Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Exhibit A
Arthur Noriega V City Manager CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: July 7, 2025 FILE: SUBJECT: Recommendation for Approval of Award for Concrete Removal and Installation at Various City of Miami Parks FROM: Annie Perez, CPPO REFERENCES: Invitation for Bid ("IFB") No. Director/Chief Procurement Officer 2010386 Department of Procurement ENCLOSURES: Bid Tabulation RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement"), hereby recommends award of Invitation for Bid ("IFB") No. 2010386 to the lowest responsive and responsible Bidder, Tomka LLC, ("Tomka") for concrete removal and installation at various City of Miami parks, on an as needed basis. The awarded vendor, contract terms, and amount are shown below: IFB No./Title: Contract Amount: Contract Term: Recommended Vendor: IFB No. 2010386 Concrete Removal and Installation at Various City of Miami Parks Group I -Federally Funded Projects: $200,000.00 Annually (Approximately $ 1,200,000.00 in the aggregate). Group II -Non -Federally Funded Projects: $ 150,000.00 Annually (Approximately $900,000.00 in the aggregate). Three (3) years with the option to renew for One(1) additional three (3) year period. Tomka LLC BACKGROUND: On April 23, 2025, Procurement on behalf of the City of Miami's Parks and Recreation Department ("Parks") issued IFB No. 2010386 Concrete Removal and Installation at Various City of Miami Parks, on an as needed basis, under full and open competition. On May 21, 2025, at bid closing three (3) bids were received. One (1) Bidder was found non -responsive as they did not submit the Certification Section with References. The remaining bids were evaluated and tabulated following the guidelines published in the IFB. Tomka was the lowest responsive and responsible Bidder. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendation. Approved: argwr Noun.. Arthur Noriega V, City Manager Date: July 12, 2025 1 09:31:03 EDT c: Barbara Hernandez, Assistant City Manager, Chief of Operations LaCleveia Morley Snipes, Interim Director, Parks and Recreation Department Thomas M. Fossler, Assistant City Attorney Yadissa A. Calderon, CPPB, Assistant Director, Department of Procurement PR24355 Item TABULATION OF BIOS IFB 2010386 Concrete Removal Installation at Various City of Miami Parks Concrete Removal: Inclusive of Labor, Materials, Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Paver Removal: Inclusive of Labor, Materials, Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Furnish and Install St. Augustine Grass Sod, Inclusive of Materials, Equipment, and Labor Environmental Testing: Soil Testing, Inclusive of all Materials, Equipment, and Labor 5 Excavation: Inclusive of all Materials, Equipment, Labor and Disposal 6 Root Pruning: Inclusive of all Materials, Equipment, and Labor 7 Root Barrier Installation: Inclusive of all Parts, Equpment, Materials, and Labor Base Course Preparation and Concrete 8 Installation up to Two Hundred and Forty - Nine (249) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor 10 11 Base Course Preparation and Concrete Installation over Two Hundred and Fifty (250) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor Third Party Testing of Comact Base Course Density, Inclusive of Materials, Equipment and Labor Paver Resetting and Subbase Preparation and Concrete Installation up to Two Hundred and Forty -Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor Paver Resetting and Subbase Preparation 12 and Concrete Installation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor Square Foot Square Foot Square Foot Each Square Foot Square Foot Linear Foot Square Foo Square Foot Each Square Foot Square Foot nit $10.37 $3.21 $4.52 $652.50 $5.40 $7.76 $27.19 $27.29 $18.53 $330.50 $32.26 $29.62 TABULATION OF BIDS IFB 2010386 Concrete Removal Installation at Various City of Miami Parks 13 New Paver Installation and Subbase Preparation up to Two Hundred and Forty - Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $31.20 $13.25 14 New Paver Installation and Subbase Preparation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $22.84 $11.80 15 Stamp Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $25.95 $4.50 16 Broom Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $27,89 $0.50 17 Paver Staining: Inclusive of Materials, Equipment and Labor 1 Square Foot $27.04 $3.75 18 Colored Concrete Installation: Inclusive of Materials, Equipment and Labor 1 Square Foot $26.21 $13.25 19 Concrete Repair 1 Hour $413.25 $95.80 20 Stucco Repair 1 Hour $290.00 $92.60 Item 1 2 3 4 Total Concrete Removal: Inclusive of Labor, Materials, Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Paver Removal: Inclusive of Labor, Materials. Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Furnish and Install St. Augustine Grass Sod, Inclusive of Materials, Equipment, and Labor Environmental Testing: Soil Testing, inclusive of all Materials, Equipment, and Labor Excavation: Inclusive of all Materials, Equipment, Labor and Disposal Root Pruning: Inclusive of all Materials, Equipment, and Labor Root Barrier Installation: Inclusive of all Parts, Equpment, Materials, and Labor 1 Square Foot Square Foot Square Foot Each Square Foot Square Foot Linear Foot $3.21 $4.52 $652.50 $5.40 $7.76 $27.19 TABULATION OF BIDS IFB 2010386 Concrete Removal Installation at Various City of Miami Parks 8 Base Course Preparation and Concrete Installation up to Two Hundred and Forty - Nine (249) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor 1 Square Foot $27.29 $10.25 Base Course Preparation and Concrete Installation over Two Hundred and Fifty (250) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor 1 Square Foot $18.53 $9.45 10 Third Party Testing of Comact Base Course Density, Inclusive of Materials, Equipment and Labor 1 Each $330,50 $45,00 11 Paver Resetting and Subbase Preparation and Concrete Installation up to Two Hundred and Forty -Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $32.26 $9.45 12 Paver Resetting and Subbase Preparation and Concrete Installation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $29.62 $8.15 13 New Paver installation and Subbase Preparation up to Two Hundred and Forty Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $31.20 $10.80 14 New Paver Installation and Subbase Preparation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $22.84 $9.50 15 Stamp Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $25.95 $3.20 16 Broom Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $27.89 $0.30 17 Paver Staining: Inclusive of Materials, Equipment and Labor 1 Square Foot $27.04 $2.25 1.6 c ore_d Concrete_ IntallationJInclusLv&of Materials, Equipment and Labor 1 Square Foot $26.21 $10.45 19 Concrete Repair 1 Hour $413.25 $85.70 20 Stucco Repair 1 Hour $290.00 $82.45 Total Prepared by: Teresa Soto, June, 2025 Approved by: Item TABULATION OF BIOS IFB 2010386 Concrete Removal Installation at Various City of Miami Parks Concrete Removal: Inclusive of Labor, Materials, Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Paver Removal: Inclusive of Labor, Materials, Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Furnish and Install St. Augustine Grass Sod, Inclusive of Materials, Equipment, and Labor Environmental Testing: Soil Testing, Inclusive of all Materials, Equipment, and Labor 5 Excavation: Inclusive of all Materials, Equipment, Labor and Disposal 6 Root Pruning: Inclusive of all Materials, Equipment, and Labor 7 Root Barrier Installation: Inclusive of all Parts, Equpment, Materials, and Labor Base Course Preparation and Concrete 8 Installation up to Two Hundred and Forty - Nine (249) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor 10 11 Base Course Preparation and Concrete Installation over Two Hundred and Fifty (250) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor Third Party Testing of Comact Base Course Density, Inclusive of Materials, Equipment and Labor Paver Resetting and Subbase Preparation and Concrete Installation up to Two Hundred and Forty -Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor Paver Resetting and Subbase Preparation 12 and Concrete Installation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor Square Foot Square Foot Square Foot Each Square Foot Square Foot Linear Foot Square Foo Square Foot Each Square Foot Square Foot nit $10.37 $3.21 $4.52 $652.50 $5.40 $7.76 $27.19 $27.29 $18.53 $330.50 $32.26 $29.62 TABULATION OF BIDS IFB 2010386 Concrete Removal Installation at Various City of Miami Parks 13 New Paver Installation and Subbase Preparation up to Two Hundred and Forty - Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $31.20 $13.25 14 New Paver Installation and Subbase Preparation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $22.84 $11.80 15 Stamp Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $25.95 $4.50 16 Broom Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $27,89 $0.50 17 Paver Staining: Inclusive of Materials, Equipment and Labor 1 Square Foot $27.04 $3.75 18 Colored Concrete Installation: Inclusive of Materials, Equipment and Labor 1 Square Foot $26.21 $13.25 19 Concrete Repair 1 Hour $413.25 $95.80 20 Stucco Repair 1 Hour $290.00 $92.60 Item 1 2 3 4 Total Concrete Removal: Inclusive of Labor, Materials, Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Paver Removal: Inclusive of Labor, Materials. Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Furnish and Install St. Augustine Grass Sod, Inclusive of Materials, Equipment, and Labor Environmental Testing: Soil Testing, inclusive of all Materials, Equipment, and Labor Excavation: Inclusive of all Materials, Equipment, Labor and Disposal Root Pruning: Inclusive of all Materials, Equipment, and Labor Root Barrier Installation: Inclusive of all Parts, Equpment, Materials, and Labor 1 Square Foot Square Foot Square Foot Each Square Foot Square Foot Linear Foot $3.21 $4.52 $652.50 $5.40 $7.76 $27.19 TABULATION OF BIDS IFB 2010386 Concrete Removal Installation at Various City of Miami Parks 8 Base Course Preparation and Concrete Installation up to Two Hundred and Forty - Nine (249) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor 1 Square Foot $27.29 $10.25 Base Course Preparation and Concrete Installation over Two Hundred and Fifty (250) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor 1 Square Foot $18.53 $9.45 10 Third Party Testing of Comact Base Course Density, Inclusive of Materials, Equipment and Labor 1 Each $330,50 $45,00 11 Paver Resetting and Subbase Preparation and Concrete Installation up to Two Hundred and Forty -Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $32.26 $9.45 12 Paver Resetting and Subbase Preparation and Concrete Installation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $29.62 $8.15 13 New Paver installation and Subbase Preparation up to Two Hundred and Forty Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $31.20 $10.80 14 New Paver Installation and Subbase Preparation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $22.84 $9.50 15 Stamp Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $25.95 $3.20 16 Broom Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $27.89 $0.30 17 Paver Staining: Inclusive of Materials, Equipment and Labor 1 Square Foot $27.04 $2.25 1.6 c ore_d Concrete_ IntallationJInclusLv&of Materials, Equipment and Labor 1 Square Foot $26.21 $10.45 19 Concrete Repair 1 Hour $413.25 $85.70 20 Stucco Repair 1 Hour $290.00 $82.45 Total Prepared by: Teresa Soto, June, 2025 Approved by: DIVISION OF CORPORATIONS Drinion. of Altd9,/,-/).org P 0 r ij I � 1 -- wt offia•iui 3'utte of Florida web3ity Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company TOMKA LLC Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Principal Address 2160 NW 82 AVE DORAL, FL 33122 L14000101422 47-1196964 06/25/2014 06/23/2014 FL ACTIVE LC DISSOCIATION MEM 07/17/2014 NONE Changed: 04/03/2024 Mailing Address 2160NW82AVE DORAL, FL 33122 Changed: 04/03/2024 Registered Agent Name & Address TORRES, JULIO C 2160 NW 82 AVE DORAL, FL 33122 Address Changed: 04/03/2024 Authorized