2 T 1we8e11 1S puZ MN/antl£9 MN L9 E 11n191an115 1a19ZMS/an9TZ MS EZ T we9e11 15ZN MN/an,BSM 98 E E 11n191an1!S H1I91an11S 15bZ MS/antl6T MS 1S EZMS/antl6T MS ZZ TZ T T 1we8eli we9e11 155 MN/1306 MN ISEMN/any6E MN 58 b8 E 44e191an1!S 1a1ZZMS/9098T MS 0Z T !we8eli 1SZMN/5096E MN ES u016ay P00g10gq61aN ssa1PPY la090459 1 ..0.P00g1ugq61a» ssa1PPY 1agoosN J1 ueeeed 10 1,313 � a1u 0 9 • -z�I5 • a • 3 • •• • • 0001.13• • • • •• • • ye0peuay0 • ••• ypueu0$ 011 mien. l 3 Adam. opal 093 8 5PBeam ea weave 019 50526 d w yl S lemsnpui P 09000 ,alennaBP3 uPl4aed ed eupnpo a � osm , n9 we an,o wore ys I _ �l9 ueuP eeS PIO Ja,uao alma • leelsayuory eseJlell Wad LINOS T1 6 a^I Id • • • •lepwe1 • • • e/101. Wee • • • eiuo3ed el appLungnv • 6lag• pueiafte 0 ° • • 0 0 0 ° • • • 0 0 • 0 0 • 0 • 0 0 0 • • • • .. 00 g UO!b3 g uo!be U016aH u o! 6aH spooLpogL1 !eN s9IoJ!3 o!J4EJ L ° suo!bej epoai3 of gal ATTACHMENT G SODDING SPECIFICATIONS DIVISION 2B SODDING SPECIFICATIONS 2B.01 SODDING GENERAL 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 form erosion, gullies, washouts or other causes shall be repaired by filling with lawn sand, tamping, refertilizing and resodding by the Contractor at his expense if such damage occurs prior to acceptance. IV. INSPECTION FOR ACCEPTANCE: A. Upon completion of all sodding operations, an inspection for acceptance of work will be held. The Contractor shall notify the Owner or his representatives for scheduling of the inspection ten (10) days prior to the anticipated inspection date. B. At the time of acceptance inspection, if the materials are in whole or in substantially acceptance, a written notice will be given by the Owner or his representative to the Contractor that the guarantee period begins from date of inspection. C. In case substantial areas of sod are sickly or dead at the time of inspection, acceptance will not be granted and the Contractor's responsibility for maintenance of all the sodded areas shall be extended until replacements are made. Replacements shall conform in all respects to the specifications for new sod and shall be planted in the same manner. V. SOD GUARANTEE AND REPLACEMENT: A. Guarantee: Sod shall be guaranteed for a period of ninety (90) days after the date of inspection for acceptance under Paragraph IV of this Section, and shall be alive and in satisfactory growth at the end of the guarantee period. B. Replacement: During the guarantee period the Owner and the Contractor shall schedule monthly inspections. Any sod that is dead or not in satisfactory condition shall be replaced within ten (10) days of the inspection. At the end of the guarantee period a final inspection will be held, the Contractor shall then proceed to replace sod that is dead or not in satisfactory condition, said replacement shall carry a ninety (90) days replacement guarantee. C. All non -irrigated sodded areas shall be watered as described under 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. DIVISION 2A 2A.01 PLANTING GENERAL ATTACHMENT F PLANTING SPECIFICATIONS PLANTING SPECIFICATIONS I. SCHEDULING OF WORK: The work shall be as coordinated with other contractors as to prevent any conflicts as to scheduling with others. II. PERSONNEL: All planting shall be performed by personnel familiar with planting procedures and under the supervision of a qualified planting foreman who is to be available at the jobsite during the course of the work. III. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of planting areas or plant pits, the Contractor shall ascertain the location of all electrical cables, all conduits, all utility lines, oil tanks and supply lines, so that proper precautions may be taken not to disturb or damage any subsurface improvements. In the event any are uncovered, the Contractor shall promptly notify the City Engineer, who shall arrange to relocate the plant material, if possible. The Contractor shall be responsible for any damage to utilities and structures and shall properly maintain the protection of same. IV. CLEAN UP: A. If the Contractor fails to clean up, the City may do so and the cost thereof shall be charged to the Contractor. V. SUBMITTALS: A. Unit Prices: The unit prices bid will serve as the basis for any required addition or deletion to the Contract. B. Materials: Submit four samples each with corresponding certificates of compliance from the product manufacturer or supplier for planting soil, fertilizer (analysis card), mulch, galvanized steel banding, turn buckles, guy wires and painted sample of wood braces. Submit these within thirty (30) days after award of Contract. C. Schedule: A detailed sequence of planting shall be submitted to the City by the Contractor. Submit revised schedule when departure from same is necessary. D. Maintenance Guidelines: Submit detailed maintenance guidelines covering fertilization, watering, spraying, trimming, mulching, and any other pertinent issues related to landscape work required to ensure viability of plant material. Submit maintenance guidelines sixty (60) days after award of Contract for review by the City or his representatives. 