HomeMy WebLinkAboutCRA-R-25-0062 Backup_IFB No. 1380386City of Miami
Invitation for Bid (IFB)
Procurement Department
Miami Riverside Center
444 SW 2^d 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 departments with continual
service and supplies while a new Contract is being solicited, evaluated, and/or awarded. If the right to
extend is exercised, the City shall notify the Successful Bidder/Contractor, in writing, of its intent to
extend the Contract in accordance with the existing terms and conditions for a specified number of
days. Additional extensions beyond the first one hundred 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
Depailnient of Labor. Each adjusted minimum wage rate calculated, shall be determined and published
by the Agency Workforce Innovation on September 30th of each year and take effect on the following
January 1st.
It is the Bidder's and their subcontractor's (if applicable), full responsibility to determine whether any
of their employees may be impacted by this Florida Minimum Wage Law, at any given point in time
during the term of the Bid Contract. If impacted, Bidder must provide, with its bid, employee name(s),
job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of
bid submittal constitute Successful Bidder's/Contractor's acknowledgement and understanding that the
Florida Minimum Wage Law will not impact its prices throughout the term of the Bid Contract, and
a waiver of any contractual price increase request(s). The City reserves the right to request, and the
Successful Bidder/Contractor must provide for any, and all information to make a wage and contractual
price increase(s) determination.
B. City of Miami Living Wage Ordinance. The City of Miami adopted a Living Wage Ordinance for
City Service Contracts with a total contract value exceeding $100,000 annually, and that have been
competitively solicited and awarded on, or after January 1, 2017, by the City.
"Service Contract" means a contract to provide services to the City, excluding, however, professional
services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and
Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City
Code. Section 18-557.
If a solicitation requires services, effective on January 1, 2017, Contractors must pay to all its
employees, who provide services, a living wage of no less than $15.00 per hour without health benefits;
or a wage of no less than $13.19 an hour, with health benefits.
This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance.
Please review Section 18-557 of the City Code for a complete and thorough description of the City of
Miami Living Wage Ordinance.
1.39 GOVERNING LAW AND VENUE - The validity and effect of any Bid Contract as a result of this
Formal Solicitation shall be governed by the laws of the State of Florida. The parties agree that any action,
mediation, or arbitration arising out of the Bid Contract shall take place in Miami -Dade County, Florida. In
any action or proceeding each party shall bear their own respective attorney's fees.
1.40 HEADINGS AND TERMS - The headings to the various paragraphs of the Bid Contract have been
inserted for convenient reference only and shall not in any manner be construed as modifying, amending, or
affecting in any way, the expressed terms and conditions hereof.
1.41 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person,
firm, or entity that performs or assists the City of Miami with a function or activity involving the use or
disclosure of "individually identifiable health information (IIHI), and/or Protected Health Information (PHI),
shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996, and the City of
Miami Privacy Standards. HIPAA mandates for privacy, security, and electronic transfer standards, which
include, but are not limited to:
A. Use of information only for performing services required by the contract or as required by law;
B. Use of appropriate safeguards to prevent non -permitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply
to the Bidder and reasonable assurances that IIHI/PHI will be held confidential;
E. Making PHI available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments
requested by the customer;
G. Making PHI available to the City of Miami for an accounting of disclosures; and
H. Making internal practices, books and records related to PHI available to the City of Miami for
compliance audits.
PHI shall maintain its protected status regardless of the form and method of transmission (i.e., paper records,
and/or electronic transfer of data). The Successful Bidder/Contractor must give its customers written notice of
its privacy information practices, including specifically, a description of the types of uses and disclosures that
would be made with protected health information.
1.42 INDEMNIFICATION -Successful Bidder/Contractor shall indemnify, hold and save harmless, and
defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all
liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to
the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct
of Successful Bidder/Contractor and persons employed or utilized by Successful Bidder/Contractor in the
performance of this Contract. The Successful Bidder/Contractor shall further, hold the City, its officials and
employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or
employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from
the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the
event that any action or proceeding is brought against the City by reason of any such claim or demand, the
Successful Bidder/Contractor shall, upon written notice from the City, resist and defend such action or
proceeding by counsel satisfactory to the City. The Successful Bidder/Contractor expressly understands and
agrees that any insurance protection required by this Contract or otherwise provided by the Successful
Bidder/Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the
City or its officers, employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate the Successful Bidder/Contractor to defend, at its own
expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide
for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and
description which may be brought against the City, whether performed by the Successful Bidder/Contractor,
or persons employed or utilized by the Successful Bidder/Contractor.
These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under
the laws of the State of Florida, including without limitation and interpretation, which conforms to the
limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended.
Successful Bidder/Contractor shall require all sub-consultant/contractor agreements to include a provision that
each sub -contractor will indemnify the City in substantially the same language as this Section. The Successful
Bidder/Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims
which may result from any actions or omissions of the Successful Bidder/Contractor in which the City
participated either through review or concurrence of the Consultant's actions. In reviewing, approving or
rejecting any submissions by the Successful Bidder/Contractor or other acts of the Successful
Bidder/Contractor, the City, in no way, assumes or shares any responsibility or liability of the Successful
Bidder/Contractor or sub-consultant/contractor under this Contract.
Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration
for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly
acknowledged by the Successful Bidder/Contractor.
1.43 FORMATION AND DESCRIPTIVE LITERATURE - Bidders must furnish all information requested
in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder must
submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data
Sheets (MSDS) as required, covering the products offered. Reference to literature submitted with a previous
bid, or on file with the City, will not satisfy this provision.
1.44 INSPECTIONS - The City may, at reasonable times during the term of the Bid Contract, inspect
Successful Bidder's/Contractor's facilities and perform such tests, as the City deems reasonably necessary, to
determine whether the goods and/or services required to be provided by the Successful Bidder/Contractor,
under the Bid Contract conform to the terms and conditions of the Formal Solicitation. Successful
Bidder/Contractor shall make available to the City all reasonable facilities and assistance to facilitate the
performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and
made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-101) City
Code, as same may be amended or supplemented, from time to time, which, in conjunction with Section 18-
102, providing for audits of City contractors, are applicable and are deemed as being incorporated by reference
as supplemental terms.
1.45 INSPECTION OF BID - Bids received by the City, pursuant to a Formal Solicitation, will not be made
available until such time as the City provides notice of a decision, or intended decision, or within 30 days after
bid closing, whichever is earlier. Bid results will be tabulated and may be furnished upon request, via fax or e-
mail, to the City's Procurement Contracting Officer, issuing the Formal Solicitation. Tabulations are also
available on the City's website following a recommendation for award.
1.46 INSURANCE - Within ten (10) days after receipt of Notice of Award, the Successful Bidder/Contractor,
shall furnish the evidence of insurance to the Procurement Department, as applicable. Submitted evidence of
insurance shall demonstrate strict compliance with all requirements stipulated in the Special Conditions section
titled "Insurance Requirements". The City shall be listed as an "Additional Insured."
Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the certificate of
insurance is received within the specified time frame but not in the manner prescribed in the Formal
Solicitation, the Successful Bidder/Contractor shall be verbally notified of such deficiency and shall have an
additional five (5) calendar days to submit a corrected certificate to the City. If the Successful
Bidder/Contractor fails to submit the required insurance documents in the manner prescribed in the Formal
Solicitation within fifteen (15) calendar days after receipt of the Notice of Award, the Successful
Bidder/Contractor shall be in default of the contractual terms and conditions and will not be awarded the
contract. Information regarding any insurance requirements shall be directed to the Risk Management Director,
Depaitinent of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1384.
The Successful Bidder/Contractor shall be responsible for ensuring that the insurance documents required in
conjunction with this Section remain in effect for the duration of the contractual period; including any renewals
and extensions that may be exercised by the City.
1.47 INVOICES - Invoices submitted by Successful Bidder/Contractor to the City shall include the Purchase
Order number and description of goods and/or services delivered (i.e., quantity, unit price, extended price, etc.);
and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act).
1.48 LOCAL PREFERENCE -City Code Section 18-85, states, "when a responsive, responsible non -local
Bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local Bidders
who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted
by the non -local Bidder, then that non -local Bidder and each of the aforementioned responsive, responsible
local Bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the
low bid previously submitted by the non -local Bidder. Contract award shall be made to the lowest responsive,
responsible Bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between
a local Bidder and a non -local Bidder, contract award shall be made to the local Bidder."
1.49 MANUFACTURER'S CERTIFICATION - The City reserves the right to request from Bidders a
separate Manufacturer's Certification of all statements made in the Bid. Failure to provide such certification
may result in the rejection of the Bid, or termination of the Bid Contract, for which the Bidder/Successful
Bidder/Contractor shall bear full liability.
1.50 MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No Contract
or understanding to modify the Formal Solicitation and the resultant Purchase Order(s) or Bid Contract, if
applicable, shall be binding upon the City, unless made in writing by the City's Director of Procurement through
the issuance of a change order, addendum, 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 Depailnient 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 CON TRACT/ 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 CONTRACT DISPUTES (SECTION 18-105):
A. Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the City
Attorney, shall have the authority to resolve disputes between the Successful Bidder/Contractor and
the City which arise under, or by virtue of, a Contract between them; provided that, in cases involving
an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such
authority extends, without limitation, to disputes based upon breach of Contract, mistake,
misrepresentation, or lack of complete performance, and shall be invoked by a Contractual Party by
submission of a protest to the City Manager.
B. Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall
promptly render a written report stating the reasons for the action taken by the City Commission, or
the City Manager, which shall be final and conclusive. A copy of the decision shall be immediately
provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided
that the protesting party shall not be entitled to such judicial relief without first having followed the
procedure set forth in this Section.
1.75 RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (SECTION 18-104):
Right to protest.
The following procedures shall be used for resolution of protested solicitations and awards except for purchases
of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000.00. Protests
thereon shall be governed by the administrative policies and procedures of purchasing.
A. Protest of solicitation.
1. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a
contract may protest to the chief procurement officer. A written notice of intent to file a protest
shall be filed with the chief procurement officer within three days after the request for proposals,
request for qualifications or request for letters of interest is published in a newspaper of general
circulation. A notice of intent to file a protest is considered filed when received by the chief
procurement officer; or
2. Any prospective bidder who intends to contest bid specifications or a bid solicitation may protest
to the chief procurement officer. A written notice of intent to file a protest shall be filed with the
chief procurement officer within three days after the bid solicitation is published in a newspaper
of general circulation. A notice of intent to file a protest is considered filed when received by the
chief procurement officer.
B. Protest of award.
1. Any actual proposer who perceives itself aggrieved in connection with the recommended award of
contract may protest to the chief procurement officer. A written notice of intent to file a protest
shall be filed with the chief procurement officer within two days after receipt by the proposer of
the notice of the city manager's recommendation for award of contract. The receipt by proposer of
such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return
receipt requested. A notice of intent to file a protest is considered filed when received by the chief
procurement officer; or
2. Any actual responsive and responsible bidder whose bid is lower than that of the recommended
bidder may protest to the chief procurement officer. A written notice of intent to file a protest shall
be filed with the chief procurement officer within two days after receipt by the bidder of the notice
of the city's determination of non -responsiveness or non -responsibility. The receipt by bidder of
such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return
receipt requested. A notice of intent to file a protest is considered filed when received by the chief
procurement officer.
3. A written protest based on any of the foregoing must be submitted to the chief procurement officer
within five days after the date the notice of protest was filed. A written protest is considered filed
when received by the chief procurement officer.
The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning
points in making an award determination.
The written protest shall state with particularity the specific facts and law upon which the protest of the
solicitation or the award is based and shall include all pertinent documents and evidence and shall be
accompanied by the required filing fee as provided in subsection (f). This shall form the basis for review of the
written protest and no facts, grounds, documentation, or evidence not contained in the protester's submission
to the chief procurement officer at the time of filing the protest shall be permitted in the consideration of the
written protest.
No time will be added to the above limits for service by mail. In computing any period of time prescribed or
allowed by this section, the day of the act, event or default from which the designated period of time begins to
run shall not be included. The last day of the period so computed shall be included unless it is a Saturday,
Sunday or legal holiday in which event the period shall run until the end of the next day, which is neither a
Saturday, Sunday nor legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in
the computation of the time for filing.
Authority to resolve protests; hearing officer(s).
Hearing officers appointed by the city shall have authority to resolve protests filed under this chapter of the
City Code. The city manager shall appoint a hearing officer, from a separate list of potential hearing officers
pre -approved by the city commission, to resolve protests filed in accordance with this section, no later than
five working days following the filing of a bid protest. The hearing officer shall have the authority to settle and
resolve any written protest. The hearing officer shall submit said decision to the protesting party and to the
other persons specified within ten days after he/she holds a hearing under the protest.
A. Hearing officer. The hearing officer may be a special master as defined in chapter 2, article X, section
2-811 of the City Code, or a lawyer in good standing with the Florida Bar for a minimum of ten years
with a preference given to a lawyer who has served as an appellate or trial court judge. The hearing
officer may be appointed from alternative sources (e.g., expert consulting agreements, piggyback
contracts, etc.) where the city commission adopts a recommendation of the city attorney that such
action is necessary to achieve fairness in the proceedings. The engagement of hearing officers is
excluded from the procurement ordinance as legal services. The hearing officers appointed in the pre -
qualified group should be scheduled to hear protests on a rotational basis.
B. Right of protest. Any actual bidder or proposer who has standing under Florida law dissatisfied and
aggrieved with the decision of the city regarding the protest of a solicitation or the protest of an award
as set forth above in this section may request a protest hearing. Such a written request for a protest
hearing must be initiated with a notice of intent to protest followed by an actual protest as provided in
subsection 18-104(a). The notice of intent to protest and the actual protest must each be timely received
by the chief procurement officer and must comply with all requirements set forth in subsection 18-
104(a). Failure to submit the required notice of intent to protest and the actual protest within the
specified timeframes will result in an administrative dismissal of the protest.
C. Hearing date. Within 30 days of receipt of the notice of protest, the chief procurement officer shall
schedule a hearing before a hearing officer, at which time the person protesting shall be given the
opportunity to demonstrate why the decision of the city relative to the solicitation or the award, which
may include a recommendation for award by the city manager to the city commission, as applicable,
should be overturned. The party recommended for award, if it is a protest of award, shall have a right
to intervene and be heard.
Hearing procedure.
The procedure for any such hearing conducted under this article shall be as follows:
A. The city shall cause to be served by certified mail a notice of hearing stating the time, date, and place
of the hearing. The notice of hearing shall be sent by certified mail, return receipt requested, to the
mailing address of the protester.
B. The party, any intervenor, and the city shall each have the right to be represented by counsel, to call
and examine witnesses, to introduce evidence, to examine opposing or rebuttal witnesses on any
relevant matter related to the protest even though the matter was not covered in the direct examination,
and to impeach any witness regardless of which party first called him/her to testify. The hearing officer
may extend the deadline for completion of the protest hearing for good cause shown, but such an
extension shall not exceed an additional five business days. The hearing officer shall consider the
written protest and supporting documents and evidence appended thereto, supporting documents or
evidence from any intervenor, and the decision or recommendation as to the solicitation or award being
protested, as applicable. The protesting party, and any intervenor, must file all pertinent documents
supporting his/her protest or motion to intervene at least five business days before the hearing, as
applicable. The hearing officer shall allow a maximum of two hours for the protest presentation and a
maximum of two hours for the city response. When there is an intervenor, a maximum of two hours
will be added for the intervenor. In the event of multiple protests for the same project, the hearing
officer shall allocate time as necessary to ensure that the hearing shall not exceed a total of one day.
C. The hearing officer shall consider the evidence presented at the hearing. In any hearing before the
hearing officer, irrelevant, immaterial, repetitious, scandalous, or frivolous evidence shall be excluded.
All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of
their affairs shall be admissible whether or not such evidence would be admissible in trial in the courts
of Florida. The hearing officer may also require written summaries, proffers, affidavits, and other
documents the hearing officer determines to be necessary to conclude the hearing and issue a final
order within the time limits set forth by this section.
D. The hearing officer shall determine whether procedural due process has been afforded, whether the
essential requirements of law have been observed, and whether the decision was arbitrary, capricious,
an abuse of discretion, or unsupported by substantial evidence as a whole. Substantial evidence means
such relevant evidence as a reasonable mind might accept as adequate to support a conclusion.
E. Within ten days from the date of the hearing, the hearing officer shall complete and submit to the City
Manager, the City Attorney, any intervenor, the Chief Procurement Officer, and the person requesting
said hearing a final order consisting of his/her findings of fact and conclusions of law as to the denial
or granting of the protest, as applicable.
F. The decisions of the hearing officer are final in terms of city decisions relative to the protest.
Any appeal from the decision of the hearing officer shall be in accordance with the Florida Rules of Appellate
Procedure.
Compliance with filing requirements.
Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with
the required filing fee as provided in subsection (f), with the chief procurement officer within the time provided
in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section.
The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set
forth in this section.
Stay of procurements during protests.
Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed
further with the solicitation or with the award of the contract until the protest is resolved by the chief
procurement officer or the city commission as provided in subsection (b) above, unless the city manager makes
a written determination that the solicitation process or the contract award must be continued without delay in
order to avoid an immediate and serious danger to the public health, safety or welfare.
Costs.
All costs accruing from a protest shall be assumed by the protestor.
Filing fee.
The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable
to the city in an amount equal to one percent of the amount of the bid or proposed contract, or $5,000.00,
whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the
protestor in any administrative or court proceeding. If a protest is upheld by the chief procurement officer
and/or the city commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed
under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment
of costs for the administrative proceedings as prescribed by subsection (e) above. (Ord. No. 12271, § 2, 8-22-
02; Ord. No. 13629, § 2, 9-8-16)
1.76 SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense
to the City. If not destroyed by testing, Bidder(s) will be notified by the City to remove such samples, at Bidder's
expense, within 30 days after notification. Failure to remove the samples will result in such samples becoming
the property of the City.
1.77 SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Successful
Bidder/Contractor shall not sell, assign, transfer, or subcontract at any time during the term of the Contract, the
Contract itself, or any portion thereof, or any part of its operations, or assign, sell, pledge, dispose, convey, or
encumber any portion of the performance required by this Bid Contract, except under, and by virtue of written
permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's
sole discretion.
1.78 SERVICE AND WARRANTY - When specified, the Bidder shall define all warranty, service, and
replacements that will be provided. Bidders must explain on the Bid to what extent warranty and service
facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with Bidder's
response.
1.79 SILENCE OF SPECIFICATIONS - The apparent silence of the scope of work/specifications, and any
supplemental scope of work/specification as to any detail or the omission from it, of detailed description
concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail, and
that only materials of first quality and correct type, size, and design shall be used. All workmanship and services
shall be first quality.
All interpretations of the scope of work/specifications shall be made upon the basis of this statement. If Bidder
has a current contract with the State of Florida, Department of General Services, to supply the items in the
Formal Solicitation, the Bidder shall quote not more than the contract price; failure to comply with this request
will result in disqualification of the Bid.