Person(s) Detail Name & Address Title MGRM TORRES, JULIO C 2160 NW 82 AVE DORAL, FL 33122 Title MGRM TORRES, JESUS 2160NW82AVE DORAL, FL 33122 Annual Reports Report Year Filed Date 2023 02/13/2023 2024 04/03/2024 2025 04/29/2025 Document Images 04/29/2025 --ANNUAL REPORT View image in PDF format 04/03/2024 --ANNUAL REPORT View image in PDF format 02/13/2023 --ANNUAL REPORT View image in PDF format 01/17/2022 --ANNUAL REPORT View image in PDF format 03/03/2021 --ANNUAL REPORT View image in PDF format 03/31/2020 --ANNUAL REPORT View image in PDF format 04/17/2019 --ANNUAL REPORT View image in PDF format I 02/21/2018 --ANNUAL REPORT View image in PDF format 01/16/2017 --ANNUAL REPORT View image in PDF format 04/04/2016 --ANNUAL REPORT View image in PDF format 02/26/2015 --ANNUAL REPORT View image in PDF format 07/25/2014 -- LC Amendment and Name Change View image in PDF format 07/17/2014 -- CORLCDSMEM View image in PDF format 07/03/2014 -- LC Amendment View image in PDF format 06/25/2014 -- Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations 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: TOMKA LLC ADDRESS: 2160 NW 82nd Ave, Miami FL 33122 PHONE: (786)399-2052 FAX: EMAIL: Admin@tomkafl.com CELL(Optional): (305)915-2227 SIGNED BY: JULIO TORRES TITLE: CEO DATE: May 19th, 2025 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Certifications Legal Name of Firm: TOMKA LLC Invitation for Bid (IFB) 2010386 Entity Type: Partnership, Sole Proprietorship, Corporation, etc. CORPORATION Year Established: 2014 Office Location: City of Miami, Miami -Dade County, or Other Miami -Dade Federal Employee Identification Number (FEIN): 47-1196964 Business Tax Receipt/Occupational License Number: 7248714 Business Tax Receipt/Occupational License Issuing Agency: Miami -Dade Business Tax Receipt/Occupational License Expiration Date: September 30th, 2025 Will Subcontractor(s) be used? (Yes or No) No If subcontractor(s) will be utilized, provide their name, address and the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): N/A Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/1/25). If no addendum/addenda was/were issued, please insert N/A. Addendum No. 1, 5/9/25 Addendum No. 2, 5/19/25 Invitation for Bid (IFB) 2010386 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. 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? YES Does Bidder have any pending lawsuits with or against the City of Miami, any of its agencies and/or instrumentalities? (Yes or No) If Yes, please list. NO Does Bidder have any record of criminal activities? (Yes or No) If Yes, please list. NO Has Bidder declared bankruptcy within the past seven (7) years? (Yes or No) If Yes, when? NO Does Bidder have any prior or pending litigation, either civil or criminal, involving a governmental agency, or which may affect the performance of the services to be rendered herein, in which the Bidder, any of its employees, or subcontractors is or has been involved in within the last five (5) years? (Yes or No) If Yes, please list. NO Reference No. 1: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this Solicitation, of has provided such services/goods in the past: City of South Miami Reference No. 1: Address, City, State, and Zip for above referenced company/agency listed: 6130 Sunset Dr #2, South Miami, FL 33143 Reference No. 1: Name of Contact Person, Telephone Number, and Email for above Reference No. 1: Quentin Pough (305)663-6355 Qpough@southmiamifl.gov Reference No.1 : Date of Contract or Sale for above Reference No. 1: Contracts from 2020 to current year Invitation for Bid (IFB) 2010386 Reference No. 2: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this Solicitation, or has provided such services/goods in the past: Elite Modern Reference No. 2: Address, City, State, and Zip for above referenced company/agency listed: 1001 NW 7 ST, Miami FL 33136 Reference No. 2: Name of Contact Person, Telephone Number, and Email for above Reference No. 2: Carolina Gomez (786)425-7784 Admin@elitemoderns.com Reference No. 