2A.02 MATERIALS 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. Any materials and/or work may be rejected if; in the opinion of the City Engineer such does not meet the requirements of these Specifications. All rejected materials shall be promptly removed form the site by the Contractor at his expense. 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 red Mulch Grade "A" delivered to the site in sealed and marked bags or approved equal. Any deviation shall be approved by the City Engineer. 2A.03 EXECUTION 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 form weather, adequately packed to prevent breakage and drying out during transit. C. Plants shall not be planted on job until they have been inspected at receiving site, and accepted by the City Engineer. Plants which do not meet specifications for quality herein stated, or plants that show improper handling, or arrive on site in an unsatisfactory condition shall be rejected. Rejected plants shall immediately be removed, disposed of by the Contractor and approved nursery stock of like variety, size and age shall be replaced by him without additional compensation. D. Final acceptance of plant material will be given only after material is planted and after meeting requirements prescribed herein. II. GUYING AND STAKING: A. All guying and staking shall be indicated in the Specifications. B. It shall be the Contractor's responsibility to prevent plants from falling of being blown over, to restraighten and replace all plants which are damage. Plants blown over by high winds shall not be caused for additional expense to the City, but shall be the responsibility of the Contractor. Damaged plants shall be replaced by the Contractor at no additional expense to the City, except the Contractor shall not be held responsible for the loss or death of any tree, shrub or plant , after being properly planted, as a result of hail storms, lighting, flood, fire or other acts of providence beyond his control. III. PLANTING OF TREES AND PALMS: A. Except as otherwise specified, the Contractor's work shall conform to accepted horticultural practices as used in the trade. B. Plants shall be protected upon arrival at the site by being thoroughly watered and properly maintained until planted. Plants shall be planted within 24 hours after arriving at site. At all times, workmanlike methods customarily in good horticultural practice shall be exercised. C. Before digging holes or beds, the location and/or arrangement of the planting shall be staked by the Contractor and accepted by the City Engineer. The staking should be ready for inspection at least FIVE (5) days prior to the projected planting date. The stakes shall be #7 Rebar, at least 18" in length and painted with bright red paint. D. The existence and location of underground utilities if shown on the plans are not guaranteed and shall be investigated and verified in the field by the vicinity of existing structures and utilities shall be carefully done. The Contractor shall be held responsible for any damage to, and for maintenance and protections for existing utilities and structures. E. All circular pits with vertical sides shall be excavated to sizes and depth as shown in the Specifications (Misc. 17-293-4) and backfilled with planting soil. The contractor shall test fill all tree/palm pits with water before planting to assure proper drainage and that percolation is available. Pits which are found not to be adequately draining shall be backfilled with coarse gravel or crushed rock. No allowances will be made for lost plants due to improper drainage. F. Backfill with the specified planting soil mix and incorporate a minimum 6 ounces to 9 ounces of Soil Moist acrylic copolymers evenly spread around and adjacent to the rootball mid -way in depth. The final level of the ground and that of the sod shall conform to the surrounding grade. G. The plants shall be set on prepared planting soil backfill brought to a height permitting planting at the same depth the plants grew in the nursery. Upright plants shall be kept in a vertical position. All plants shall be handled by earthy ball only. Handling by the plant itself will be caused for rejection of such plants. H. After placing the plant in the pit, the backfill shall be watered and firmly tampered to ensure backfill mixture in and about all the roots. All backfill mixture shall be such that no plants will settle lower than the depth indicated on the drawings. I. After filling half way on the earth ball, the burlap shall be loosened and laid back off the top of the ball, or if too bulky, cut away and removed, after which the balance of the pit shall be backfilled and tamped. 