1.80 SUBMISSION AND RECEIPT OF BIDS - Bids may be submitted electronically via 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") Depaitinent 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
insu reds.
The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All
subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless
otherwise specified in this Contract.
If the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional
coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the
contrary, the City of Miami Risk Management Department maintains and reserves the right to modify,
delete, alter or change these requirements.
Attachment B: Reference Submittal Form
IFB 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
ADMINISTRATIVE
POLICY
REVISIONS
REVISED DATE OF
SECTION REVISION
Created 3/26/19
SUBJECT: ELIMINATING THE PROCESS OF CURING IRREGULARITIES IN
DOCUMENTS SUBMITTED IN RESPONSE TO REQUEST FOR
QUALIFICATIONS (RFQ), REQUEST FOR PROPOSALS (RFP),
REQUESTS FOR LETTERS OF INTEREST (RFLI), INVITATION FOR
BIDS (IFB), INVITATION TO BID (ITB), INVITATION TO QUOTE
(ITQ), AND REQUEST FOR SPONSORSHIP (RFS) EFFECTIVE MAY
6, 2019
PURPOSE:
To improve the procurement solicitation process in order to provide internal and external customers with a
more efficient and effective procurement of goods and services for the City of Miami. This APM
establishes guidelines that eliminate the process of curing irregularities in proposals and bids submitted in
response to RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS.
BACKGROUND:
Currently, the Department of Procurement ("Procurement") allows Proposers and Bidders to cure certain
deficiencies, deviations, irregularities, omissions, and/or technicalities in proposals and bids submitted to
the City in response to RFQs, RFPs, RFLIs, IFBs, ITBs, ITQs and RFS.
In collaboration with the Department of Innovation and Technology ("Dolt"), Procurement has identified
the process of curing as the cause of significant delays in formal solicitation process. When proposals and
bids require a cure, Procurement sends out a "Notice to Cure" to Proposers and Bidders who are then given
additional time to correct, complete, and re -submit the required documents. The process of curing is time
intensive and delays the procurement of necessary goods and services for the City; it prolongs the due
diligence review period and it stalls and delays the evaluation and selection process, resulting in the
extension of time between the issuance of an RFP, RFQ, RFLI, IFB, ITB, ITQ, or RFS solicitation and its
award date.
City of Miami APM 2-19 Elimination of Curing Irregularities in Documents Submitted for RFQs, RFPs, RFLI's IFBs,
ITBs, ITQs and RFS
Eliminating the process of curing will streamline and improve the overall procurement solicitation process
while making it more efficient by removing a source of delay, and more effective by concentrating due
diligence reviews only on complete and responsive proposals and bids. Additionally, it is not a common
procurement industry practice to allow cures. Other local public agencies such as Miami -Dade County and
the Miami -Dade County Public School System do not presently allow cures in such similar instances.
GUIDELINES:
Procurement will only review and evaluate proposals and bids that have been deemed responsive.
Responsive bids and proposals responses are defined by our Procurement Code.' Prospective
Proposers and Bidders should understand that non -responsive proposals or bids will not be reviewed and
will be eliminated from the evaluation and selection process.
The City will not consider the curing of any proposal or bid that fail to meet the minimum qualifications or
submission requirements of an RFQ, RFP, RFLI, IFB, ITB, ITQ, or RFS as applicable. Material
deficiencies, deviations, irregularities, omissions, and/or technicalities are not waivable.
Proposals and bids submitted with deficiencies, irregularities, omissions, and/or technicalities that deviate
from the minimum qualifications and/or submission requirements for RFQs, RFPs, RFLIs, IFBs, ITBs,
ITQs and RFS shall result in a non -responsive determination. The following list includes, but is not limited
to, proposal and bid deficiencies, deviations, irregularities, omissions, and/or technicalities that shall result
in a non -responsive determination for any solicitation issued on or after May 6, 2019:
If a proposal or bid is missing forms, or contains unnotarized forms, unsigned forms, incorrect forms, or
forms signed by any individual, other than the Proposer or Bidder, Proposer's or Bidder's team members,
and/or individuals attesting to the stated project experience, the Proposer or Bidder will not be given time
to cure the proposal or bid, and the City shall deem such proposal or bid non -responsive. The City, at its
sole discretion, reserves the right to waive minor deviations not listed above. Such minor deficiencies,
deviations, irregularities, omissions, or technicalities may be timely cured by the Proposer or Bidder, at the
sole discretion of the City. Material (i.e. substantial or notable) deficiencies, deviations, irregularities,
omissions, or technical issues cannot be cured by the Proposer or Bidder and are not waivable by the City.
For illustrative guidance please see below an excerpt from State of Florida procurement instructions
which discuss the difference in plain language between material and minor variances.
Responsive bidder, proposer, offeror, or respondent means a business which has submitted a bid, offer,
proposal, quotation or response which conforms in all material respects to the solicitation. Sec. 18-73, City
Code.
(Excerpt from 2012 WL 1155290 (F1a.Div.Admin.Hrgs.)
Mandatory Responsiveness Requirements: Terms, conditions or requirements that must be met by the
proposer to be responsive to this RFP. The responsiveness requirements are mandatory. Failure to meet
the responsiveness requirements will cause rejection of a proposal. Any proposal rejected for failure to meet
mandatory responsiveness requirements will not be evaluated.
2
City of Miami APM 2-19 Elimination of Curing Irregularities in Documents Submitted for RFQs, RFPs, RFLI's IFBs,
ITBs, ITQs and RFS
1.15 Material Deviations: The Department has established certain requirements with respect to proposals
to be submitted by Proposers. The use of shall, must or will (except to indicate simple futurity) in this RFP
indicates a requirement or condition which may not be waived by the Department except where any
deviation therefore is not material. A deviation is material if, in the Department's sole discretion, the
deficient response is not in substantial accord with this RFP's requirements, provides an advantage to one
Proposer over other Proposers, or has a potentially significant effect on the quantity or quality of items or
services proposed, or on the cost to the Department. Material deviations cannot be waived and shall be the
basis for rejection of a response. Because this is an RFP, the Department will apply this definition liberally
in reviewing responses in regard to service delivery.
1.16 Minor Irregularity: A variation from the RFP terms and conditions which does not affect the price
proposed or gives the proposer an advantage or benefit not enjoyed by the other proposers or does not
adversely impact the interests of the Department.
3
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 1 ST
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
4251
SW 37 CT
SW 38 AVE
SW 29 ST
BIRD RD
2
331
4252
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
BISCAYNEBLVD
NE7AVE
NE31ST
NE32ST
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
5 Mlami 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 (5. 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 5 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 5. RIVER DR & XPWY (SWALE WEST)
132
NW 5 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
NW1AVBTWNW5&7AV(SWALEW)
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
I I
I
0
Date: 9/02/A2f
Traffic Circle Regions
Traffic Circles
Neighborhoods
Region 1
Region 2
Region 3
Region 4
• • •
• •
• e • ••
• • •
•
,1 FHeigWeft
hts
410,4111k-
Gardena
.aga
2 Miles
Melrose
North
•__..._._..
Gra
eland
•HeigM1
• II•
Heights Pa.
Park „gf
Auburndale
La Pastonta
Douglas Part
West Grove
•
•
on. Grove
Carus Grove
•
Grove Cente
•
r
LibeM
Square
Gbens Grwe B1Plazae
,,9m5tiee,
Noghweem Estates
King Heights
Edison
orchard Villa
•
Hadley Park
Allapattah
Industnal
District
Santa Clara
Civic Center
Orange BovA
Latin Quarter
Ba eights
District
Palm
Grove
Shoreo
re
Peapm
ad�r
Bellem'"d
Palm By 111
TC Number Address
••I
�
Nl,3sta Bu n�a 602000t
E.
BVista West 43t,:t, Brentwood Baypainl
C Nero le
Old San Juan Midtown
Edgewater
Fashion
Dismct Wynwood
h austriai
Disirict
turnmus Park —
Ea. Littie
Havana
OmnJPPC
gam ment
Cenrer 0ayfront
CBDD
P iverfroM
BrickVillage
West
Bnckell
Brickeg
Residential
District
Brick.
Peg
—J
83
84
85
86
87
8
89
90
91
92
93
94
95
99
100
303.
102
103
104
105
106
10]
108
109
NW 39Ave/N W 25t
NW 39Ave/N W 35t
NW 40Ct/N W 5St
NW 58Ave/N W 2St
NW 63 Ave/NW 2nd St
SW40 Ave/SW 2Ter
SW 43 Ave/SW 5Ter
SW 45 Ave/SW 4St
SW 47 Ave/SW 25t
SW 47 Ave/5W 55t
5W 48 Ave/SW 4St
SW 48 Ave/SW 5Ter
SW51 Ct/SW6St
SW 53 Ave/5W 65t
SW 53 Ave/5W 4St
SW 52Ave/5W 5St
SW 55 Ave/SW 5Ter
SW58Ave/5W3St
SW Ave/SW
SW 63 Ave/SW 45t
SW 65Ave/SW 4St
SW 66 Ave/SW 25t
SW 68Ave SW 4St
SW 68 Ave/SW 6St
NW 4JAve/N W 4St
SWo3Ct/SW 25t
SW 63CV5W 6St
Neighborhood
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagami
Flagaml
Flagami
Flagaml
Flagaml
Flagaml
Flagaml
Flagaml
Fla; am
Flagaml
Flagaml
Flagaml
Flagaml
Region TCNumber Address
20
21
22
23
24
25
26
2]
28
29
30
31
32
33
35
3]
38
39
40
41
42
43
44
45
46
SW 18 Ave/SW 22Ter
SW 19 Ave/SW 23 St
SW 19 Ave/SW 245t
SW 21 Ave/SW 24Ter
5W 23 Ave/SW 24Ter
SW 24Ave/SW 24 St
SW 24Ave/SW 25 St
SW 24Ave/SW 26 St
5W 24Ave/SW 27 St
SW 24Ave/SW 22Ter
5W 25 Ave/SW 23 St
SW 25 Ave/SW 24Ter
SW 16 Ave/SW 20 St
SW 16 Ave/SW 19 St
SW 16Ave/SW 11 St
SW 18 Ave/SW 13 St
SW 18 Ave/SW 16 St
SW 19 Ave/SW17 St
SW 19 Ave/SW 195t
5W19Ave/SW21 St
SW 21 Ave/SW 165t
SW 23 Ave/SW11 St
5W 23 Ave/SW 20 St
SW 24-Ave/SW 105t
SW 24th ave/14th st
5W 24Ave/SW 16 St
47 SW 24 Ave /SW185t
Nei hbarhaad
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Silver Bluff
Shenandoah South
Shenandoah South
Shenandoah North
Shenandoah North
Shenandoah South
Shenandoah south
Shenandoah South
Shenandoah South
Shenandoah North
Shenandoah North
Shenandoah South
Shenandoah North
Shenandoah North
Shenandoah North
Region
3
3
3
3
3
3
3
3
3
3
3
3
Shenandoah South 3
110
NW 62Ave/NW 2 St
Flagaml
1
123
5W31 PI/SW27 Ter
Douglas Park
3
111
NW 66Ave/NW 2St
Flagaml
1
126
SW 23 Ave/SW 25 Ter
Silver Bluff
3
112
SW62 Ave/5W6St
Flagaml
1
132
SW 25 Ave/SW26LN
Silver Bluff
3
113
Ta miami Canal Rd/SW 69t
Flagaml
1
137
SW 19 Ave/SW 14Ter
Shenandoah North
3
114
Tamlaml Blvd/SW72 Ave
Flagaml
1
141
SW 32 CT/SW28 St
Douglas Park
3
115
Flagami Blvd/SW 72 Ave
Flagaml
1
142
SW 18 Ave/SW 24Ter
Silver Bluff
3
116
117
134
138
144
195
19
48
49
50
51
52
53
54
55
56
57
58
59
60
61
63
64
65
66
67
68
120
121
122
125
127
128
129
130
131
Flagaml Blvd/SW6St
Taman Blvd/5W 4St
SW40Ave/5W2St
SW 56 Ave/5W 25t
SW Flagaml Blvd and Sw 8 ST
SW Taman Blvd and 5W8St
SW 73 Court and SW 8 St
NW 145T Between South River and NW 13 st
NE Bayshore CV7351
Belle Meade Isle Dr/NE 8Ct
NW 50 St/ NW10 Ave
NW 205t/NW 4Ct
NW4Ave/NW 155t
NE Ave/NE77 St
NE Ave/NE 5651
NE Ave/NE 5651
N.Bayshore Dr/ NE 57 5t
NE6Ct/NE595t
N.Bayshore Dr/ NE595t
SW 29 Ave/SW 105t
5W 29 Ave/5W 11 St
SW 29 Ave/SW 14St
5W 31 Ave/SW 145t
SW 16Terr/Coral Gate Dr
SW 1751/Coral Gate Dr
SW 2151/Coral Gate Dr
5W32Ct/SW 185t
SW 33 Ave/SW 215t
SW 37 Ave/SW 20St (Entrance)
SW 31 Ave/SW1251
5W 9Ter/ SW 36 Ave
SW 31Ave/SW1951
SW 205t/Coral Gate Dr
SW 31 Ave/SW 6St
NW 28Ave/N W 145t
NW 13Ave/North of NW ] ST
NW North River Drive/NW 22 PL
SW 31 Ave And 5W 18 St
Flagaml
Flagaml
Flagaml
Flagaml
Flagaml
Flagaml
Flagaml
North Sewell Park
Belle Island
Belle Island
Hadley Park
Rainbow Village
Town Park
Belle Meade West
Morningside
Morningside
Morningside
Morningside
Morningside
Parkdale North
Parkdale North
Parkdale North
Parkdale North
Coral Gate
Coal Gate
Coral Gate
Coal Gate
Coral Gate
Coral Gate
Parkdale North
La Pastorate
Parkdale South
Coral Gate
Auburndale
North Grapeland Heights
South Sewell Park
Curtis Park
Parkdale South
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
133
136
139
140
SW 30 Ave/SW 16Ter
NW 33Ave/N W 15 St
SW 29Ave/SW 18 St
SW 29Ave/SW 19St
Parkdale South
North Grapeland Heights
Parkdale South
Parkdale South
2
2
2
3
5
6
8
10
11
12
13
14
15
16
17
18
36
69
TO
]1
72
73
74
75
76
77
78
]9
80
81
82
118
119
124
135
146
SW 20 Rd/SW SAve
SW 20 Rd/SW ]Ave
5W 22 Rd/SW SAve
SW 23 Rd/SW ]Ave
SW 24 Rd/SW 9Ave
SW 25 Rd/SW 4Ave
SW 25 Rd/SW 5Ave
SW 26 Rd/SW 2Ave
SW 25 Rd/SW 2Ave
SW 26 Rd/SW ]Ave
SW 27 Rd/SW 4Ave
SW 28 Rd/SW 2Ave
SW 28 Rd/SW 5Ave
SW 28 Rd/SW SAve
SW 29 Rd/SW 4Ave
SW31 Rd/SW 4Ave
S.Mlami Ave/SW 15 Rd
SW 16Ct/SW 23 St
Tigerteil/Crystal Ct
rigertall/Calusa St
Monis Ln./5 of Tige rtall
End of Rockennan Rd/6 of S. Bayshore
Lime CVE of Virginia St.
Irvington Ave West /SW37 Ave
Battersea Rd/Surrey Dr.
Battersea Rd/Cultry Dr.
Battersea rd/Mayfair Dr
End of Battersea Rd/Rise Bay
End of Stewart Rd/Blsc. Bay
Franklin Ave/Plaza St.
Franklin Ave/Royal Rd
Virginia St/Shipping Ave
3978 Utopia Ct
3957 Utopia Ct
Alatka Monument
Autumn Cir/ParkAve
Mcdonaid Street and Day Ave
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Roads
Brickell Village
Roads
East Gmve
Grove Center
East Grove
Falrlsle
Bird Grove East
South Grove
South Grove
South Grove
South Grove
South Grove Bayside
South Grove Bayside
West Grove
South Grove
Bird Grove Ea.
South Grove
South GrOVe
East Grove
South Grove
Bird Grove East
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 1/2 inch diameter shall be
painted with an acceptable tree wound dressing. Trees with pruned terminal leaders
will not be accepted.
N. During the course of planting, excess and waste materials shall be removed daily. All
reasonable precautions shall be taken to avoid damage to all structures and plants.
When planting in an area that has been completed, the area shall be thoroughly
cleaned up.
IV. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE:
A. Maintenance shall begin immediately after each plant is planted and shall continue
throughout the course of operations on the site.
1. Plants shall be watered by hose soaking thoroughly each day for the first two weeks
(14 calendar days) and every other day for the following two week period. Soaking
then shall continue on a twice weekly basis for another period of three weeks,
amounting to a total of 45 days after installation. At the end of this hose soaking
period, earth saucers shall be collapsed leaving the guying and/or staking in place,
in accordance with these specifications.
B. Plant maintenance shall include watering, pruning, spaying, dusting, weeding,
cultivating, mulching, tightening, staking, fertilizing and repairing of braces and guys,
replacement of sick or dead plants, resetting plants to proper grades or upright position
and restoration of the planting saucer, and all other care needed for the planting
saucer, and all other care needed for proper growth of the plants.
All trees and palms shall be watered by hand hosing as follows:
Once a day for the first three weeks after planting and three times per week thereafter
until inspection for acceptance.
C. Spraying and Dusting: During the maintenance period and up the issuance of
certificate of final acceptance, the Contractor shall do all seasonal spraying and/or
dusting of plant material. The materials and methods shall be in accordance with
highest standard nursery practices and in accordance with all regulatory agencies
having jurisdiction.
D. Protection: Planting areas and plants shall be protected against trespassing and
damage. If any plants become damaged or injured, they shall be treated or replaced
as directed. No work shall be done within or over planting areas or adjacent to plants
without proper safeguards and protection.
E. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by
filling with topsoil, tamping and re -fertilizing by the Contractor at his expense if such
damage occurs prior to acceptance by the City Engineer.
V. INSPECTION FOR ACCEPTANCE
A. Upon completion of all planting, an inspection for acceptance of work will be held. The
Contractor shall notify the City Engineer for scheduling of the inspection five (5) days
prior to the anticipated inspection date. Partially completed portions will not be
inspected.
It is the Contractor's responsibility to ensure that the work is completed and ready for
inspection before calling for same.
B. At the time of acceptance for inspection, if the materials are in whole or in substantially
acceptance, a written notice will be given by City Engineer that the guarantee period
begins from the date of the inspection.
C. In case substantial numbers of plants are sick or dead at the time of inspection,
acceptance will not be granted and the Contractor's responsibility for maintenance of
all the plants shall be extended until replacements are made.
Replacements shall conform in all respects to the specifications for new plants and
shall be planted in the same manner. Said replacements are to be made within five (5)
days of said inspection.
D. After the inspection for acceptance is made and the work is found to be acceptable,
the Contractor shall continue to hand water all trees and palms three times a week for
four (4) weeks.
VI. PLANT GUARANTEE AND REPLACEMENT
A. Guarantee: All plant materials including site relocated material 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
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 clay 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