2: Date of Contract or Sale for above Reference No. 2: Contracts from 2022 to 2024 Reference No. 3: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this Solicitation, or has provided such services/goods in the past: City of Miami Capital Improvements & Purchasing division Reference No. 3: Address, City, State, and Zip for above referenced company/agency listed: 444 SW 2nd Ave, Miami FL 33130 Reference No. 3: Name of Contact Person, Telephone number, and Email for above Referenced No. 3: Ricardo Rodriguez (786)553-1234 Rrodriguez@miamigov.com Reference No. 3: Date of Contract or Sale for above Referenced No. 3: Contracts from 2020 to current year FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Attachment B-Bid Price Sheet IFB 2010386 Concrete Removal and Installation at Various City of Miami Parks No. Line Items Description - Group I -Federally Funded Projects Quantity Unit Total Unit Cost 1 Concrete Removal: Inclusive of Labor, Materials, Equipment, Demolition, Debris Hauling, Filling and Compacting Voids 1 Square Foot Foot $ 7.75 2 Paver Removal: Inclusive of Labor, Materials, Equipment, Debris Hauling, Filling and Compacting Voids 1 Square Foot $ 6.15 3 Furnish and Install St. Augustine Grass Sod, Inclusive of Materials, Equipment, and Labor 1 Square Foot $ 2.95 4 Environmental Testing: Soil Testing, Inclusive of all Materials, Equipment, and Labor 1 Each $ 45.00 5 Excavation: Inclusive of all Materials, Equipment, Labor and Disposal 1 Square Foot $ 6.50 6 Root Pruning: Inclusive of all Materials, Equipment, and Labor 1 Square Foot $ 5.75 Root Barrier Installation: Inclusive of all Parts, Equipment, Materials, and Labor 1 Linear Foot $ 27.75 8 Base Course Preparation and Concrete Installation up to Two Hundred and Forty -Nine (249) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor 1 Square Foot $ 14.50 9 Base Course Preparation and Concrete Installation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $ 12.80 Attachment B-Bid Price Sheet IFB 2010386 Concrete Removal and Installation at Various City of Miami Parks 10 Third Party Testing of Compact Base Course Density, Inclusive of Materials, Equipment and Labor 1 Each $ 45.00 11 Paver Resetting and Subbase Preparation and Concrete Installation up to Two Hundred and Forty -Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $ 12.65 12 Paver Resetting and Subbase Preparation and Concrete Installation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $ 11.10 13 New Paver Installation and Subbase Preparation up to Two Hundred and Forty -Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $ 13.25 14 New Paver Installation with Subbase Preparation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot Foot $ 11.80 15 Stamp Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $ 4.50 16 Broom Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $ 0.50 17 Paver Staining: Inclusive of Materials, Equipment and Labor 1 Square Foot $ 3.75 18 Colored Concrete Installation: Inclusive of Materials, Equipment and Labor 1 Square q Foot $ 13.25 19 Concrete Repair 1 Hour $ 95.80 20 Stucco Repair 1 Hour $ 92.60 Attachment B-Bid Price Sheet IFB 2010386 Concrete Removal and Installation at Various City of Miami Parks No. Line Items Description - Group II -Non -Federally Funded Projects Quantity Unit Total Unit Cost 11 Concrete Removal: Inclusive of Labor, Materials, Equipment, Demolition, Debris Hauling, Filling and Compacting Voids Square Foot $ 5.45 2 Paver Removal: Inclusive of Labor, Materials, Equipment, Debris Hauling, Filling and Compacting Voids 1 Square Foot $ 4.40 3 Furnish and Install St. Augustine Grass Sod, Inclusive of Materials, Equipment, and Labor 1 Square Foot $ 2.10 4 Environmental Testing: Soil Testing, Inclusive of all Materials, Equipment, and Labor 1 Each $ 45.00 5 Excavation: Inclusive of all Materials, Equipment, Labor and Disposal 1 Square Foot $ 4.50 6 Root Pruning: Inclusive of all Materials, Equipment, and Labor 1 Square Foot $ 3.15 Root Barrier Installation: Inclusive of all Parts, Equipment, Materials, and