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 '/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 by the selected contractor shall be guaranteed for a period of one year after the date of inspection for acceptance. All plant materials shall be alive and in satisfactory growth at the end of the guarantee period. Should the City decide to purchase the trees, plants and shrubs described under the Proposal Unscheduled Additive Items from an outside vendor, the contractor will only be responsible for the planting. Only then, the plant guarantee will not be applicable to the selected bidder. B. Replacements: During the guarantee period, there shall be monthly inspections between the Contractor and the City or his representative to ascertain the viability of the plant material. Any plant that is missing, dead or fails to become established due to Contractor's negligence shall be replaced at no cost to the Owner within ten (10) days after the monthly inspection. At the end of the guarantee period, the Contractor shall notify the City that the project is ready for final inspection. Any plant that is not alive or fails to show satisfactory growth or is missing due to Contractor's negligence will be removed and replaced at no cost to the Owner. All replacement after the final inspection shall carry a six (6) months replacement guarantee. Replacements shall be made within ten (10) days after final inspection. C. Materials and Operations: All replacements shall be plants of the same kind and size specified in the Plant Schedule. They shall be furnished and planted as specified with the cost borne by the Contractor. Please refer to the attached plant schedule. D. Watering Schedule: Refer to previous Sections. 1/27/2021 13896 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORI... Miami FL Ordinance 13896 ADOPTED A'o� 9, 2020 9; 00 AM AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), TITLED "GREEN INITIATIVES", BY ADDING ARTICLE VII, TITLED "FLORIDA-FRIENDLY FERTILIZER USE ON URBAN LANDSCAPES," TO REQUIRE FLORIDA-FRIENDLY LANDSCAPE PRACTICES; TO PROVIDE FOR COMPLIANCE WITH STATE LAW; TO PROVIDE FOR DEFINITIONS; TO PROVIDE FOR OTHER GENERAL REQUIREMENTS CONTAINED IN THE ORDINANCE; CONTAINING A SEVERABILITY CLAUSE; PROVIDING FOR AN EFFECTIVE DATE. Information Department: Commissioners and Mayor Sponsors: Mayor Francis X. Suarez, Vice Chair, District Two Ken Russell, Commissioner, District Three Joe Carollo, Commissioner, District Four Manolo Reyes Category: Elected Official Item Attachments Agenda Summary and Legislation 6789 Back -Up Documents 6789 Pre -Legislation 6789-Submittal-Cris Costello -Fertilizer Ordinance 6789-Submittal-Collin Schladweiler-Recommendations for Propsed Fertilizer Ordinance Financial Impact N/A Body/Legislation WHEREAS, excess nutrients such as nitrogen and phosphorus that come in most fertilizers can pollute waterways and cause environmental problems including but not limited to algae blooms; and WHEREAS, algae blooms kill wildlife, are harmful to humans, and smother seagrass; and WHEREAS, the Miami City Commission has determined that the use of fertilizers on lands within the City of Miami ("City") may contribute to the adverse effects on surface and/or ground because of the impairment to the City's surface waters caused by excessive nutrients or increasing levels of nitrogen in the surface and/or ground water within the aquifers or springs within the boundaries of the City; and WHEREAS, pursuant to Section 403.0885, Florida Statutes, and rules promulgated thereunder, the City's National Pollutant Discharge Elimination System ("NPDES") permit FLS000002-004 authorizes the City to discharge stormwater to waters of the State in accordance with the approved stormwater management program, effluent limitation, and monitoring; and WHEREAS, part of the stormwater management program is compliance with pollution prevention measures, treatment or removal techniques, stormwater monitoring, use of legal authority, and other appropriate means to control the quality of permitted stormwater discharge; and miamifl.iq m2.com/Citizens/Detail_Leg i Fi Ie.aspx?Meeting ID=2393&MediaPosition=&ID=6789&CssClass=&Print=Yes 1/7 1/27/2021 13896 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORI... WHEREAS, one (1) of the seven (7) activities in the stormwater management program mandates the reduction of pesticides, herbicides, and fertilizer applications pursuant to Section 403.9337, Florida Statutes, where all local governments are encouraged to adopt a Florida Friendly Landscaping Ordinance which should be adopted within 24 months of the date of the NPDES permit (November 18, 2016); and WHEREAS, the required activities and reporting requirements are detailed in Part III. A. 6 of the NPDES permit and are submitted in each annual report to the Florida Department of Environmental Protection ("FDEP"); and WHEREAS, pursuant to Section 403.9337, Florida Statutes, each municipal government located within the watershed of a water body or water segment that is listed as impaired by nutrients pursuant to Section 403.067, Florida Statutes, shall, at a minimum, adopt the FDEP's Model Ordinance for Florida -Friendly Fertilizer Use on Urban Landscapes; and WHEREAS, relevant scientific information was considered to address fertilizer use; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and finding contained in the Preamble to this Ordinance are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. Chapter 22.5 of the Code of the City of Miami, Florida, as amended, is hereby further amended as follows:[1] "CHAPTER 22.5 - GREEN INITIATIVES ARTICLE VII. FLORIDA-FRIENDLY FERTILIZER USE ON URBAN LANDSCAPES * Sec. 22.5-129. Purpose and Intent. This Ordinance regulates the proper use of Fertilizers by any Applicator; requires proper training of Commercial and Institutional Fertilizer Applicators; establishes training and licensing requirements; establishes a Prohibited Application Period; and specifies allowable Fertilizer Application rates and methods, Fertilizer -free zones, Low Maintenance Zones, and exemptions. This Ordinance requires the use of Best Management Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of Fertilizers. These secondary and cumulative effects have been observed in and on the City's natural and constructed stormwater conveyances, rivers, creeks, canals, springs, lakes, estuaries, and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural, and economic well-being of the City's residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in Fertilizer, will help improve and maintain water and habitat quality. Sec. 22.5-130. Definitions. For the purposes of this Ordinance, the following words and phrases shall have the meanings respectively ascribed to them by this Section unless the context clearly indicates otherwise. "Application", "Apply", or variants thereof means the actual physical deposit of Fertilizer to Turf or Landscape Plants. miamifliqm2.com/Citizens/Detail_LegiFile.asp0Meeting ID=2393&MediaPosition=&ID=6789&CssClass=&Print=Yes 2/7 1/27/2021 13896 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORI... "Applicator" means any Person who Applies Fertilizer on Turf and/or Landscape Plants in the City. "Best Management Practices" means Turf and landscape practices or combination of practices based on research, field-testing, and expert review determined to be the most effective and practicable on -location means, including economic and technological considerations, for improving water quality, conserving water supplies, and protecting natural resources. "Commercial Fertilizer Applicator" or "Commercial Applicator" means any Person who Applies Fertilizer on Turf and/or Landscape Plants in the City in exchange for money, goods, services, or other valuable consideration. "Fertilize," "Fertilizing," or "Fertilization" means the act of Applying Fertilizer to Turf, specialized Turf, or Landscape Plants. "Fertilizer" means any substance or mixture of substances except pesticide/fertilizer mixtures such as "weed and feed" products that contains one or more recognized plant nutrients and promotes plant growth, controls soil acidity or alkalinity, provides other soil enrichment, or provides other corrective measures to the soil. "Institutional Applicator" means any Person other than a non-commercial or Commercial Applicator (unless such definitions also apply under the circumstances) that Applies Fertilizer for the purpose of maintaining Turf and/or Landscape Plants. Institutional Applicators shall include, but shall not be limited to, owners and managers of public lands, schools, parks, religious institutions, utilities, industrial or business sites, and any residential properties maintained in condominium and/or common ownership. "Landscape Plant" means any native or exotic tree, shrub, or groundcover (excluding Turf). "Low Maintenance Zone" means an area a minimum of ten (10) feet wide adjacent to watercourses which is planted and managed in order to minimize the need for Fertilization, watering, mowing, etc. "Pasture" means land used for livestock grazing that is managed to provide feed value. "Person" means any natural person, business, corporation, limited liability company, partnership, limited partnership, association, club, organization, or group of people acting as an organized entity. "Prohibited Application Period" means the time period during which a Flood Watch or Warning, a Tropical Storm Watch or Warning, or a Hurricane Watch or Warning is in effect for any portion of the City issued by the National Weather Service, or if heavy rain is likely. "Restricted Application Period" means June 1 through September 30. "Slow Release," "Controlled Release," "Timed Release," "Slowly Available," or "Water Insoluble Nitrogen" means nitrogen in a form which delays its availability for plant uptake and use after Application or which extends its availability to the plant longer than a reference rapid or quick release product. "Turf," "Sod," or "Lawn" means a piece of grass -covered soil held together by the roots of the grass. Sec. 22.5-132. Applicability. This Ordinance shall be applicable to and shall regulate any and all Applicators of Fertilizer and areas of Application of Fertilizer within the City unless such Applicator is specifically exempted by the terms of this Ordinance from the regulatory provisions of this Ordinance or an existing contract in effect at the time this Ordinance passes which provides other regulatory provisions that shall govern only until such existing contract terminates, expires, or is amended or during any declared State of Emergency pursuant to Chapter 45 of the City Code. This Ordinance shall be prospective only and shall not impair any existing contracts. Sec. 22.5-133. Time of Fertilizer Application. miamifliqm2.com/Citizens/Detail_LegiFile.asp0Meeting ID=2393&MediaPosition=&ID=6789&CssClass=&Print=Yes 3/7 1/27/2021 13896 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORI... (a) No Applicator shall Apply Fertilizers containing nitrogen and/or phosphorus to Turf and/or Landscape Plants during the Prohibited Application Period or to saturated soils. In addition, Fertilizer containing nitrogen or phosphorus shall not be Applied to Turf or Landscape Plants during the Restricted Application Period, which is defined as June 1 to September 30. (b) Fertilizer shall only be Applied to actively growing Turf. (c) Fertilizer containing nitrogen or phosphorus shall not be Applied before seeding or sodding a site and shall not be Applied for the first thirty (30) days after seeding or sodding except when hydroseeding for temporary or permanent erosion control in an emergency situation (wildfire, etc.) or in accordance with the Stormwater Pollution Prevention Plan for that site. Sec. 22.5-134. Fertilizer Free Zones. Fertilizer shall not be Applied within fifteen (15) feet of any pond, stream, watercourse, lake, canal, or wetland as defined by the Florida Department of Environmental Protection ("FDEP"), currently codified in Fla. Admin. Code 62-340, or from the top of a seawall. If more stringent County Code regulations apply, this provision does not relieve the requirement to adhere to the more stringent regulations. Newly planted Turf and/or Landscape Plants may be Fertilized in this Zone only for a sixty (60) day period beginning thirty (30) days after planting if needed to allow the plants to become well established. Caution shall be used to prevent direct deposition of nutrients into the water. Sec. 22.5-135. Low Maintenance Zones. A voluntary ten (10) foot Low Maintenance Zone is strongly recommended, but not mandated, from any pond, stream, water course, lake, wetland, or from the top of a seawall. A swale/berm system is recommended for installation at the landward edge of this Low Maintenance Zone to capture and filter runoff. If more stringent County Code regulations apply, this provision does not relieve the requirement to adhere to the more stringent regulations. No mowed or cut vegetative material should be deposited or left remaining in the Low Maintenance Zone or deposited in the water. Care should be taken to prevent the over -spray of aquatic weed products in the Low Maintenance Zone. Care must be taken to ensure erosion of the surface soil does not occur. Excessive erosion may result in additional pollution hazard. Sec. 22.5-136. Fertilizer Content and Application Rates. (a) Fertilizers Applied to Turf and/or Landscape Plants within the City shall be Applied to Turf and/or Landscape Plants at the lowest recommended rate according to the "Florida Green Industries Best Management Practices for Protection of Water Resources in Florida, December 2008", as updated, with no more than four (4) pounds of nitrogen per one thousand (1,000) square feet Applied in any calendar year. (b) Liquid Fertilizers containing nitrogen Applied to Turf and/or Landscape Plants within the City shall not be Applied at a rate that exceeds 0.5 pounds per one thousand (1,000) square feet per Application. (c) Granular Fertilizers containing nitrogen Applied to Turf and/or Landscape Plants within the City shall contain at least fifty percent (50%) Slow Release, Controlled Release, Timed Release, Slowly Available, or Water Insoluble Nitrogen per guaranteed analysis label. Caution should be used to prevent direct deposition of nutrients in the water. (d) No Fertilizer containing phosphorus shall be applied to Turf and/or Landscape Plants within the City, except where a phosphorus deficiency has been demonstrated in the soil underlying the Turf and/or Landscape Plants by a soil analysis test performed by a State of Florida certified laboratory. Any person who obtains a soil analysis test showing a phosphorus deficiency and who wishes to apply phosphorus to Turf and/or Landscape Plants shall provide a copy of the test results to the City prior to the Application of phosphorus. (e) Fertilizers labeled for sports Turf at golf courses, parks, and athletic fields shall: miamifliqm2.com/Citizens/Detail_LegiFile.asp0Meeting ID=2393&MediaPosition=&ID=6789&CssClass=&Print=Yes 4/7 1/27/2021 13896 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORI... 1. Have directions for use not to exceed rates recommended in the document titled SL191 "Recommendations for N, P, K and Mg for Golf Course and Athletic Field Fertilization Based on Mehlich I Extractant" dated March 2007, as amended from time to time, which is hereby adopted and incorporated by reference into this Ordinance. 2. Have directions for use in accordance with the recommendations in "BMP's for the Enhancement of Environmental Quality on Florida Golf Courses" published by FDEP dated October 2012. This does not exempt Applicators at these sites from the required basic Green Industry BMP training. Sec. 22.5-137. Application Practices. (a) Spreader deflector shields are required when Fertilizing via rotary (broadcast) spreaders. Deflectors must be positioned such that Fertilizer granules are deflected away from all impervious surfaces, Fertilizer -free zones, and water bodies including wetlands. (b) Fertilizer shall not be Applied, spilled, or otherwise deposited on any impervious surfaces. (c) Any Fertilizer Applied, spilled, or deposited, either intentionally or accidentally, on any impervious surface shall be immediately and completely removed to the greatest extent practicable. (d) Fertilizer released on an impervious surface must be immediately contained and either legally Applied to Turf or any other legal site or returned to the original or other appropriate container. (e) In no case shall Fertilizer be washed, swept, or blown off impervious surfaces into stormwater drains, ditches, conveyances, or water bodies. Sec. 22.5-138. Management of Grass Clippings and Vegetative Matter. In no case shall grass clippings, vegetative material, and/or vegetative debris, either intentionally or accidentally, be washed, swept, or blown off into stormwater drains, ditches, conveyances, water bodies, wetlands, sidewalks, or roadways. Any material that is accidentally so deposited shall be immediately removed to the maximum extent practicable. Sec. 22.5-139. Exemptions. The provisions set forth in this Ordinance shall not apply to: (a) Bona fide farm operations as defined in the Florida Right to Farm Act, Section 823.14, Florida Statutes, provided that Fertilizers are Applied in accordance with the appropriate Best Management Practices manual adopted by the Florida Department of Agriculture and Consumer Services, Office of Agricultural Water Policy for the crop in question, if applicable in the City. (b) Other properties not subject to or covered under the Florida Right to Farm Act that have Pastures used for grazing livestock provided that Fertilizers are Applied in accordance with the appropriate Best Management Practices manual adopted by the Florida Department of Agriculture and Consumer Services, Office of Agricultural Water Policy for the crop in question, if applicable in the City. (c) Fruit trees and shrubs provided that Fertilizer Application rates do not exceed University of Florida Institute of Food and Agricultural Sciences (UF/IFAS) recommendations. (d) Vegetable gardens, owned by individual property owners or a community, provided that Fertilizer Application rates do not exceed UF/IFAS recommendations per SP 103 Florida Vegetable Gardening Guide, December 2008, as amended. (e) Yard waste compost, mulches, or other similar materials that are primarily organic in nature and are Applied to improve the physical condition of the soil. miamifl.icim2.com/Citizens/Detail_Leg i Fi Ie.aspx?Meeting ID=2393&MediaPosition=&ID=6789&CssClass=&Print=Yes 5/7 1/27/2021 13896 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORI... (f) Tree trunk injection Fertilization treatments that are performed by a certified arborist. .(g) Golf courses. For all golf courses, the provisions of the Florida Department of Environmental Protection document, titled "BMPs for the Enhancement of Environmental Quality on Florida Golf Courses, January 2007", as amended, are required and shall be followed when Applying Fertilizer to golf courses. (h) Specialized Turf managers are required to follow the provisions of the "Florida Green Industries Best Management Practices for Protection of Water Resources in Florida, December 2008", as amended, for Turf and Landscape Plants. Sec. 22.5-140. Training. (a) All Commercial and Institutional Applicators of Fertilizer within the City shall abide by and successfully complete the six -hour training program in the "Florida -Friendly Best Management Practices for Protection of Water Resources by the Green Industries" offered by FDEP through the University of Florida Extension "Florida -Friendly Landscapes" program. (b) Private, non-commercial Applicators are required to follow the recommendations of the University of Florida Institute of Food and Agricultural Sciences (UF/IFAS) Florida Yards and Neighborhoods program when Applying Fertilizers. Sec. 22.5-141. Licensing of Commercial Applicators. (a) All Commercial Applicators of Fertilizer within the City shall abide by and successfully complete training and continuing education requirements in the "Florida -friendly Best Management Practices for Protection of Water Resources by the Green Industries" offered by FDEP through the University of Florida Institute of Food and Agricultural Sciences (UF/IFAS) "Florida -Friendly Landscapes" program prior to obtaining a City Local Business Tax Receipt ("BTR") for any category of occupation which may Apply any Fertilizer to Turf and/or Landscape Plants. Commercial Fertilizer Applicators shall provide proof of completion of the program to the Department of Code Compliance when applying for the BTR within 180 days of the effective date of this Ordinance. (b) All businesses of any category of occupation who may Apply Fertilizer to Turf and/or Landscape Plants (including but not limited to residential Lawns, golf courses, commercial properties, and multi -family and condominium properties) must ensure that at least one (1) employee has an appropriate "Florida -Friendly Best Management Practices for Protection of Water Resources by the Green Industries" training certificate prior to the business owner obtaining a BTR. Sec. 22.5-142. Enforcement. Funds generated by penalties imposed under this Ordinance shall be used by the City for the administration and enforcement of Section 403.9337, Florida Statutes, and the corresponding sections of this Ordinance and to further water conservation and nonpoint pollution prevention activities. Sec. 22.5-143. Penalties. A violation of any provision of this Article shall be punishable by a fine of $250.00 for a first offense and $500.00 for each offense thereafter and shall be enforced pursuant to the provisions of Chapter 2, Article X of the City Code. The City, including its departments, boards, and agencies, may take any and all appropriate action to enforce the provisions of this Article, including but not limited to code enforcement action pursuant to Chapter 2, Article X of the City Code, emergency injunctive action, and any other action permitted by law, including but not limited to Chapter 162, Florida Statutes. The use of one remedy shall not preclude the use of another." Section 3. If any section, part of a section, paragraph, clause, phrase, or word of this Ordinance is declared invalid, the remaining provisions of this Ordinance shall not be affected. miamifliqm2.com/Citizens/Detail_LegiFile.asp0Meeting ID=2393&MediaPosition=&ID=6789&CssClass=&Print=Yes 6/7 1/27/2021 13896 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORI... Section 4. This Ordinance shall become effective ten (10) days after adoption thereof. [1] Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Asterisks indicate omitted and unchanged material. [2] This Ordinance shall become effective as specified herein unless vetoed by the Mayor within ten (10) days from the date it was passed and adopted. If the Mayor vetoes this Ordinance, it shall become effective immediately upon override of the veto by the City Commission or upon the effective date stated herein, whichever is later. Meeting History Dec 12, 2019 9:00 AM City Commission Regular Meeting RESULT: NO ACTION TAKEN Next: 1/9/2020 9:00 AM Jan 9, 2020 9:00 AM City Regular Meeting Commission Note for the Record: Item FR.3 was continued to the February 13, 2020, Regular Commission Meeting. RESULT: CONTINUED [UNANIMOUS] MOVER: Joe Carollo, Commissioner, District Three SECONDER: Manolo Reyes, Commissioner, District Four AYES: Ken Russell, Alex Diaz de la Portilla, Joe Carollo, Manolo Reyes ABSENT: Keon Hardemon Feb 13, 2020 9:00 AM City Commission City Commission Meeting RESULT: PASSED ON FIRST READING [UNANIMOUS] MOVER: Ken Russell, Vice Chair, District Two SECONDER: Manolo Reyes, Commissioner, District Four AYES: Keon Hardemon, Ken Russell, Alex Diaz de la Portilla, Joe Carollo, Manolo Reyes Mar 12, 2020 9:00 AM City Commission City Commission Meeting RESULT: ADOPTED [UNANIMOUS] MOVER: Ken Russell, Vice Chair, District Two SECONDER: Manolo Reyes, Commissioner, District Four AYES: Keon Hardemon, Ken Russell, Alex Diaz de la Portilla, Joe Carollo, Manolo Reyes Apr 9, 2020 9:00 AM City Commission City Commission Meeting RESULT: ADOPTED [UNANIMOUS] MOVER: Ken Russell, Vice Chair, District Two SECONDER: Manolo Reyes, Commissioner, District Four AYES: Keon Hardemon, Ken Russell, Alex Diaz de la Portilla, Joe Carollo, Manolo Reyes Next: 2/13/2020 9:00 AM Draft miamifl.iq m2.com/Citizens/Detai I_Leg i Fi Ie.aspx?Meeting ID=2393&MediaPosition=&ID=6789&CssClass=&Print=Yes 7/7 ATTACHMENT H IRRIGATION SPECIFICATIONS DIVISION 2C IRRIGATION SPECIFCATIONS IRRIGATION TECHNICAL SPECIFICATIONS AND DETAILS (EXISTING SYSTEM) 1. SYSTEM DESCRIPTION: This is a fully automatic system - Solatrol solar powered controllers is recommended. Emitters are BIBCO turf bubblers. They are spaced approximately 5 ft on center. These are pressure regulated emitters that screw into a standard 1/2 FIP PVC fitting. The emitter tube comes to the surface. This system can be observed in operation. There is no sprinkler equipment above ground to sustain damage from mowers, o weed eaters. 2. SYSTEM PIPE: All pipe is class 200 PVC or heavier. System main is Schedule 40 PVC pipe. All fittings are solvent weld Sch. 40 fittings unless otherwise indicated in these specifications. Bell and 0 ring main is class 200 fittings and pipe ends shall be cleaned with an all purpose pipe cleaner prior to applying glue. Main is a minimum 36" of cover; all other pipe is a minimum 8" of cover. See detail for correct depth so that emitter tube is at surface following installation. Backfill shall be free of debris or sharp objects. No rock larger than 1/2 shall be in contact with PVC lines anywhere. All pipes above ground are galvanized, copper, bronze or welded ductile iron. 3. SLEEVES: All pipes under paving / walks are sleeved with schedule 40 PVC pipe. Replacement of any sleeves installed under roadways, shall be inspected as per local codes for proper earth compaction around sleeves. Road sleeves extend two feet beyond edge of road. Walk sleeves extend one foot into landscape area. 4. CONTROLLERS: If replacement is necessary, a Solatrol LEIT 8000 solar powered controller will be installed. Pedestal installation as per manufacturer's recommendations. 5. CONTROL WIRE: Installed as recommended by the controller manufacturer. Control wire shall be UL approved, solid core, PE or PVC covered irrigation control wire. Use 14 gage control and 12 gage ground wire. All splices and connections at valves to be made with .3M brand DBY Direct Burial Splice Kit. All wire to be brought back to controllers. All wire to be encased in UL approved PVC conduit. Wire pull junction boxes are utilized and installed a maximum of 190' apart and placed in 10" Carson or other approved valve boxes. Replacement of any conduit installation under the pavement shall be by pulling under the pavement rather than opening a trench. 6. WATER SOURCE: City water meters are existing. Meters are assumed to be 1-1/2" meters. 7. BACKFLOW PREVENTION: A Pressure Vacuum Breaker — Wilkins Model 720A with ball shut off valves installed from the factory (or equal) Backflow Prevention Assembly installed as per local code at the water source, between the meter and the electric master valve. 8. MASTER CONTROL VALVE: Presumed to be existing. 9. ELECTRIC CONTROL VALVES: Hardie (Irritrol) 100FC series 24 volt electric valves or Rainbird PGA electric valves. Valves are equipped with Solatrol solenoid as required to operate with the Solatrol controller. All valves are housed in 16" x 12" rectangular Carson. 1419B valve boxes or larger as required and installed as per details. 10. REPAIRS AROUND EXISTING TREES: Trenches in and around existing trees must be hand dug. Extreme care must be used to prevent damage to the root system of existing trees. Roots larger than 1 'h" in diameter shall not be cut. Soil beneath roots must be excavated so that the sprinkler lines can be carefully placed through and beneath the existing roots, at the proper depth, as called for in the specifications. Backfilling in these areas shall be done by washing the soil back into the trenches to prevent forming of any air pockets around the existing root system. 11. WORKABILITY: Due to its accessible location, the irrigation system may be frequently damaged. The Contractor is responsible to conduct a bi-weekly inspection of the irrigation system and replace all damaged components. The irrigation system must be fully functional at all times. IFB 1380386 ATTACHMENT N PARK OWNED LOTS LANDSCAPE MAINTENANCE SERVICES POOL LOT NUMBER ADDRESS SQUARE FEET 1 735 SW 63RD COURT 7,500 2 615 SW 63RD AVENUE 7,500 3 130 SW 51ST PLACE 12,000 4 12 SW 47TH AVENUE 9,580 5 2601 SW 13TH STREET 9,450 6 2300 SW 22ND TERRACE 8,500 7 615 SW 63RD COURT 13,000 8 2201 SW 26TH STREET 4,500 9 632 SW 63RD AVENUE 5,500 10 600 SW 63RD AVENUE 5,500 11 610 SW 63RD AVENUE 5,500 12 700 SW 63RD AVENUE 5,000 13 3699-3701 SW 1ST AVENUE 30,000 14 2445 SW 5TH AVENUE 11,700 15 2200 SW 9TH AVENUE 13,500 16 1211 SW 14TH STREET 5,000 17 1320 SW 21 STREET 10,000 18 1251 SW 7TH STREET 14,000 19 1261 SW 7TH STREET 5,000 20 1269 SW 7TH STREET 5,000 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: Solicitation Title: (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 1 FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office 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: ❑ 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/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