Labor 1 Linear Foot $ 18.45 8 Base Course Preparation and Concrete Installation up to Two Hundred and Forty -Nine (249) Square Foot (Sq.Ft.), Inclusive of Materials, Equipment and Labor 1 Square Foot $ 10.25 9 Base Course Preparation and Concrete Installation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $ 9.45 Attachment B-Bid Price Sheet IFB 2010386 Concrete Removal and Installation at Various City of Miami Parks 10 Third Party Testing of Compact Base Course Density, Inclusive of Materials, Equipment and Labor 1 Each $ 45.00 11 Paver Resetting and Subbase Preparation and Concrete Installation up to Two Hundred and Forty -Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $ 9.45 12 Paver Resetting and Subbase Preparation and Concrete Installation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $ 8.15 13 New Paver Installation and Subbase Preparation up to Two Hundred and Forty -Nine (249) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot $ 10.80 14 New Paver Installation with Subbase Preparation over Two Hundred and Fifty (250) Sq.Ft., Inclusive of Materials, Equipment and Labor 1 Square Foot Foot $ 9.50 15 Stamp Finishes: Inclusive of Materials, Equipment and Labor 1 Square q Foot $ 3.20 16 Broom Finishes: Inclusive of Materials, Equipment and Labor 1 Square Foot $ 0.30 17 Paver Staining: Inclusive of Materials, Equipment and Labor 1 Square Foot $ 2.25 18 Colored Concrete Installation: Inclusive of Materials, Equipment and Labor 1 Square q Foot $ 10.45 19 Concrete Repair 1 Hour $ 85.70 20 Stucco Repair 1 Hour $ 82.45 ANNIE PEREZ, CPPO Director of Procurement ARTHUR NORIEGA V City Manager ADDENDUM NO. 1 IFB 2010386 MAY 9, 2025 INVITATION FOR BID ("IFB") CONCRETE REMOVAL AND INSTALLATION AT VARIOUS CITY OF MIAMI PARKS TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. 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. Please note the contents herein, reflect same on the documents you have on hand. The IFB's closing date and time has been changed to Wednesday, May 21, 2025, at 3:00 P.M. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement AP:ts c. Barbara Hernandez, Assistant City Manager, Chief of Operations LaCleveia Morley Snipes, Interim Director, Parks and Recreation Department Thomas M. Fossler, Assistant City Attorney Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: TOMKA LLC SIGNATURE: DATE: 05/14/2025 ANNIE PEREZ, CPPO ARTHUR NORIEGA V Director of Procurement City Manager ADDENDUM NO. 2 IFB 2010386 MAY 19.2025 INVITATION FOR BID ("IFB") CONCRETE REMOVAL AND INSTALLATION AT VARIOUS CITY OF MIAMI PARKS TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. 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. Please note the contents herein, reflect same on the documents you have on hand. A. Section 2.38 Bid Bond is hereby added to the Special Conditions Section of this Solicitation: Section 2.38 Bid Bond Bid Bond or Performance Bond are not required for this Solicitation. B. The following is a question received from Prospective Bidder(s) and the City of Miami's response: Q1. Is a Bid Bond required for this project? Al. Please refer to Section B above. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement AP:ts c. Barbara Hernandez, Assistant City Manager, Chief of Operations LaCleveia Morley Snipes, Interim Director, Parks and Recreation Department Thomas M. Fossler, Assistant City Attorney Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: TOMKA LLC SIGNATURE: 1 DATE: May 19th, 2025 CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his/her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officers or employee of Congress, or an employee or a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form, LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that II subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, TOMKA LLC , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31, U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Cont for/Contractor's Authorized Official Name and Title of Contractor/Contractor's Authorized Official JULIO TORRES - CEO Date: 05/14/2025 ANTI -HUMAN TRAFFICKING AFFIDAVIT 1. The undersigned affirms, certifies, attests, and stipulates as follows: a. The entity is a non -governmental entity authorized to transact business in the State of Florida and in good standing with the Florida Department of State, Division of Corporations. b. The nongovernmental entity is either executing, renewing, or extending a contract (including, but not limited to, any amendments, as applicable) with the City of Miami ("City") or one of its agencies, authorities, boards, trusts, or other City entity which constitutes a governmental entity as defined in Section 287.138(1), Florida Statutes (2024). c. The nongovernmental entity is not in violation of Section 787.06, Florida Statutes (2024), titled "Human Trafficking." d. The nongovernmental entity does not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes (2024), attached and incorporated herein as Exhibit Affidavit-1. 2. Under penalties of perjury, I declare the following: a. I have read and understand the foregoing Anti -Human Trafficking Affidavit and that the facts, statements and representations provided in Section 1 are true and correct. b. I am an officer or a representative of the nongovernmental entity authorized to execute this Anti - Human Trafficking Affidavit. Nongovernmental Entity: TOMKA LLC Name: JULIO TORRES Of er Title: Signature of Officer: Office Add Email Address: Admin@tomkafl.com FEINNo. 4/7- 1/1/9/6/9/6/ 4 STATE OF FLORIDA COUNTY OF MIAMI-DADE Main Phone Number: (786)399-2052 The foregoing instrument was swomto and bscribed before me by means of,21.physical presence or O online notarization, this day of q, 20ZC1 by Avl 1 .v ko S to S , as the authoriz8.9 ficeprr or representative for the nongovernmental entity.. He/she is personally known to me or has produced ZG7p "Alt V as i entitication. (N ADIANEZ POSADA MY COMMISSION # FIN 134793 EXPIRES: June 4, 2025 Bonded Toni Notary Public Underirfters My Commission Expires: 6.'41-Zr 47 Miknl ttz Pr i ame of Notary Public) CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: 201 0386 (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Solicitation Title: Concrete Removal and Installation at Various City of Miami Parks (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 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: 2160 NW 82 n d Ave, Miami FL 33122 Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours ✓ YES NO per calendar week? Is Bidder/Proposer's Local Office tenancy pursuant to a lease? If yes, please enclose a copy of the lease. YES I I NO I ✓ I N/A Bidder/Proposer please enclose a copy of the Business Tax Receipt (BTR) issued by both the City of Miami and Miami -Dade County. City of Miami: YES ✓ NO Exempt Cite Exemption: Miami -Dade County- ✓ YES NO I I Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the license or 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. JULIO TORRES Print Name (Bidder/Proposer Authorized Representative) gnature FORM -City of Miami Local Office Certification Qo..ieo,4 sim »n)) 2 May 14, 2025 Date STATE OF FLORIDA COUNTY PiS(Dic Certified to and subscribed before me this I < day of .Sv�..O t oC se5 (NOTARY SEAL) Personally Known D � ,20 Z ,by (Signature of Not: ry Public -State of Florida) INt>tnt--trzA AD ANEZ POSADA MY COMMISSION # HH 134793 EXPIRES: June 4, 2025 , Sondei Thus Notary Public Una s (Name of Notary Typed, Printed, or Stamped) OR Produced Identification Type of Identification Produced i 670 -` t - B 2 — 0 Z %-z 3 FORM -City of Miami Local Office Certification Revised 8/01/2022 Local Business Tax Receipt Miami —Dade County, State of Florida —THIS IS NOT A BILL — DO NOT PAY 7248714 BUSINESS NAME/LOCATION TOMKA LLC 8200 NW 41 ST STE 200 DORAL, FL 33166 OWNER TOMKA LLC C/O JULIO TORRES MGR Worker(s) RECEIPT NO. RENEWAL 7535241 LBT� EXPIRES SEPTEMBER 30, 2025 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 SEC. TYPE OF BUSINESS 196 GENERAL BUILDING CONTRACTOR CGC1526398 PAYMENT RECEIVED BY TAX COLLECTOR 49.50 10/01/2024 PTBTC-25-000740 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. _ The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-276. MIAMI•�E� For more information, visit www.miamidade.gov/taxcollector '® i Ron DeSantis, Governor STATE OF FLORIDA Melanie S. Griffin, Secretary dbpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES TOM KA LLC 11340 NW 52ND LANE DORAL FL 33178 7` r LICENSE NUMBER: CGC1526398 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com ISSUED: 06/14/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. / ACORD® CERTIFICATE OF LIABILITY INSURANCE ‘...------- DATE (MM/DD/YYYY) 04/09/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ACCURATE GROUP Suite 114 8300 West Flagler,accurate.certificates@gmail.com Miami FL 33144 CONTACT NAME: Lucia Estrella PHONE 226-8727 FAX 305 226-8767 (A/C, No, Ext): (305 (A/C, No): E-MAIL accurae.cerficates ADDRESS: CC9mail.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Kinsale Insurance Company 38920 INSURED Tomka LLC 2160 NW 82nd Ave Dora! FL 33122 INSURERS: Infinity Assurance Insurance Company 39497 INSURER C: Wellfleet New York Insurance Company 20931 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 0100354958-0 03/06/2025 03/06/2026 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREMISESO(Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES PRO - PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY 50010598001 07/05/2024 07/05/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ECUTIVE ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YNN N / A N9WC245717 04/08/2025 04/08/2026 \/ /� PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1 ,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) TOMKA LLC - CGC1526398 / CITY OF MIAMI IS ADDITIONAL INSURED WITH RESPECT TO GENERAL LIABILITY. PRIMARY AND NONCONTRIBUTORY LANGUAGE INCLUDED. CERTIFICATE HOLDER CANCELLATION City of Miami — Building Department 444 S.W. 2nd Avenue, 4th floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ANNIE PEREZ, CPPO Director of Procurement ARTHUR NORIEGA V City Manager ADDENDUM NO. 2 IFB 2010386 MAY 19, 2025 INVITATION FOR BID ("IFB") CONCRETE REMOVAL AND INSTALLATION AT VARIOUS CITY OF MIAMI PARKS TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. 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. Please note the contents herein, reflect same on the documents you have on hand. A. Section 2.38 Bid Bond is hereby added to the Special Conditions Section of this Solicitation: Section 2.38 Bid Bond Bid Bond or Performance Bond are not required for this Solicitation. B. The following is a question received from Prospective Bidder(s) and the City of Miami's response: Q1. Is a Bid Bond required for this project? Al. Please refer to Section B above. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement AP:ts c. Barbara Hernandez, Assistant City Manager, Chief of Operations LaCleveia Morley Snipes, Interim Director, Parks and Recreation Department Thomas M. Fossler, Assistant City Attorney Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: DATE: SIGNATURE: 1 ANNIE PEREZ, CPPO Director of Procurement ARTHUR NORIEGA V City Manager ADDENDUM NO. 1 IFB 2010386 MAY 9, 2025 INVITATION FOR BID ("IFB") CONCRETE REMOVAL AND INSTALLATION AT VARIOUS CITY OF MIAMI PARKS TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. 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. Please note the contents herein, reflect same on the documents you have on hand. The IFB's closing date and time has been changed to Wednesday, May 21, 2025, at 3:00 P.M. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. yacir.:d.4-ai.c Y . /��:Gl:(�fieA-e-P2 FOR nnie Perez, CPPO Director/Chief Procurement Officer Department of Procurement AP:ts c. Barbara Hernandez, Assistant City Manager, Chief of Operations LaCleveia Morley Snipes, Interim Director, Parks and Recreation Department Thomas M. Fossler, Assistant City Attorney Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: DATE: SIGNATURE: