Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. City Manager FROi1,rl: Annie Perez, CPPO, Director Department of Procurement v RECOMMENDATION: DATE: July 9, 2019 FILE: SUBJECT: Recommendation of Award for Citywide Canal Cleaning Services REFERENCES: Invitation for Bid ("IFB") No. 977382 ENCLOSURES: Bid Tabulation, Survey Based on the findings below, the Department of Procurement ("Procurement") hereby recommends award of IFB No. 977382 to Texas Aquatic Harvesting, Inc. ("Texas Aquatic") awarded as the primary vendor, and Adventure Environmental ("AE") awarded as the secondary vendor, for citywide canal cleaning services, on an as needed basis. The awarded vendors, contract terms, and amount are shown below. IFB No./Title: IFB No. 977382, Citywide Canal Cleaning Services Contract Amount: $866,286.00 Annually (Approximately $6,064,002.00 in the aggregate) Contract Term: Initial term for a period of three (3) years, with the option to renew for two (2) additional two (2) year periods Recommended Vendor: Texas Aquatic as the primary vendor, AE as the secondary vendor. BACKGROUND: On February 11, 2019, Procurement issued IFB No. 977382, Citywide Canal Cleaning Services, under full and open competition. On March 4, 2019, at bid closing four (4) bids were received. The bids were evaluated and tabulated following the guidelines published in the bid. One (1) bidder was deemed non-responsive. An award was recommended and protested. As a result of the protest the City conducted additional due diligence and the originally awarded bidder was deemed non-responsive and non -responsible. The original award recommendation was rescinded and the bidders notified. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval ofik's recommendation. Approved ��_ ..- Date: Emi io Tj Gonzalez, F�h. ., City Manager c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, Assistant City Manager, Chief of Infrastructure Sandy Bridgeman, CPA, Assistant City Manager, Chief Financial Officer Alan Dodd, Director, Department of Resiliency and Public Works Yadissa A. Calderon, CPPB, Assistant Director, Procurement PR19203 IFB 977382 Citywide Canal Cleaning Services Yt^� 9 Texas Aquatic Aquatic Control Superior Adventure Landsdcaping and Harvesting, Inc. Group, Inc. Environmental, Inc. -- --- Lawn Service Inc. Attachment B -Price Sheet -- ITEM p DESCRIPTION CITY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST Furnishing all labor, mataf mal and egurpinenf tot file eomplela removal antl disposal of orra (1) overgrown tree, up to 7" 1 d U h In dfafllutef, located u1 file banks or upland areas within the canal right of way of the waterway of any of the 1 EACH $500.00 $500.00 $300.00 $300.00 $660.00 $660.00 $2.500 DO $2,500.00 canals Furnishing all tenor, material and equipment for Ila complala removal and disposal of one (1) oveigfowfl tree, 6" to 2 20'd b Ir in diameter. Incased lir lire Uanks or upland areas within the canal tight of way or the waterway of arty of the canals 1 EACH $75000 $750.00 $600,00 $600.00 $1,600.00 $1,600.00 $5,000.00 $5,000.00 Fur feshmg all labor, mafndal and equipment for the eoniplete f anfoval and disposal of one (1) overgrown tine, 21" to 3 35'd b.h In diameter, located ui the banks or upland areas within Lha .-alight of way or the waterway al any of the canals i EACH $1,000,00 $1,000.00 $800.00 $800.00 $2.90000 $2,900.00 $6,00.00 $6,000.00 Furnishing all labor, material antl equipment for the complete removal and disposal of one (1) overgrown tree, more 4 then 36" it I) h. In diameter, located in the banks or upland areas within the canal light of way or the waterway of any of Iha cannla 1 EACH $1,250.00 $1,250.00 $1,200.00 $1,200.00 $3,200,00 $3,200.00 $10,000.00 $10,000.00 Wagner Creek North Canal (3,750 linear feel of bank, one way)- Furnishing all labor, material (including trash bags) 5 and equipment necessary for collecting litter, trash and debits in the banks and upland areas within the canal right of 12 MONTHLY $2.56200 $30,744.00 $2.10000 $25,200.00 $4,800.00 $57,600.00 $4.00000 $48,000.00 way arid shallow surface waters on a monthly basis Wagner Creek North Canal (3,750 linear feel of bank, one way)- Fi niishnrg all labor, malnnal (including trash bags) 6 and egulpnienl necessary for mowing and Cumming all overgrown vegetation at Iha banks and upland areas within the 12 MONTHLY $3.600.00 $43,200.00 $2,500.00 $30,000.00 $2,80000 $33,600.00 $4,000 00 $48,000.00 canal tight of way and shallow surface marts on a monthly basis Wagner Crnnk North Canal 13,750 smear feel of bank, one my) - Furnishing all labor, material and equipment 7 necass ny for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 4 QUARTERLY $2,000.00 $8,000.00 $1,500.00 $6,000.00 $2,000.00 $6,000.00 $3,000.00 $12,000.00 ueabnent method, oil a quarterly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipmentSEMI- 8 necessary for the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) fn order l0 2 ANNUALLY $3,500.00 $7,000.00 $2,000.00 $4,000.00 $2.80000 $5,600.00 $4,600.00 $9,200.00 maintain a minimum ut two (2) feet of free water flow, on a aemlannual basis Wagner Creak North Canal (3,7501insar fast of bank, one way) - Furnishing all labor, material and equipment SEMI - 9 necessary for the removal and disposal of any obstruction (shopping carts, flies, appliances, boats, furniture, etc.) In 2 $3,500.00 $7,000.00 $2,000.00 $4,000.00 $2,800 00 $5,600.00 $4,600 00 $9,200.00 order to maintain a minimum of Iwo (2) feel of free water flow, on a semiannual basis ANNUALLY Wegner Creak South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) 10 and equipment necessary for collecting litter, flash and debits In the banks and upland areas within the canal right of 12 MONTHLY $2,562.00 $30,744.00 $1,957.50 $23,490.00 $1000 00 $23,880,00 $2,00000 $24,000,00 way and surlaca Waters on a monthly basis Wagner Creak South Canal (2,050 linear feel of bank, one way) - Furnishing all labor, matallal (including trash bags) 11 antl equipment necessary for mowing and hint ring all overgrown vegetation in the banks and upland areas within the 12 MONTHLY $2.000.00 $24,000.00 $1,700.00 $20,400.00 $1,90000 $22,800.00 $2,000.00 $24,000.00 canal fight of way and surface waters on a monthly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment 12 necessary for spraying the banks of upland areas within the canal light of way, using approved weed control chemical 4 QUARTERLY $1,200.00 $4,800.00 $900.00 $3,600.00 $1,000,00 $4,000.00 $1,600.00 $6,400,00 treatment method, on a quarterly basis Wagner Creek South Canal (2,050 linear feel of bank, one way) - Furnishing all labor, material and equipment SEMI - 13 necessary for the removal and disposal of any vegetation obstruction (logs, branches, water "ads. etc.) in order to 2 $3,500.00 $7,000.00 $2.000 00 $4,000.00 $2.990 00 $5,9a0.00 $2,600 00 $5,200.00 maMain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Wagner Creak South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI - 14 necessary for the removal and disposal of any obsb uclron (stopping cads, lyes, appliances, boats, for ndure, etc.) in 2 $3,500.00 $7,000.00 $2.00000 $4,000.00 $2.99000 $5,980.00 $2,600.00 $5,200.00 order to maintain a minimum of two (2) feel of free water flow, oil a senitaniival be ANNUALLY Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all tabor, material (including trash bags) and 15 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $2,562.00 $30,744.00 $2,100,00 $25,200.00 $2,200.00 $26,400.00 $2.60000 $71,200.00 and surface waters on a monthly basis Seybold Canal (2,300 linear feet of bank, one way) • Furnishing all labor, material (including trash bags) and 16 equipment necessary for mowing and Inmming all overgrown vegetation In the banks and upland areas within the 4 QUARTERLY $1,500.00 $6,000.00 $1,200.00 $4,800.00 $2,000.00 $8,000.00 $2,600 00 $10,400.00 canal right of way and surface waters on a quarterly basis Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for the SEMI - 17 removal and disposal of any vegetation obstruction (logs, branches, water wends, etc.) In order to maintain a 2 ANNUALLY $3,500.00 $7,000.00 $3,000.00 $6,000.00 $2.880.00 $5,760.00 $3,000.00 $6,000.00 minimum of two (2) lest of free water flow, on a semiannual basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including hash bags) and 18 equipment necessary for collecting litter, trash and debris in the banks and upland areas wd0tln the canal right of way 12 MONTHLY $5,625.00 $67,500.00 $4,250.00 $51,000.00 $8,980.00 $107,760.00 $5.00000 $60,000.00 and surface waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and 19 equipment necessary for mowing and hlmming all overgrown vegetation in the banks and upland areas within the 12 MONTHLY $7.500.00 $90,000.00 $5.250.00 $63,000.00 $7.200.00 $96,400.00 $5.000.00 $60,000.00 canal right of way and surface waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all tabor, material and equipment necessary for 20 spraying the banks or upland areas within the canal right of way, using approved woad control chemical treatment 4 QUARTERLY $4,500.00 $16,000.00 $4,000.00 $16,000.00 $4,20000 $16,800.00 $4,000.00 $16,000.00 method, on a quarterly basis Comfort Canal 0.070 linear feet of bank, one way) . Furnishing all labor, maternal and equipment necessary Int 21 spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved 6 EACH $6,05200 $36,312.00 $5,00000 $30,000.00 $4,900.00 $29,400.00 $4.000.00 $24,000.00 equal, six times a year Approved by: IFB 977382 Citywide Canal Cleaning Services Texas Aquatic Aquatic Control Superior Adventure Harvesting, Inc. Group, Inc. Landsdcaping and Environmental, Inc. Attachment B - Price Sheet Lawn Service Inc. ITEM a DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST Comfort Canal (0,070 lineal loot of bank, one way) - Ftindshing all label, material and equipment naenssary for the 22 onmoval and rlispu.al of any vngalaflun obsbucliun (logs, blanchas, waloi w.uds, etc) In uidel to maintain a 2 SEMI - ANNUALLY $3,50000 $7,000.00 $2.00000 $4,000,00 $2.90000 $5,800.00 $8,00000 $16,000.00 minunum of two (2) last of free watnl flow, on a semiannual basis Conduct Canal (8.070 linear fent of bank, one way)- Furnishing all labor, material and equipment necessary for the 23 removal sold disposal of any obstl uction (shopping calls, liras, appllancus, lelnllltle, etc) in ordar to maintain a 2 SEMI - ANNUALLY $3,500.00 $7,000.00 $2,500.00 $5,000.00 $4,200.00 $8,400.00 85,000.00 $10,000.00 Imninlum of two (2) feel of hes water flow, on a smniannual basis Adenlel Curial (1,650 linear feet u1 water one way and 37b linear feat of bank) - Felmshing all labor, material 24 (mcluding haat, hogs) and uqulpnnnl necessary tot collocling llital, bash and debits in lira banks and upland al see within Ifle canal nghl of way and surface waters on a monthly basis, please note that the pickup will be twice a month 16 EACH $2,062 00 $32,992.00 $1.56750 $25,080.00 $1,80000 $28,800.00 $2,500.00 $40,000.00 to, the mnnlhs of July through Oclobal Admner Canal (1,650 fn-, Inst of water one way slid 375 Motion teat of bank) - Funushing all labor, mustier 25 (Including trash bags) acid ewipnlsnl necessary for rowing and tenoning all uvailpown vegetation In the banks and 4 QUARTERLY $50000 $2,000.00 $337.50 $1,350.00 $1,400.00 $5,600,00 $2,500.00 $70,000.00 upland areas wrllun the canal t Ighl til way sold sunac. wat.r. on a quartet Iy bash Ad.nlel Canal (1,650 linear reef of water one way and 375 loner feet of bank) - Fuonlshing all labor, malarial and 26 equipment u.cosaary lul Ilia removal anti disposal of any vegetation obichuclion (lug., blenches, snaw.sds, etc) In 2 SEMI - ANNUALLY $2,625.00 $5,250.00 $2.000.00 $4,000.00 $2,880.00 $5,760.00 $2,500.00 $5,000.00 doctor to mandam a nnnunum of two (2) feel of Ilea waluo flow, on a senlrannual basis Ademal Canal (1.650 linear feel of water one way and 375 lineae feel of bank)- Ful Oiifig all labor, male)ial and 27 equipment necassaoy for the removal and disposal of any obsbudfon (stropping cans, toes, appliances, boats, 2 SEMI - ANNUALLY $3,500 00 $7,000.00 $2,000 00 $4,000.00 $3,300.00 $6,600.00 $2,500 W $5,000.00 tmnllme, etc.) In old., to maintain . nonnnun, .1 1- (2) feet of Ilea water how. oil a samlannual basis Davis Canal (1,350 lines, I..( of water ona way and 20U linear Isar of bank) - Fuuli*hmU all labor, insist ial (including 28 hashbags) and aquipnunt necessary fol' collecting Intal, It ash and debus in the banks and upland .less within the nal rlghl 01 way and surface walnrs oro a Inonmly basis, please note that the pickup will be twice a month for Iha 16 EACH $1,500 00 $24,000.00 $1.28250 $20,520.00 $1.20000 $79,200.00 $2,000 UO 532,000.00 numbs of July though October j Davis Canal (1,350Ifnest foal of water one way and 200 linear feat of bank) - Fumishing all labor, material (including 29 bash bags) and ego i nlso necossary too mowing and Inniming all overgrown v agelatiun in Ilia banks and upland 4 QUARTERLY $100.00 $400.00 $20000 $800.00 $1,20000 $4,800.00 $2,000.00 $8,000,00 areas wlthln the canal light of way and surface watals on a cf-lolly basis Davis Canal (1,350 linear deet of water one way and 200 linear feel of bank) - Fumishing all labor, material and 30 equipment necessary for the removal and disposal of any vegetation obstluelion (lugs, branches, seawoeds, etc.) in 2 SEMI - ANNUALLY $2,625.00 $5,250.00 $2,000.00 $4,000.00 $2,88000 $5,760.00 $3,60000 $7,200.00 uidel to mainlaln a minimum of two (2) fool of ties watm flow, on a semlannual basis Davis Canal (1,350 linear feel of water one way and 200 linear feel of bank) - Fut nmhing all labor, material and 31 equipment nuceesel'y fat the removal slid disposal of any obsbuclion (shopping cads, toes, appliances, boats, 2 SEMI - ANNUALLY $3,500.00 $7,000.00 $2,000.00 $4,000.00 $2,660 UO $5,760.00 $2.600 UO $15,200,00 Ito little etc.) Irl order 10 maintain a 111111111luin of Iwo ('L) feat of flee worst flow, ell a senllanllual basis NE 28111 Sheet Cove (480 linear Inst of total bank) - Fuulishulg all label, material (o¢luding trash bags) and 32 equipment necessary tot collecting tiller, hash and debits in the banks and uplalld also* within the canal light of way 12 MONTHLY $350.00 $4,200.00 $30000 $3,600.00 $60000 $7,200.00 $1,000 00 $12,000.00 slid surface wets,. on -monthly basis NE 28th Silver Cove (480 bre-, feat of total bank) - Fuuo.huog all labor, n,aturial (including flash bags) and 33 equipment nucu.sacy fol mowing and trimminti all ovetgnwn vngelahun of Ilia banks and upland elastic within the 12 MONTHLY $100.00 $1,200.00 $100,00 $1,200.00 $60000 $7,200.00 $1,00000 $12,000.00 canal light of way and sella.. water. on a monthly ba.l. NE 28th Sliest Cove (480 linear feel of total bank) - Fumishing all labor, nlahaial and equipment necessary for the 34 removal and disposal of any vegetation obstruction (logs, blanches, saaweetls, etc ) til oodeo to maintain a mininlunl 2 SEMI - $2.625.00 $5,250.00 $2,00000 $4,000.00 $2.88000 $5,760.00 $1.60000 $3,200.00 of two (2) deet of free water flow, on a semiannual bast* ANNUALLY NE 2801 Sheet Cove (480 linear feel of total bank) • F --lung all labor, mcol-i n end sgmpman( ne.essary for the SEMI - 35 Inmoval and disposal of any obstruction (shopping cans, lues, appliances, tunicuie, etc I u, older to maintain a 2 ANNUALLY $3,500.00 $7,000.00 82,000 00 $4,000.00 $2,660.00 $5,760.00 $1,600 00 $7,200.00 tiononunl of two (2) foul of flue water 11". oil a s.niiannual basis NE 20.2151 Street Cove (4501i-cl, feet of total bank) - Funrisbolg all caber, inalnrinl (meludmg Ir ash bag.) and 36 equipment naes*sary for collecting final, flesh and debris in Ilia batiks slid upland areas within the canal light of way 12 MONTHLY $565.00 $6,780.00 $427.50 $5.130.00 $40U.00 $4,800.00 $1.00000 $112,000.00 and suit... walnrs ell a inunthly basis NE 20.21lit Street Cove (45011noar feel of total bank) - Fumishn,g all label, malnrlet (including bash bags) and 37 equipment necessary for nlowang and Idnlmlng all overglowll vmdelatiun in the banks and upland allies within the 12 MONTHLY $10000 $1,200.00 $100.00 $1,200.00 $400.00 $4,800.00 $1.00000 $12,000.00 canal tight of way and suchen walnos on a nloldldy be.,. NE 20 -21st Silver Cove (450 lines, feel or local bank) - Furnishing all labor, material and equipment necessary for the 38 removal and disposal of any vegetation oh.o..tion (logs, .ranches, seaweed., ate ),it order to maintain a minimum 2 SEMI - $2.825.00 $5,250.00 S2,00000 $4,000.00 $2.600.00 $5,200.00 $1,600.00 $3,200.00 .1 1- (2) feel of to.. -ler flow, on is .."n. tool baso. ANNUALLY NE 20.2 rat Sheet Cove (450 linear feel of total bank) - Furnishing all labor, material and equipment necessary for the SEMI- I 39 removal and disposal of any obshticuon (shopping cans, blue, appliances, boats, dumhuie, etc.) in older to maintain a 2 $3,500.00 $7,000.00 $2.00000 $4,000.00 $2,600.00 $5,200.00 $1.60000 $j, 200.00 nunnnum of two (2) feel of flee waist flow, on a sunoarorual bast. ANNUALLY Bayfront of Rlckenbacker Causeway (750 linear feel of total bank) - Furnishing all labor, material (including trash 40 begs) and equipment nocessaly for collecting Intel, bash and debits In the banks and upland areas within the canal 12 MONTHLY $750,00 $9,000.00 $600.00 $7,200.00 $720.00 $8,640.00 $1.00000 $12,000.00 light of way and sella.. warms on a monthly bests fiaybonl of Rickenbackei Causeway ( 750 linear fent of total bank) - Funushing all labor, mutation (Including trash 41 bags) and equipment necessary for mowing and Innlning all ovelgiown vegetation in the banks and upland areas 4 QUARTERLY $500.00 $2,000.00 $400.00 $1,600,00 $720.00 82,860.00 $1.000.00 $4;000.00 within tit. canal right of way and sella.. walnr. un a lustfully baa* 9 '1 Approved by: IFB 977382 Citywide Canal Cleaning Services Teras Aquatic Q Aquatic Control Q Superior Adventure Harvesting, Inc. Group, Inc. Laand ice Environmental, Inc. Attachment B -Price Sheet Lawn Lawn Service Service Inc. ITEM N DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 8aylwnt of R,ckuimack.s Causeway ( 750 forest feel of total bank) - Funashog all labor natural and equip nucessary, for 0te removal and disposal of any vegetation obstruction (lugs, blanches, ssaweeds, etc.) in older to 2 SEMI- ANNUALLY $2,625.00 $5,250.00 $2,000.00 $4,000.00 $2,800.0 $5,600.00 §1,600 00 $3,200.00 nlam6un a mmenum of two (2) foul or hue waist flow, un a sandan.ual basis L.wsernce W.10—Y and S-11 Carel (2.068 hnsai fool of bank, one way) - Furnishing all labor, inalenal (including 43 hush hugs) and equipment necessary for collecting Intal, hash and debits in the banks, swalas and upland areas 12 MONTHLY $2,56200 $30,744,00 $1.90000 $22,800.00 $1,800.00 $21,600.00 $2,000 00 §24,000.00 within Ill" canal right of way alai sulface Watels oil a tl.nlirly basis Lawrence Waterway and Swint Canal (2,0681inear teal of bank, one way)- Furnishing oil labor, material (including 44 hash bags) and equipment necessary lar n—log and Innuniny all uvargiowo vegalelmn In the banks, swalus and 12 MONTHLY $2.00000 $24,000.00 $1,60000 $18,000.00 $1,800.00 $21,600.00 $2,50000 $30,000.00 upland ...as .11 his calm) nghl of way and sultana —[.is un a munlhly beats Lavauties Waterway and Swell Can.[ (2.088 linear feet of bank, one way) - Famishing all labor, material slid 45 agwpmmt nae".eart, for sp..yag file banks or upland areas vnlhm lite canal right of way, using approved wood 2 SEMI- ANNUALLY $1.200.00 $2,400.00 $1,137.40 $2,274.80 $2,800.00 $5,600.00 $2,600.00 $5,200.00 control chenncal I ... Mount method, two, limes a yea, I Laurance Wat.rway and Swell Cartel (2,066 linear feel of bank, one way)- Furnishing all labor, malarial and eguipmunt nacossary lot [the removal and disposal of any vegelallon obstruction (logs, branches, suaweads, etc I in 2 SEMI ANNUALLY $3,50000 $3,500.00 $7,000.00 $2,000.00 $4,000.00 $2,800 00 $5,600.00 $2,600.00 y5,20U.0U or do, Io nmmlain a minimum of Iwo (2) tool of lies were, flow, on a santannual basis Lawlenee Waterway and Swell Canal (2,068 linear lest of bank, one way) - Fumishing all labor, malarial and 47 equlpmanl necessary lo, the ...must .,to disposal of any obshucbor (shopping cans, boss, appliances, furniture, 2 SEMI - ANNUALLY $3,50000 $7,000.00 $2,000.00 $4,000,00 $2,80000 $5,600.00 $2,500.00 5,000.00 etc.) ,I Olde, to n-loutin anti n,muun of two (2) feat of flee water flow, on a semiannual basis 48 Lawrence Wale,way, Seawall Portion • Furnishing all labor, maleral and equipment necessary to pressure clean a SEMI- total of 144 existing concnefe bollaids and the seawall area, Nets a yaal 2 ANNUALLY $1,550 00 $3,100.00 $1,500.00 $3,000.00 $1,500.00 $3,000.00 $8,000.00 $A 6,000.00 Lawrance Waterway, Seawall Portion - Furnishing all labor, material and equipment necessary to pressure clean and paint a 1.1.1 01 144 11-1 g concrete bollards. Paint to be used calls for a one coal Thomseal #8532. or approved 49 equal. This item u,cudes maiol.n.-o and welding of 1,400 lest of hot•daep galvanized 3/8" anchor their, 10 It. In 1 YEARLY $4,000.00 $4,000.00 $3,000.00 ;3,000.00 $26,400 00 $26,400.00 $30,000.00 ;30,000.00 length, as per detail on Division S. In addition, if Iia concrete finish Is broknn o, damaged, apply ACI 301, to a smooth Item hn,h baro,. pautlmg Wafer It oil of Antonin Macao Palk (235 linear feet of Iola[ bank) • Furnishing all labor, material (including trash bags) 50 and equipollent necessary for collecting litter, trash end debris in the banks and upland areas within the canal right of 12 MONTHLY $27500 $3,300.00 $223.25 $2,679.00 $20 00 $2,400.00 $1,00000 $12,000.00 way ."it surface w.ler. on a monthly basis Water mnl of Antonio Macao Park (235 linear feet of total bank) - Fmmshing all labor, mata,lot (including trash bags) 51 and aquipment necessary (of mowing and Idmmmg all uv 10-1 vegeratwn I Ihn banks and upland ar.as wtlhm the 4 QUARTERLY $23000 $920.00 $200.00 $800.00 $20000 $600.00 $1,001000 $4,000.00 canal light of way and surface walels on a quarterly basis Welelfmnl of Antonio Macao Palk (235 line., fast of total bank) - Furnishing all labor, material and equipment 52 necessary tot spay ng Iia waterways fur vegetation growth but" the water surface of the canal win Spoor Herbicide, 4 QUARTERLY $176,00 $704.00 $100.00 $400.00 $1,200.00 $4,800.00 $1,00.00 $1,000.00 or approved equal, on a quarterly basis Wale'ront of Antonio Macao Park (235 linear feet of total bank) - Fumishing all labor, material and equipment 53 necessary for lite turnover and disposal of any vnJelatro , obstruction (lugs, blenches, sitawseds, etc.) m order to 2 SEMI - $2,625.00 $5,250.00 $2.00000 $4,008.00 $2.00000 $4,000.00 $2.60000 $6.200.00 mernfam a minimum of two (2) foul of Tree water flow, on a som,annual basis ANNUALLY Wal"TIVItt of Antonio Macao Park (235 linea, foot of total banui k) - Fmsham hg all labor, muralist and equipment 54 54 necussary for splaying lite e banks or upland Issue within Iicawo Ilia nal light of way, using approved ad corlmchemical 2 SEMI- , $292.00 $100 $200.00 $60000 $1,200.00 $1,600 Ou $ be.hnant method, two Innes . you, ANNUALLYMI-$1460 .200.00 Weed Harvests Kelpin 800 Model, or approved equal • Fumishing all lobo,, malarial and equipnlenl necessary for the SEMI - 55 homing of the harvssla, to iennove sea -wood ofd hydulla front all the canals and waterways including the Biscayne 2 ANNUALLY $7,00.0 $14,000.00 $4,50 00 $9,000.00 $4,00,00 $8,000.00 $9,0u, 00 $18,000.00 Bay -Ina, as daect.d by Is City Engineer, Iwice a your W.let front .f Mwgaret Pace Palk (1,750 line., teal of Iola[ batik) - Fumsh,ng all labor, material (.ndudi,g trash bags) 56 and equipment necessary for mllecti g litter, bash and debits ,n the banks and upland areas within the right of way 12 MONTHLY $1,250,00 $15,000.00 $1,500.00 $18,000.00 $1,80000 §21,600.00 $2.60 00 $31,200.00 std sui lace walels on a monthly basis Waterfront of Margaret Pace Park (1,7501 neat foul of total bank) • Furnishing all labor, material (including trash bags) 57 arid equopnnont necessary for mowing and trmmning all overgrown vegsi.00n In file banks and upland areas within the 4 QUARTERLY $250,00 $1,000.00 S1,00000 $4,000.00 $1,BU0 00 $7,200.00 $3,500.00 $1 ,000.00 shore right of way and surface walels on a quarterly basis Waterfront of Margaret Pace Park (1,750 lines, feel of total bank)- For malting all labor. malenal and equipment 58 necessary for the removal and disposal of any vegetation obstruction (lugs, branches, seaweeds, etc.) In older to 2 SEMI - $2.02500 $4,050.00 $2,000.00 $4,000.00 $2.800.00 §5,600.00 E1,000.UO 12,000.00 nlamlam a mrmmunn of Iwo (2) foot of free water flow, on a semtammof basis ANNUALLY Waledront of Pellof Park (430 linear feel of total batik) • Furnishing all labor, ,nalaral (includhlg trash bags) and 59 equipment necessary for collecting litter, trash and dehrs in Ihn banks and upland areas within the canal right of way 12 MONTHLY $100,00 $1,200.00 $45000 $5,400.00 $39000 $4,680.00 $1,000.00 E7 and sulface waists urn a lnoulfnly basis 1000.00 Waterfront of Parlor Palk (430 linear feel of total bank) - Furnishing all labor. material (including trash bags) and 60 equipment necessary for mowing and hannsng all overgrown vegetation In the banks and upland areas within the 4 QUARTERLY $50.00 $200.00 $300.00 $1,200.00 $1.80000 $7,200.00 $1,000.00 ; ,000.00 canal oghl o1 way and surface waters on a quarterly has,. I� /♦L'r,�' I IFB 977382 Citywide Canal Cleaning Services Texas Aquatic Aquatic Control Superior Sup Adventure Harvesting, Inc. Group, Inc. Landsdcaping and Lawn Service Inc. Environmental, Inc. Attachment B - Price Sheet — — ITEM d DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST W atednoot of Pallor Palk (430,near Iain o1 local bank) - Fumishug all latwr, malenal and equipment necessary for SEMI - 61 Ilia 1.111 -al and disposal of any vegelallon obstlucbon (logs, branches, seaweods, etc.) tit order to maintain a 2 ANNUALLY $2,025.00 $4,050.00 $2,000.00 $4,000.00 $2.40000 $4,800.00 S1,60000 $3,200.00 minimum of two (2) feel of Into wool flow, on a sai tannual basis I Waterfront of Kennedy Park (1,650 linear feel of total bank) - Furnrshing all labor, malenal (including bash bags) and 62 equipment necessary lot collecting filter, hash and debits in the banks and upland areas within the canal right of way 12 MONTHLY $1,250.00 $15,000.00 $1,450.00 $17,400.00 $1.80000 $21,600.00 $2.00000 $24,000.00 and surlace walets on a monthly basis Waledmnt of Kennedy Palk (1,650 linear feat of total bank) - Furnishing all labor, material (Including (rash bags) and 63 equ,pm.n1 n—sumy fur mowutg and Innmvng all over Urown vegetation In the banks and upland areas within the 4 QUARTERLY $750.00 $3,000.00 $1,40000 $5,600.00 $1,800.00 $7,200.00 $2,500 oo $10,000.00 canal tight of way and surface waren on a quatedy basis W sledront of Kennedy Perk (1.650 fines, feel of total bank) - Furnishing all labor, material and equipment necessary SEMI. 64 lot Uta rsnneval anti disposal of any vegetation obstlucbml (logs, blanches, saaweods, etc.) In older to maintain a 2 $2.025.00 $4,050.00 $2,000.00 $4,000.00 $2,08000 $5,760,00 $2,50000 $5,000,00 nunmurnn of two (2) feat of rise water [low, on a semiannual basis ANNUALLY Waterfront of Morningside Park (2,000 linear feel of total bank) - Futiushing all labor, matedaf (including trash bags) 65 and equipment necessary lot colleetlnU filler, trash and debris In the banks and upland areas within the canal tight of 12 MONTHLY $1,25000 $15,000.00 $1,500.00 $18,000.00 $1,600.00 $21,600,00 $2,000.00 4,000.00 way and surface waters on a monthly basis Waterfront of Momingslde Park (2.0001inear feel of total bank)- Fmnishmg all labor, material (Including trash bags) 66 and equipment necessary for nwwing and Inuvnmg all overgrown vegetation In the banks and upland areas within Ilia 4 QUARTERLY $750,00 $3,000.00 $1,500.00 $6,000.00 $1,280.00 $5,120.00 $2,000.00 8,000.00 venal night til way and surlace walals on a quadeniy basis W aledronl of MominUelds Park (2,000 Imam feet of total bank) - Furnrshing all labor, material and equipment SEMI - 67 necessary tut Oma iunmoval and disposal of any vegetation obsbucllon (lugs, branches, saawaeds, etc.) In oder 10 2 $2,025.00 $4,050.00 $2,000.00 $4,000.00 $2,80000 $5,600.00 $3.50000 $7,000.00 maintain a minimum of two (2) foul or free water flow, on a semiannual basis ANNUALLY Waterfront of Legion Park (550 linear rent or total bank) - Furnishing all labor, malarial (including trash bags) and 68 aqumpntant necessary for collecting title,. trash and debris in the banks and upland allies within the canal right of way 12 MONTHLY $600,00 $7,200.00 $540.00 $6,480.00 $440.00 $5,280.00 $1,000.00 $ 2,000.00 and surlace —to,. it a monthly beats Walerhont of Legion Perk (550 linear feel of total bank) - Fuutshing all labor, maluial (including trash bags) and 69 equipment necessary for mowing and rimming all overgrown vegetation in the banks and upland areas within Ilia 4 QUARTERLY $540.00 $2,160.00 $45000 $1,800.00 $440.00 $1,760.00 S1,00000 4,000.00 canal right of way and surlace worst on a quartet y basis Walerbont of Legion Pank (550 linear feet of total bank)- Furnishing all labor, metal et and equipment necessary for SEMI - 70 the removal at id disposal of any vegelation obstruction (logs, branches, seaweeds, etc.) in order to maintain a 2 $2.025.00 $4,050.00 $2,000 00 $4,000.00 $2,400.00 54,800.00 $1,800.00 3,600.00 minimum of two (2) teal of Into worst flow, on a semiannual basis ANNUALLY 71 SPECIAL PROVISION = Contingency Allowance $100,000.00 $100,000.00 $100,000.00 E 00,000.00 LEGEND: LS - lump sum, SF - square feet, CY - cubic yard, SY - square yard, PCY - per contract year TOTAL $ 866,286.00 TOTAL $ 714,303.80 TOTAL $ 961,840.00 TOTAL $ 1,068,500.00 IPRIMARY I I Non-Reaponsive I I Non -Responsive I Approved by, Qtv i t�xxrrt ANNIE PEREZ, CPPO EMILIO T. GONZALEZ Procurement Director City Manager July 10, 2019 All Responding Bidders (See Distribution List) SUBJECT: Invitation for Bids (IFB) 977382 Citywide Canal Cleaning Services Dear Proposers: This notice is to rescind the City Manager's recommendation of award memo dated_ May 20, 2019. You will be notified accordingly of any further action. Our provision of this notice also serves to confirm that the Cone of Silence is now imposed on this procurement action, as dictated by Section 18-74 (d) (2) of the City of Miami Code. We appreciate your firm's participation to the subject action. If you have any questions, please contact Tahlia Gray at 305-416-1912, or via email at tgraY@miamigov.com. Sincerely, Annie, Perez, CPPO Director, Procurement Distribution List: Aquatic Control Group, Inc. Texas Aquatic Harvesting, Inc. Adventure Environmental, Inc. Superior Landscaping and Lawn Service, Inc. Attachment: City Manager Rescind Award Memo c: City Clerk Juvenal Santana, P.E., CFM, Director, Public Works. Rafael Suarez -Rivas, Esquire, Sr. Assistant City Attorney, Office of the City Attorney Yadissa Calderon, CPPB, Assistant Director, Procurement CITY OF MIAMI, FLORIDA INTER -OFF! E-MEMORAll-DU j19 TO: Emilio T. Gonzalez, Ph.D. DATE: July 1, 2019 FILE: City Manager i ', ROM: Annie Perez, CPPD, Director J..; Department of Procurement SUBJECT: Rescinding Recommendation of Award Memo for Invitation for Bid (IFB) 977382, Citywide Canal Cleaning Services REFERENCES: Invitation for Bid ("IFB") No. 977382 EN3LOSURES: Recommendation of Award Memo dated May 20, 2019 The Department of Procurement ("Procurement") is hereby requesting that the attached award recommendation memo be rescinded. Considering the formal written protest of Texas Aquatic Harvesting, Inc. ("Texas Aquatic") dated June 10, 2019, additional due diligence was conducted into the allegations and issues raised in the bid protest. Procurement and the City Attorney's Office have subsequently reviewed the issues raised, the documentation provided in support of the bid protest, and information obtained through additional due diligence, and feel it is in the best interest of all involved to rescind the recommendation to award Invitation For Bid ("IFB") No. 977382 to Aquatic Control Group ("ACG"). Further, it is the recommendation of Procurement to award IFB No. 977382 to secondary vendor, Texas Aquatic. Background On February 11, 2019, Procurement issued IFB No. 977382, Citywide Canal Cleaning Services, under full and open competition. At bid closing on March 4, 2019, four (4) proposals were received. The bids were evaluated and tabulated following the guidelines published in the bid. One (1) bidder was deemed non-responsive. Upon recommendation of the Department of Procurement ("Procurement"), ACG was awarded the contract as the primary vendor. However, documentation and information has revealed that ACG does not meet the bidder minimum qualifications, as set forth in 2.8 of the IFB's Special Conditions, nor is ACG a responsive and responsible bidder. Through its bid, ACG represented it has been regularly engaged in the business of providing the services as described in the bid, namely since its founding in 2011, and that it had a record of performance for five (5) years. Despite as represented by ACG, it failed to file annual reports for several years of its existence. It filed an annual report in February of 2012 and was inactive from 2013 until its reinstatement on July 7, 2017. In other words it was inactive for a period of four (4) years. A dissolved corporation may not lawfully carry on any business except as is necessary to wind up and liquidate its business and affairs. As a result, at the time ACG submitted its bid, it had been an active corporation for less than four of the eight years since it was originally incorporated. Further, the documentation and information reviewed reveals the work history and experience of ACG is not as presented nor satisfies a record of performance for five (5) years. PR19198 An additional bidder minimum qualification is having no record of pending lawsuits or criminal activities, and have never been declared bankrupt within the last three (3) years. Further, pursuant -to IFB General Condition 1.25 which incorporates Sec. 18-107 of the Procurement Ordinance, 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 or any of the violations set forth within the General Condition. Such violations include: (2): Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction or records, receiving stolen property, or any other offense indicating a lack of business integrity or business dishonesty. Robert Muriedas is identified in ACG's Bid as ACG's Managing Partner, Operations Manager, Chief Superintendent, and Vice President. Mr. Muriedas signed ACG's Certification Statement. The Certification Statement specifically requires the undersigned to certify that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations contained in Section 18-107. The Certification Statement also requires the signer to certify that any and all information contained in the bid submission is true and correct. Despite as specified and required by the bidders minimum qualifications and Certification Statement, Robert Muriedas was adjudicated guilty in 2015 of conspiracy to commit wire fraud and bribery against the United States in United States of America v. Robert Muriedas; United States District Court; Southern District of Florida, Miami Division; Case No. 1:-15-cr-20223-MCG (ECF Doc. No. 246). As a result of the foregoing, ACG's response failed to comply with the bid requirements, and is non-responsive since the required forms submitted by them in response to this IFB contain material misstatements and material omissions. In addition ACG further fails to be a responsible bidder under the conditions of the IFB and Sec. 18-95 of the Procurement Ordinance. In brief ACG is not a responsible bidder. We recommend approving the rescinding of the recommendation of award. Approved Rescinding of Recommendation of Award Memo: / r Approved: / �1 ,/ Date: ! `Emillio T. Gonzalez, Ph.D., City Manager / c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, Ph.D. PE, Assistant City Manager, Chief of Infrastructure Sandra Bridgeman, CPA, Assistant City Manager, Chief Financial Officer Victoria Mendez, City Attorney Alan Dodd, Director, Department of Resiliency and Public Works Rafael Suarez -Rivas, Chief Assistant City Attorney Yadissa A. Calderon, CPPB, Assistant Director, Procurement PR19198 7/18/2019 Detail by Entity Name DIVISION OF CORPORATIONS -1w�f-.erg- .r' Department of State / Division of Cc 2-ora'inns / Search Re ;or -'s / Detail By Document NUmter / Detail by Entity Name Florida Profit Corporation TEXAS AQUATIC HARVESTING, INC Filing Information Document Number P03000130924 FEI/EIN Number 20-0399819 Date Filed 11/13/2003 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 12/23/2004 Event Effective Date NONE Principal Address 2 Seaboard Ave LAKE WALES, FL 33853 Changed: 04/29/2014 Mailing Address POST OFFICE BOX 4034 LAKE WALES, FL 33859-4034 Registered Agent Name & Address SPIEGEL & UTRERA, P.A. 1840 SW 22ND ST. 4TH FLOOR MIAMI, FL 33145 Officer/Director Detail Name & Address Title PSTD VAUGHAN, JAMES P 2 Seaboard Ave LAKE WALES, FL 33853 Annual Reports Report Year Filed Date ?n17 n9/21/9017 search.sunbiz.org/Inquiry/CorporationSearch/SearchResu[tDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder-TEXASAQUATIC... 1/2 7/18/2019 Detail by Entity Name 2018 03/30/2018 2019 04/30/2019 Document Images 01;30,'2019 -- ANNUAL REPORT View image in PDF format 03;30 2018 —ANNUAL REPORT View image in FDF format 0221;2017 — ANNUAL REPORT View image in PDF format 04/27/2016 -- ANNUAL REPORT View image in PDF format 03/21i2015 —ANNUAL REPORT View image in PDF format 01292014 -- ANNUAL REPORT View image in PDF format 04; 29x2013 -- ANNUAL REPORT View image in PDF format 0126/2012 -- ANNUAL REPORT View image in PDF fortnat 03/172011 --ANNUAL REPORT View image in PDF format 03;18,`2010 -- ANNUAL REPORT View image in PDF format 04,01/2009 —ANNUAL REPORT View image in PDF format 04/17;2008 -- ANNUAL REPORT View image in PDF format 02.272007 -- ANNUAL REPORT View image in PDF format 01302006 — ANNUAL REPORT View image in PDF format 01;21:2005 -- ANNUAL REPORT View image in PDF format 12123/2004 -- Name Change View image in PDF format 05;20x'2004 — ANNUAL REPORT View image in PDF format 11/11.2003 -- Domestic Profit View image in PDF format search. sunbiz.org/Inquiry/Corporation Search/SearchResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=TEXASAQUATIC... 2/2 7/18/2019 Detail by Entity Name T <r,Z.org Department of State / Division of Corporations / Search Records / Detail 6y Document Number / Detail by Entity Name Florida Profit Corporation ADVENTURE ENVIRONMENTAL, INC. Filing Information Document Number P97000062537 FEI/EIN Number 65-0768539 Date Filed 07/18/1997 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 07/25/2006 Event Effective Date NONE Principal Address 160 Georia Ave. Tavernier, FL 33070 Changed: 04/16/2018 Mailing Address 160 Georgia Ave. Tavernier. FL 33070 Changed: 01/03/2019 Registered Agent Name & Address TOLPIN, J. GREGORY 160 Georgia Ave. Tavernier, FL 33070 Name Changed: 06/13/2005 Address Changed: 01/03/2019 Officer/Director Detail Name & Address Title VSTD TOLPIN, J. GREGORY 160 Georgia Ave. Tavernier, FL 33070 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVENTUREEN... 1/3 7/18/2019 Detail by Entity Name Title PD search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVENTUREEN... 2/3 COLARUSSO, CHRISTOPHER L 160 Georgia Ave. Tavernier, FL 33070 Annual Reports Report Year Filed Date 2018 01/02/2018 2018 04/16/2018 2019 01/03/2019 Document Images 01:03: -'_019 -- ANNUAL REPORT View image in PDF format 04/16/2018 --AMENDED ANNUAL REPORT View image in PDF format 01'02+2018 -- ANNUAL REPORT View image in PDF format 01/18,2017 -- ANNUAL REPORT View image in PDF format 02;0112016 —ANNUAL REPORT View image in PDF format 01 "23;2015 --ANNUAL REPORT View image in PCF format 01'29,2013 -- ANNUAL REPORT View image in PDF format 0128/2013 -- ANNUAL REPORT View image in PDF format 03/08/2012 -- ANNUAL REPORT View image in PDF format 04:2012011 --ANNUAL REPORT View image in PDF format 04;2612010 —ANNUAL REPORT View image in PDF format 0112712009 -- ANNUAL REPORT View image in PDF format 02/06/2008 —ANNUAL REPORT View image in PDF format 03/0912007 -- ANNUAL REPORT View image in PDF format 12:13-2006 -- ANNUAL REPORT View image in PDF format 07 25,2006 -- Amendment View image in PDF format 05x10:2006 —ANNUAL REPORT View image in PDF format 0611312005 -- ANNUAL REPORT View image in PDF format 0112112005 --ANNUAL REPORT View image in PDF format 03,'04;2004 -- ANNUAL REPORT View image in PDF format 03/0112004 — Amendment View image in PDF format 10/13/2003 -- Amendment View image in PDF format 08/19/2003 -- Amendment View image in PDF format 01127i2003 — ANNUAL REPORT View image in PDF format 01,106"2009.— ANNUAL REPORT View image in FDF format 01:29'2001 —ANNUAL REPORT View image in PDF format 06123;2000 --ANNUAL REPORT View image in PDF format 05104,2000 -- ANNUAL REPORT View image in PDF format 11/0311999 -- Name Charge View image in PDF format 02.'02'1999 --ANNUAL REPORT View image in PDF format 02'2611998 --ANNUAL REPORT View image in PDF format 07;18;1997 -- Domestic Profit Articles View image in PDF format search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVENTUREEN... 2/3 7/18/2019 Detail by Entity Name search.sunbiz.org/Inq u i ry/Corporation Search/Search ResuItDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=ADVENTU REEN ... 3/3 DUE: March 4, 2019 @ 14:00:00 IFB# 977382 Citywide Canal Cleaning Services Texas Aquatic Harvesting, Inc. Lake Wales, FL 33859 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 - - --minimurrrof 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 (1) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (1) certify that any and all information contained in this submission is true; and we (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 (1) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: Texas Aquatic Harvesting, Inc. ADDRESS: Post Office Box 4034 / 2 Seaboard Ave. Lake Wales, FL 33859 PHONE: 863-696-7200 FAX 863-696-2922 EMAIL: TexasAquatic@aol.com CELL(Optional): SIGNED BY: James P. Vaughan TITLE: President DATE: 2/28/2019 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Page 2 of 47 Certifications Legal Name of Firm: Texas Aquatic Harvesting, Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 1995 FEI/EIN No.: 20-0399819 Office Location: City of ivtiami, Miami -Dade County, or Other 749 NW 23rd St. Miami, FL 33127 Corporate Office: 2 Seaboard Ave. Lake Wales, FL 33859 Occupational / Business License Number: 7533555 / 151944 / 08034161.1 / 32510 Occupational / Business License Issuing Agency: Miami -Dade / City of Miami / City of Lake Wales / Polk County Occupational / Business License Expiration Date: 9/30/19 / 9/30/19 / 9/30/19 / 9/30/19 Will Subcontractor(s) be used? (Yes or No) If yes, provide Subcontractor(s) information on Attachment C - Subcontractors. The work performed by all Subcontractors listed cannot be more than fifteen percent (1%) of the total work for this contract (a copy of their license(s) must be submitted with your bid response). NO Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/17). If no addendum/addenda was/were issued, please insert N/A. Addendum No. 1, 2/14/2019 - Addendum No. 2, 2/26/2019 Page 3 of 47 Line: 1 Description: Bidders shall not enter a unit price on this line. Bidders shall submit their,prices on Attachment H -Bid Trice Sheet, located in-the`Header/Attachments Section of this Solicitation- flte Oracle/iSiipplier Sourcing System. Category: 91368-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 4 of 47 IFB 977382 Canal Cleaning Services Attachment B - Price Sheet •corn tete this sheet while in excel. Spreadsheet automatically total. ITEM 0 DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Furnishing all labor. matenal and equipment for the complete removal and disposal of one (1) overgrown tree, up to 7" 1 d.b.h. in diameter, in the barks or upland areas within the canal naht�t way or —thewater—way-of ari"LlGe— _ __ A 500. S500A0— _located canals Furnishing all labor matenal and equipment for the complete removal and disposal of one (1) overgrown tree, 8' to 20" 2 tl.bat—m diameter. located in the banks or upland areas within thecanalright of way or the waterway of any of the 1 EACH $750.00 $750.00 canals Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 21" to 35" 3 d.b.h. in diameter. located in the banks or upland areas within the canal right of way or the waterway of any of the - 1 " - EACH S­1.000.00 $1,000.00 canals Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, more than 4 36" d.b.h. in diameter, located in the banks or upland areas within the canal light of way or the waterway of any of the 1 EACH $1,250.00 $1,250.00 canals Wagner Creek North Canal (3.750 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and 5 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $2.562.00 $30,744.00 and shallow surface waters on a monthly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and 6 equipment necessary for mowirg and trimming all overgrown vegetation in the banks and upland areas within the canal 12 MONTHLY S3.600.00 $43,200.00 right of way and shallow surface waters on a monthly basis Wagner Creek North Canal (3,750 linear feet of bank. one way) - Furnishing all labor. material and equipment necessary 7 for spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment _1 QUARTERLY $2,000.00 $8,000.00 method, on a quarterly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary SEMI- for the removal and disposal of any vegetation obstruction (logs, branches. water weeds, etc.) in order to maintain a 2 ANNUALLY $3,500.00 $7,000.00 minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek North Canal (3.750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary 9 for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in order to 2 SEMI- $3,500-00 $7,000.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, matenal (including trash gags) 10 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY $2.562.00 $30,744.00 way and surface waters on a monthly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, matenal (including trash bags) 11 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 12 MONTHLY $2.000.00 $24,000.00 canal right of way and surface waters on a monthly basis Wagner Creek South Canal (2.050 linear feet of bank, one way) - Furnishing all labor, material and equipment 12 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 4 QUARTERLY $1.200.00 $4,800.00 treatment method. on a quarterly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 13 necessary for the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to 2 ANNUALLY $3.500.00 S7,000.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 14 necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in 2 ANNUALLY $3,500.00 $7,000,00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Seybold Canal (2.300 linear feet of bank, one way) - Furnishing all labor, matenal (including trash bags) and equipment 15 necessary for collecting litter.. trash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $2.562.00 $30,744.00 waters on a monthly basis Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all labor, matenal (including trash bags) and equipment 16 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 4 QUARTERLY $1,500.00 $6,000.00 and surface waters on a quarterly basis Seybold Canal (2.300 linear feel of bank, one way) - Furnishing all labor, material and equipment necessary for the SEMI- 17 removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a minimum 2 $3.500.00 $7,000.00 of two (2) feet of free water flow, on a semiannual basis ANNUALLY Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 18 necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $5,625.00 $67,500.00 waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 19 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 12 MONTHLY $7,500.00 $90,000.00 and surface waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for spraying 20 the banks or upland areas within the canal right of way, using approved weed control chemical treatment method, on a 4 : UARTERLY $4,500.00 $18,000.00 quarterly basis - Comfort Canal (8.070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for spraying 21 the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal, six 6 EACH $6.052.00 S36,312.00 times a year IFB 977382 Canal Cleaning Services Attachment B - Price Sheet 'complete this sheet while in excel. Spreadsheet automatically total. ITEM X DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Comfort Canal (8.070 linear feet of bank. one way) - Furnishing all labor, material and equipment necessary for the rem-o-varand-disposat O -ahy v-egetatiOAbint unit `on (tdcW. ranches, tc. mor er o mom am a mmtmum SEMI- $3�� $7,000.00 22 of two (2) feet of free water flow. on a semiannual basis ANNUALLY - Comfort Canal (8,070 linear feet of bank.-one-way) - Furnishing all labor, material and-equipment-necessary for the - — -- 23 removal and disposal of any obstruction (shopping carts, tires, appliances, furniture. etc.) in order to maintain a 2 SEMI- $3,500.00 $7,000.00 minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all tabor, material (including 24 trash bags) and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the 16 EACH $2.062.00 532,992.00 canal right of way and surface waters on a monthly basis. please note that the pickup will be twice a month for the months of July through October Ademar Canal (1,650 linear feel of water one way and 375 linear feet of bank) - Furnishing all labor, matenal (including 25 trash bags) and equipment necessary for mowing and Inmming all overgrown vegetation in the banks and upland areas 4 QUARTERLY $500.00 $2,000.00 within the canal right of way and surface wafers on a quarterly basis Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material and SEMI- 26 equipment necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in 2 $2.625.00 $5,250.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material and 27 equipment necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, 2 SEMI- $3.500.00 $7,000.00 furniture, etc.) in order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Davis Canal (1,350 linear feel of water one way and 200 linear feet of bank) - Furnishing all labor, material (including trash bags) and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the 28 canal right of way and surface waters on a monthly basis, please note that the pickup will be twice a month for the 16 EACH $1,500.00 $24,000.00 months of July through October Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material (including 29 trash bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas 4 QUARTERLY $100.00 $400.00 within the canal night of way and surface waters on a quarterly basis Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material and SEMI- 30 equipment necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds. etc.) in 2 ANNUALLY 82.525.00 55, 250.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material and SEMI- 31 equipment necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, 2 ANNUALLY $3,500.00 $7,000.00 furniture, etc.) in order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material (including trash bags) and equipment 32 necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $350.00 $4,200.00 waters on a monthly basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material (including trash bags) and equipment 33 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 12 MONTHLY $100.00 $1,200.00 and surface waters on a monthly basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI- 34 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 $2,625.00 $5,250.00 two (2) feet of free water flow. on a semiannual basis ANNUALLY NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI- 35 removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) in order to maintain a 2 ANNUALLY $3,500.00 $7,000.00 minimum of two (2) feet of free water flow, on a semiannual basis NE 20-21st Street Cove (450 linear feet of total bank) - Fumishing all labor, material (including trash bags) and 36 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $565.00 $6,780.00 and surface waters on a monthly basis NE 20.21s1 Street Cove (450 linear feel of total bank) - Furnishing all labor. material (including trash bags) and 37 equipment necessary for mowing and Inmming all overgrown vegetation in the banks and upland areas within the canal 12 MONTHLY $100.00 $1,200.00 right of way and surface waters on a monthly basis NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI- 38 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 ANNUALLY $2.625.00 $5,250.00 two (2) feet of free water flow, on a semiannual basis NE 20-21st Street Cove (450 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI- 39 removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in order to maintain a 2 ANNUALLY $3,500.00 $7,000.00 minimum of two (2) feet of free water flow, on a semiannual basis Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 40 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal nght of 12 MONTHLY $75200 $9,000.00 way and surface waters on a monthly basis Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 41 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $500.00 $2,000.00 canal right of way and surface waters on a quarterly basis IFB 977382 Canal Cleaning Services Attachment B - Price Sheet 'complete this sheet while in excel. Spreadsheet automatically total. ITEM M DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material and equipment 47 necessary-for-th"emoval-and disposal.ofany-vegelatian-0bskuctmapogs,-4ranches-les.-ew..)iaerdeuo SEMI - .626. $5. maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Lawrence Waterway andSwell Canal_(2,068linear feet of bank, one way) - Furnishing all -labor, material. (including trash _- 43 bags) and equipment necessary for collecting litter, trash and debris in the banks, swales and upland areas within the 12 MONTHLY $2.562.00 $30,744.00 canal right of way and surface waters on a monthly basis Lawrence Waterway and Swell Canal (2.068 linear feet of bank, one way) - Furnishing all labor, material (including trash 44 bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks, swales and upland 12 MONTHLY $2.000.00 $24,000.00 areas within the canal right of way and surface waters on a monthly basis Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor. material and equipment 45 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 2 SEMI - $1,200.00 $2,400.00 treatment method, two times a year ANNUALLY Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, matenal and equipment 46 necessary for the removal and disposal of any vegetation obstruction (logs. branches, seaweeds, etc.) in order to _ SEMI - 53.500.00 57.000.00 maintain a minimum of two (2) feet of free water flow. on a semiannual basis ANNUALLY Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material and equipment 47 necessary for the removal and disposal of any obstruction (shopping carts. tires, appliances, furniture. etc.) in order to 2 SEMI - $3,500.00 57,090.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY 48 Lawrence Waterway. Seawall Portion - Furnishing all labor. material and equipment necessary to pressure clean a total 9 SEMI- $1,500.00 $3,000.00 of 144 existing concrete bollards and the seawall area, twice a year ANNUALLY Lawrence Waterway, Seawall Portion - Furnishing all labor, material and equipment necessary to pressure clean and paint a total of 144 existing concrete bollards. Paint to be used calls for a one coat Thoroseal 98532, or approved equal. 49 This item includes maintenance and welding of 1,400 feet of hot -deep galvanized 318" anchor chain, 10 ft. in length, as 1 YEARLY $4.000.00 $4,000.00 per detail on Division 5. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth form finish before painting Waterfront of Antonio Macao Park (235 linear feet of total bank) - Furnishing ail labor, material (including trash bags) 50 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY $275.00 $3,300.00 way and surface waters on a monthly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material (including trash bags) 51 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $230.00 $920.00 canal right of way and surface waters an a quarterly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment 52 necessary for spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, a QUARTERLY $176.00 $704.00 or approved equal, on a quarterly basis Waterfront of Antonio Maceo Park (235 linear feel of total bank) - Furnishing all labor, material and equipment SEMI - 53 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 $2.625. CC $5,250.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment 54 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 2 SEIvt!- 525'2.00 treatment method, two times a year ANNUALLY Weed Harvester Kelpin 800 Model, or approved equal - Furnishing all labor, material and equipment necessary for the 55 renting of the harvester to remove sea -weed and hydnila from all the canals and waterways including the Biscayne Bay 2 SEMI - $7,000.00 $14,000.00 areas, as directed by the City Engineer, twice a year ANNUALLY Waterfront of Margaret Pace Park (1.750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 56 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the right of way and 12 MONTHLY $1,250.00 $15,000.00 surface waters on a monthly basis Waterfront of Margaret Pace Park (1.750 linear feet of total bank) - Furnishing all labor, matenal (including trash bags) 57 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $250.00 $1,000.00 shore right of way and surface waters on a quarterly basis Waterfront of Margaret Pace Park (1.750 linear feet of total bank) - Furnishing all labor, material and equipment SEMI - 58 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 $2.025.00 $4,050.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Waterfront of Pallot Park (430 linear feel of total bank) - Furnishing all labor, material (including trash bags) and 59 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $100.00 S 1,2C0.00 and surface waters on a monthly basis Waterfront of Pallot Park (430 linear feel of total bank) - Furnishing all labor, material (including trash bags) and 60 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY $50.00 S200.00 right of way and surface waters on a quarterly basis IFB 977382 Canal Cleaning Services Attachment B - Price Sheet 'complete this sheet while in excel. Spreadsheet automatically total - ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Waterfront of Pallot Park 430 linear feet of total bank - Furnishing all labor. material and equipment necessa for the 61 removal and disposal of any vegetation obstruction (logs. branches, seaweeds, etc.) in order to maintain a minimum of 2 C _ ANNUUAI ALLY $2.025.00 54,050.00 two (2) feet of free water flow, on a semiannual basis Waterfront of Kennedy Park (1,650 IirieaF feet bf total bank) - Fumishirg all latibr, material (including trash bags) and 62 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY 51.250.00 515,000.00 and surface waters on a monthly basis Waterfront of Kennedy Park (1,650 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 63 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY 5750.00 $3,000.00 right of way and surface waters on a quarterly basis Waterfront of Kennedy Park (1.650 linear feet of total bank) - Furnishing all labor, material and equipment necessary for SEMI - 64 the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum 2 ANNUALLY $2.025.00 $4,050.00 of two (2) feet of free water flow, on a semiannual basis Waterfront of Momngside Park (2,000 linear feel of total bank) - Fumisbrng all labor, material (including trash bags) and 65 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY 31.250.00 $15,000.00 and surface waters on a monthly basis Waterfront of Momingside Park (2,000 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 66 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY $75000 53,000.00 right of way and surface waters on a quarterly basis Waterfront of Morningside Park (2,000 linear feet of total bank) - Furnishing all labor, material and equipment necessary SEMI - 67 for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a 2 $2.025.00 $4,050.00 minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 68 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY 56-0 S7,200.00 and surface waters on a monthly basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 69 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY 5c.:; _0 $2,160.00 right of way and surface waters on a quarterly basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEIv1I- 70 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 ANNUALLY 52.025.00 54,050.00 two (2) at of free water flow, on a semiannual basis 71 SPECIAL PROVISION = Contingency Allowance 5100,000.00 LEGEND: LS - lump sum, SF - square feet, CY - cubic yard, SY - square yard, PCY - per contract year TOTAL S 866.136.00 TFXAA0U-01 CARI Gnm-I : �Co>Fzo CERTIFICATE OF LIABILITY INSURANCE �� DATE (MM/DD(YYYY) 02/20/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS j 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-CERTIFICA-TE-HOLDS . 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 NAMEACT Wendy Evans PHONE 407 998-435314353 FAX (A/C, No, Ext): ( ) (AIC, No): Insurance Office of America, Inc. 1855 West State Road 434 Longwood, FL 32750 A oR'L . Wendy.Evans@ioausa.com INSURERS AFFORDING COVERAGE NAIL 4 1 INSURER A: Atlantic Specialty Insurance Company 27154 INSURED INSURER B: Owners Insurance Com an 32700 INSURER C: Great American Insurance Com pany 16691 Texas Aquatic Harvesting, Inc. INSURER D: Western World Insurance Company 13196 6403 Park Lane Lake Wales, FL 33853 INSURER E INSURER F DREM SETO RENTED Eoccu ence S 50'000 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 R TYPE OF INSURANCE ADDL NSD SUER D POLICY NUMBER POLICY EFF MMI POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS -MADE a OCCUR X X 85JH25022 09/0112018 09/0112019 DREM SETO RENTED Eoccu ence S 50'000 MED EXP (Any oneoersonl S 5,000 X Protection & Indemni X Jones Act included PERSONAL& ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY D JECT El LOC GENERAL AGGREGATE $ 2,000'ODUi PRODUCTS • COM P/OPAGG S 1'000,0001 LIMITED POLLUTI $ 1,000,000. OTHER: 3 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident S 130DILYINJURY Per person) S I ANY AUTO X 5085680300 09/01/2018 09/01/2019 OWNED SCHEDULED AUTOS ONLY AUTOS n BODILY INJURY Per accident S PROPERTY DAMAGE Per accident S HIRED NON -OWNED .AUTOS ONLY AUTOS ONLY PIP $ 10,000 LI I C UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 1,000,000 X EXCESSLJAB CLAIMS -MADE OMH3727861 02/15/2019 09/01/2019 AGGREGATE S 1,000,000 DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETORIPARTNER/EXECUTIVE H OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A PER OTH- TAT UTE R E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE S If yes. describe under DESCRIPTION OF OPERATIONS below E -L. DISEASE - POLICY LIMIT S D General Liability X NPP8403392 05/19/2018 05/19/2019 Pesticide/Herbicide 2,000,000 A Equipment Floater BSJH25022 09/01/2018 09/01/2019 Leased/Rented Equip 250,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Pollution Liability Sublimit coverage is included under policy #BSJH25022 - $1,000,000 limit. Protection i£ Indemnity coverage including Jones Act coverage is provided under policy #BSJH25022. Cityof Miami Dept of Procurement and Risk Management is included as additional insured as respects to General Liabiity, Pesticide Liability, and Auto liability as required under written contract. SEE ATTACHED ACORD 101 City of Miami, Dept of Procurement and Risk Management 444 SW 2nd Ave 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 f p ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: TEXAAQU-01 LOC #: 1 ^A�OR� ADDITIONAL REMARKS SCHEDULE --.GENCY- - - - - - -- --- __ __ - __. _ NAMED INSURED ynsurance Office of America, Inc. .Texas Aquatic Harvesting,—lnc. - 6403 Park Lane POLICY NUMBER - Lake Wales, FL 33853 EE PAGE 1 CARRIER 3EE PAGE 1 NAIC CODE )EE P 'I EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance CARLSONJ Page 1 of 1 Description of Operations/LocationslVehicles: 30 Day Notice of Cancellation applies for the cancellation or nonrenewal in favor of City of Miami Dept of Procurement and Risk Managemen for General Liability (form to follow), and Automobile Liability (form to follow) as required by written contract. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD c,oirCY NUMBER: B5jx25022 ENDORSEMENT TO SECTION I – COVERAGE PARTS I, 11 & 1111 --- – ADDITIONAL INSURED -AND WAIVER-OF-SUBROGA-TION (BLANKET) – — – In consideration of the premium at which this policy is issued, and subject to the terms and conditions of the policy, It is agreed that: 1. Section V, Genera! Conditions - Paragraph I - Who Is An Insured - of the poiicy is amended to include any person or organization that you are obligated by an "insured contract' to include as Additional Insureds, but only with respect to liability arising out of 'your work" and only wit; respect to coverage provided under Section 1, Coverage Parts 1, II and Ill of the policy. 2. it is further agreed that we waive any right of recovery we may have against any such Additional Insured because of payments we make for "bodily injury" or `property damage" arising out of "your work" for that Additional insured. but only to the extent of your obligation under the 'Insured contract". lncludss copyrighted material of insuranca Services Offices, Inc., with Its permission. Copyright 2006. One9eacon Insurance Group- POLrCY NUMBER: NPPn403130 This Endorsement Modifies Your Policy. Please Review It Carefully. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONTRACT OR A CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II -Who is an Insured is amended to include as an additional insured any owner, lessee or contractor for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: 1. Your acts or omissions, 2. The acts or omissions of those acting on your behalf, and 3. "Your work", as included in the "products -completed operations hazard",- in azard";in the performance of your operations for the additional insured. B. This insurance shall not apply to claims, "suits" and/or damages arising out of the acts, omissions and/or negligence of the additional insured(s). C. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. D. Primary and Noncontributory Provision The insurance afforded to the additional insured will be Primary Insurance and Noncontributory, but only if such claims, "suits" and/or damages arise out of the sole negligence of the Named Insured. E. Waiver of Subrogation Provision The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against those who are added as additional insureds by this endorsement because of payments we make for injury or damage arising out of your ongoing operations or "your work" performed under a contract with them. This waiver applies only when you are solely negligent. This waiver shall not apply to claims, "suits" and/or damages arising in whole or in part out of the acts, omissions; and/or negligence of those added as additional insureds by this endorsement. WW433 (09114) 89304(7-10) AUTOMATIC DESIGNATED INSURED - BLANKET COVERAGE Automobile Policy SECTION 11 - LIABILITY COVERAGE is provided to any The insurance provided by this endorsement does not person or organization only to the extent such person or apply to any extension of SECTION fl - LIABILITY COV - organization is liable for your conduct arising from an ERAGE provided elsewhere in this policy, automobile to which SECTION It - LIABILITY COV- ERAGE applies. All other policy terms and conditions apply. 89304 (7-10) Page 1 of 1 89303 (6-10) WAIVER OF OUR RIGHT TO RECOVER PAYMENTS - AUTOMATIC STATUS UNDER AN INSURED CONTRACT Automobile Policy It is agreed: Wrth regard to any person or entity, we waive our right to recover payments made for bodily injury or property damage covered by the policy and arising out of the operation of automobiles covered by the policy, in ac- cordance with the terms and conditions of a written con- tract between you and such person or entity. However, our rights must be waived by the written contract prior to the occurrence which caused the bodily injury or property damage. All other policy terms and conditions apply. 89303 (6-10) Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE Date 2/20/2019 Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. —Holiday, -FL 34691 rights upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below. Insurers Affording Coverage NAIC Y (727) 938-5562 Insured: South East Personnel Leasing, Inc. & Subsidiaries Insure`A.- Lion -Insurance Company____ _ Insurer e: 2739 U.S. Highway 19 N. Insurer C: Holiday, FL 34691 Insurer D: Insurer E: Coverages The polices of insurance listed below nave oeen issued to the insurea names acove for the pciicy penoo indicated. No wanstanarrg any requirement. term or cone«ion 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 herain is subject to all the terms. exclusions. and conditions of such policies. Aggregate imis shown may have been reduced by paid claims. INSP _TP ADDL INSnD Type of Insurance Policy Number Policy Effective Date Policy Expiration Date Limits (MM/DD/YY) (MM/DD/YY) GENERAL LIABILITY EachOccurence Commercial General Liability Claims Made 1:1 Occur Damage to rented premises (EA occurrence) Med Exp Personal Adv Injury General aggregate limit applies per: General Aggregate Policy ❑ Project ❑ LOC Products - Comp/Op Agg AUTOMOBILE LIABILITY Combined Single Limit (EA Accident) Any Auto Bodily Injury All Owned Autos (Per Person) _ Scheduled Autos Bodily Injury Hired Autos Non -Owned Autos rPer Accident) Property Damage ( Per Accident) EXCESS/UMBRELLA LIABILITY =achOccurrerce Occur ❑ Claims Made Aggregate Deductible A Workers Compensation and WC 71949 01/01/2019 01/01/2020 X I wC Statu- OTH- Employers' Liability to Limits ER E.L. Each Accident s1.000. coo Any proprietor/partneriexecutive officer/member E.L. Disease- Ea Employee $1.000.000 excluded? NO If Yes, describe under special provisions below. E.L. Disease -Policy Limits 61.000.000 Other I Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 82-59-008 Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company': Texas Aquatic Harvesting, Inc. Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL. Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or email certificates@lioninsurancecompany.com Project Name: INCLUDES USL & H. ISSUE 04-02-18 (RK). REISSUE 10-22-18 (PH). REISSUE 02-20-19 (BP) 6 in Date: B 29/2011 CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI DEPARTMENT OF PUBLIC WORKS Snould any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives 444 SW 2ND AVE, 8TH FLOOR MIAMI, FL 33130'—-- Title: Citywide Canal Cleaning Services IFB No.: 977382 List of Subcontractors Completion of Form This form is initially to be completed and submitted with the IFB, listing all Subcontractors to be used under this Contract. Thisllfor is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. I Name of Firm Address Scope of Work Licenses Value'iof I % of Work Work N/A Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fifteen 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: Texas Aquatic Harvesting, Inc. Date: 2/28/2019 Name of Individual Completing Form: James P. Vaughan Signature: I• i IFB 977382 Citywide Canal Cleaning Services Attachment C: Reference Submittal Form -- - - - - - --FIRM NAME. Texas Aquatic -Harvesting; -Inc. Reference Section e Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: City of Miami Contract #M-0111 Address: 444 SW 2nd Ave. (Public Works) Contact Person: Elyrosa Estevez Contact Phone Number and Email: 305-416-1295 EEstevez@miamigov.com Date of Contract or Sale: 1/3/2017 $826,896 Annually Prime or Subcontractor: Prime i I Other (Description of Service, Total dollar value of Contract, etc.): Citywide Canal Cleaning Past Performance Reference Check #2 Company/Organization Name: Citrus County BOC Address.- 1300 S. Lecanto Hwy, Lecanto, FL 34461 Contact Person: Mark Edwards Contact Phone Number and Email: 352-527-7620 / 352-527-7617 Contact E-mail if applicable): Mark. Edwards@bocc.citrus.fl.us Date of Contract or Sale: 10/18/2018 $1,000,000 Annually Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): A uatic Weed Harvestin Past Performance Reference Check #3 Company/Organization Name: Florida Fish and Wildlife Conservation Commission Address: 601 W. Woodward Ave, Eustic, FL 32726 Contact Person: Ed Hayes Contact Phone Number and Email: 352-516-7101 Contact E-mail (if applicable): ed.hayes@myfwc.com Date of Contract or Sale: 1/2018 - $650,000 Prime or Subcontractor: Prime j Other (Description of Service, Total dollar value of Contract, etc.): Remove dense floating vegetation, trees and debris from Lake Davis 1 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, Texas Aquatic Harvesting, Inc. , 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 Contractor/Contractor's Authorized Official Name and Title of Contractor/Contractor's Authorized Official James P. Vaughan, President Date: 2/28/2019 ATTACHMENT E - MINIMUM WORK REQUIREMENTS Wagner Wagner Seybold Comfort Ademar Davis NE 28 NE 20-21 Rickenbacker Lawrence Margaret Antonia Pallot Kennedy Morningside Legion Creek Creek Street Street Maceo Canal Canal Canal Canal Cswy. Waterway Pace Park Park Park Park Park Work Requirement North South Canal Cove Park Debris Removal/Litter X X X X X X X X X X X X X X X X Control Mowing/Trimming X X X X X X X X X X X X X X X X Weed Control/Chemical X X X X X l Treatments Sonar Spraying X X X X Obstruction (Vegetative) X X X X X X X X X X X X X X X X Removal Obstruction (All Heavy X X X X X X X X X X X X X X Materials) Removal Maintenance of Seawall !_ X Harvester X X X X X X X X X X X k X Note: Please see Section 3.1, Specifications/Scope of Work for a description of the actions listed above. Lo" —Emargency-Pho,.ie; 31--580=3282 Genesi Phone: 1.317-580-3282 fl EPA Reg, N unbar: 676904 �+ ^t7�7 + Effective Date: A o ist 25,19V. }�ji�! R�iy�.�-'t. � A.S. Herbicide SsPRO Corporal:on - Canmei, lit ----1=2w= 1-,Vethyi-3-phenyl-5-'3-(trif^r uoro-rnethyl)p hanyl)-4 (1 I) pyridirnone (Fluridona` CAS# 059753-60-4 .....................................4 i .735 Clhe,`r Ingredionts, total, Including: ................. .... 58,3 o Proprietay surfactants Propylene glycol ... CAS,? 000057-55-6 Water., , CAS# 007732-f 8-5 This document is prepared pt rsuant to the OSHA Hazard ommunlcation Standard (29 CFR 1910.1200). In addition, ogler aibstano3s not Hazardous' per tnis OSHA Standard may be listed. Ahere prcpriet, ry irrgredi nt shows, tura identity may be made evafloble as provided in this standard. BOILiNG POINT: (0 1 almcsphore) 212*:,100'C VAP. PRESS: 2.3 mm t -Ig at 25'C VAP. DENSITY: '1-172 relative tc a1- at 25'C SOL. IN WATER: Disperses in water 5 P. G RAVITY; 1.15 at 25°C APPEARANCE: Light tan to -ray opaque liqul-, ODOR: Slight odor pt -i: (aqueous 50!50) 8,45 FLASH POINT: Greater than 200°F, 93,3`C METHOD USED: SCC FLAMMABLE Lir`Y7ITS. LFL; Not applicable UFL: Not applica�lo .AUTD-IGM7101N TEMPERATURE,, Not appli :able Exi-I 'GUISi ING MEDIA: SONAR A.S. is a water based suspension and will not burn. 11'product Is involved in fire and water has evaporated'. use wato fog, CO2, dry chamical, or foam - FIRE AND EXPLOSION HAZARDS: ']'his product tviil not burr, until a sul'ficier:'- amoun' of wa''rr has evar - rated. At this print, the product will exhlb.t the "amrna- bility characteristics of the organic portion of this for- mulation. Keep unnecessary people away- is ;!ate haz- ard area and deny unnecessa-y ent-y : Hichiy toxic fumes are released in fire situatlors. FiRE•FIGHTING EQUIPMENT: Wear positive -pres- sure, self-contained bresthing apparatus and full ?ro- teciive equipment. STABILITY: (CONDITIONS TO A',I011,) Nene known INCOMPATIBILITY: (SPECIFIC PAATF_RIALS TO AVOID) None known HAZARDOUS DECON1POSiTiON PRODUCTS::. product is allowed to dry, ur'll emit toxic vapors as it bums. HAZARD -01-155 POLY ;4ERIZATiON; Does not occur. ENVIRONMENTAL DATA: Follow use directions carefully so as to avoid adverse ejects on r:ontarget oroarisrns, in order to avoiJ impact on threatened - endangered aquatic plant or animal species: users must consult their state fls`f and game agency cr the U.S. Fish and VVildilfe Service berore making appiica- tibrs. Do not contaminsta water when 11sposing of equipment washwaters. Trees and shrubs growi:ig in oyster treated with Sonar A.S- may occasionally devel- op chlorosis. Do not apply in tidewater or brackish waters, Lowest rates shou:'d be usad in shallow arras v/Dare the water depth Is considerably less than tit average depth of the entire treatment Ve, fc,• exarr- pie, shallow shoreltno areas. ACTION TO TACE FOR SPILLS: Use absomant r iaterlai to contain and cleanup small spills and dis- pose as waste. Large apliis report to Cil-NTREC and SaPro Corporatlon for assistance. Freven' runoff. DISPOSAL METHOD: Wastes resulting from the u c of this product may t)a disposed of on site o- at an approved waste d spesal facility. EYE: ''.Aay cause sfiyFt t-ansle^t (emooray) eve irrita- tion. Cornea! Injury Is unf :ely. SKIN CONTACT: Pro'onged exposura may cause slight skln'.r tatio:. Did not cause allergic skin reac- tions when tester: in gulnea pigs. SKIN ABSORPTION: A single proloigsd exposare is not likely to reSLIt in the material being absorbed through s<:n in harmful amounts. The LD50 for skin, absor-nJon m rabbits is nreater ihan 2C00 n•rr-kg. •rrnrmarCol5cRR0:-0<srra:fen � � .. a Phone: 232 General Phone: 1317.530-3222 'p EPA Reg, Number: 67690-4 Effective Date: August 25, 1994 ��T �!. HerbicideSONAR*A.S. 5e1`170 Corporztion • Carmel; itj INGESTION: Single dose oral toxicity Is lour, The era` LD50 for rats Is greater than 5;00 mg kg. Smiali amounts swa!'owed incidental to normal handling oper- ations are not likely to cause injury; sIff2l'owing amounts 13r3er than that may cause injury. INHALATION: At room tem;:erature, v lcr's are n,i 1;- tnal clue to physical properties; a single ex=posure is no` likaly to be hazardous. SYSTEMIC (OTHER TARGET ORGAN) EFFECTS: in chronic toxicity studies in animals, fluridone has beer: shown to cause liver and kidney 3ffecis. CANCER INFORMATION: The components did not cause dancer in long-term anima! studies, TERATOLOGY (BIRTH DEFECTS): In an!rnat studies on some of the components (including fiu.rldone), this product did not cause birth defects; for fluridone, other fetal effects occurred only at dose toxic to the mother. MUTAGENICITY (EFFECTS ON GENETIC FAATERI- AL;: For fluridone, results of mutagenicity tests In ani. - mals have been negative; results of a bafleiy of fn -vitro mutagenicity tests, except for one, have also been ne=gative. Baser on these results and the 'ick of car- chog-enic response in long term studies, fluridone Is not considered to be mutagenic. vi VVE]�j EYES: Flush eyes with plenty of water. Get medical attention if irritation persists. SKIN: Flush skin with plenty of aster: Get medical attention if irritation persists. INGESTION; Call a physician or polson control center. D, ink one or two glasses of water and Induce vomiting by touching back of throat with finger. Do not Induce vorniting or give anything by mouth to an unconscious person. INHALATION: Move victim to fresh air. If not br5ath- ing, give artificial respiration, preferably mouth-to- mouth. Get medical atlentlon. NOTE TO PHYSICIAN: No spec'fic antiriote. Supportive care. Treatment based on judgme-int of the physician In response to reactions of the patient, XMI r r r �, gym.... EXPOSURE GUIDELINE(S): Propylene glycol All -IA d,'_EL is 50 ppm total, 10 rng!ni3 aerosol only. VENTILATION; Provide general and/or local exhaust ventilat!on to contra! Slr`.)orne levels below i`ie exp0- sure G-1.11delines. RESPIRATORY PROTECTION: Atmospheric h3vruls s oul,:! be maWainad below U13 exposure guidellne. !f respiratory innation is experienced, use an approvec air-pirifying rsspir2tor, SKIN PROTECTION: For Mal` contact: no precaution=s other than: clean body -covering clothing should be needed. Use chem!caily-resistant gloves ,uhan pro- londad or frequently -repeated contact could occur. Wash thoroughly with so9p and water alter handling. Wash exposed clothing before reuse. EYE PROTECTION; Use safety glasses. SPECIAL PRECAUTIONS TO BE TAKEN IN HAN- DLING AND STORAGE: Keep out of reach of chil- dren. Harmful if sna!lo,vc 1, absorbed through skin, or if inhaled. Avoid breali*:g of spray mist or con tact with skin, eyes, or clothing. MSPS S TATM Revised sections 1, 3, 5, 6; 7, 8, 9, and reg sheet. (Kot meant to be a9-Indwive—selected reguWlons represenle:l). NOTICE: The iifon:atan herein Is presented n 3ooj fall -1. and balle,Q to be accurate as of tine efie.�;Nve dale shown above. Xo?:eve:; no warranty, expess or Implied, is glven. Regulatoq requirements are subled to change and may differ from one loca- tion to snot! gar; It Is the buyers responslhility to ensure that its activities amply wiib faderal, state or provindal, and Coca! laws, Thr: follow ell specific h1ormalion Is made for the pr pose cf com- ;!;Jing with numerous federal, slate o- provincial, and lovas lens and rogufations. Sea t,13D Sheet fur hsalth and safety infomiatior.. SARA HAZARD CATEGORY: This product has been reviewed according to the EPA "Hazard Catogcrles" promulgated under Sections 31'. and 312 of the Superfund Ar:.rendinert and Reauthorization Act of 1986 (SARA Title 111` and is con=sidered, under applica- ble de;lnitiora, Ic imeel the following c3ta00rlos: An innmeciate health hazard TOXIC SUBSTANCES CONTROL ACT (TSCA): A11 ingredien=ts are on the TSCA inventory or are not required to be lisfed-on the TSCA inventory. STATE RIGHT -TO -KNOW: The following product components are chid on certain state lists as men- floned. Pion-ilsted components may be shown In Secflon ' of (ho NISICS. Eniergency-Phone,-?17-589-$1$2 - seesGsnaral Phone: 1.317.560-3252 +�2 EPA Rog. Number: £7690-4 Effe•:tive Da!e: August 25;1994 S ONA'' A. S. Herbicide SePRO CorPoratlon • Carmel, IN ._ s�r�n�•rraas-T -��a�-.=_sem.—•�- :mat (31-041CALNAME CA5I:U1,1BER S' 1,2 -PROPANEDIOL 060057.55.6 FA1 PA1=Psans0ania Ha_ardws 5ues:a:^.cs (present a; greater than or equal to 10%). OSHA HAZARD COMMUNICATION STANDARD: This product is a "Hazardous Chomics I" as defined by One OSHA HUErd Commun caticn Si9ndard, 29 CF.R 1910.1200. NATIONAL FIRE PROTECTION ASSOCIATION (NFPAj RATINGS: Category..................................................................Rating Heaaith......................................................................, .1 Flammability.......................................................................0 Roactivity............................................................................0 The hlianneUon Norei i Is Given in Ge --c Faith, But Ae yy<;rranli -xp ,ss Or znipfied. Is uredo, Consu+ SePRO Ccrpon .loo For Furtlwr Infornratlon. , MIXAL Gpwles E to tr f SL 1•R sSIGN J r1 "r; -n. twby J; ItIlJ t LGI - 3 r I 1 c. f m ar tx r4i' - •... i'[,3"tC5 i r: r l I r t i -. r } f m a r.ly t . r ;I r , . +_'.i:.l. " _ -,I ='t . •,3-fi 1�t:cc vi �'�s i>„s_..2 �r . z I r i , ,m�z trt ._ls.l11a ?h Gr .-d U ->s". -.�` �'.urt `}n. '{' rrs.w.• CO'10FUGNS OF SALE MILI M RRA d n'r I -I u. rt I '. �' i11� -7 s il6 ilt •c- - i'eil OLI^ L—' l a! J a u c - ft J -a-3 AJ^1II1 plcic fill n b' .: ' ` • - . ., ,, :_A s e lr! a,i W .r. v nLdO:..n 1, FL, _4.,_ c,,:. n_L. `Y _ j _• +3 tr ^ul , ai d'Us St s: it f. tt )-'im!r- n c Alan - a N "Tc.l 7 F '1 f 0.112tr r41 ;� •�' - .cr h: C:•n!sr,:fu rs � Fitt t n. f , Oir_dL etcie r 15 t" trAL h 1 6 +r -' ' „d._t.'u!'-V EAUM ORlbli'LIEO t1A„a,., Ar MUM FOR At) ICLURPURFO.Ii -ty LTIIEfI F'{FICS S GN 6:1PLIEC lV:ir,ILaJT.:lS.ilA 3'.A :'T't OUCS IT ERC!Iil TO, AM) TI!C n WI.J3!.E Full; i, :Y AGU ALL LUSS ON OMIML �1'i;Cil UETULTSVM M 1:!L USE D-T!l.<_ PP51)3DT ”"" NU. W N'Ttl THE LWL UIILI:1)JO& _ T mor, TUE CKCi.00II'S LIA:gI.I`.'1 fi ALMOOft,11lC., ITS.3?iPPIR'FUTAL GISTRiR!1'DRS hf0 UE r'r+..i, L M91 D:,t1ACES, oil. UU RiES IISSULT111G. FROM TN= [ISE OR 11A CC t Or : riiS CROCUCT, C011MACT, 4ELLIG--%C,Sri?:CTUNIiT`II.•f TO1tLCt OTNMI.WNE,SNAI.L U ?I,SCC1AEiT LF iib TUC RUE4L1eUT OFTH PUN::f:SE.l wGL FOII Tic',RA.,11 TY OF PRODUCT'111(II aOE C?_Ntl D 1 r Dup --j(Lf4 133=Es N.:A.r ;c;: 2:u Imq flo i INc•t a ) -II - : Jl pm,d +lei 9e�:G:r'aL ,...ri k.. [.,., r+l G...•itLh.rd4=i, 8t;; r.iot:,l r wpI)r IP S .1 .i •, •- c!s^_8 s'>ry. Ol UU CASE SIIi:U. ALtAU;11, PIC., IrS SUPPLENIUMil. 1)1SIm: ijigE:,.OR JnE - - G1iGUSYTR;1, Sii-CIAL OR iN- 1, "r.CT C.l,""4AGES REM, loll PIUhi iNF U:E 03 IIitDDiRi9 F u iselm-111,11 and fill, 3010f ll! li -r ut?,a^(1L`:cGuyi,' s!I t-lut fir ;,l! W cl lt• J 1 aol 3 -J t- a r tn-Grtl h n:!, �� _ -.r a •'s raj sJ...w,._.! fi.H Ilar. O: p•;:fcr Ga vuplcuAmm .'. ._v:l_Gf .+:err_!; " :RETCO TENTS: Lvcro COhfFi'iC7 C= ^Icf?EiCISL 14riTi ::ll -1W Sjl. Vy 1-mil::V.:, EXr-10S?M '11CPi-04C)OCY ROC!T:_ OR M 11T (:F J.P:;C:.y::,,w�.il::r.,•s:LC. 2ti2GALLONS cricrs f.: :P;\BL.E'PLANTSAND*r.gEESB_i.A-W3,:=,4FVmtj .I L' UdtiCl::al ; Vl Ki. Ourir,r?i•It�ti yrs and GJmlimT. }. 1M-IQT `,' on -IMT-11 VMQKn J IVY n-SUu AL�)B,,ADGI'T, INC. Gl;;ahos , (a (r)Tn r3ITL I101i1G4'ly {IjI.,' �.n W^ 111;'16:;: �0�21 ir. i!ic`1c rT:'tif a isebpran;<ianline r_,.... ... . 3.8w� 01`p' IIvGY�JIEfVI :..................... 4-13.2�b }r._: ..: �•:... �:. FOfi Cr{EM SPILL, _. _GAL i EREf, F)RH, OR nI 111 � G f crams pui Pira eq' nt poullCs ;Aar U.S. a ilc . W ' I EXPOSURC ' UI2 9� IV6 11J1 �d,Al'JI,!�IIOS2t 3; in iha fq'fT of its t7fc,�yl- 1 a+t+If T 3iL (Ch:I`Jdif;'.i CO r8C 9: iPl'6 t,r —fivo Or ;i 1J5 tTr::' C>� LCHErti1'REC OQOf ', 64-63,00 t ghi,cn o0he acid: q!;:utw-aito•... f Lf=A Rig, No.*42763-69 Er -a Cs±. rlo. •±z7 i.,-i'rSO-t nccsAL_a. ! KEEP 001' OF -' E''A:OH OF CALDREN �...�.._ u A . ter ,> �•�+vz••.+.rr,,..:n_>:::-.::•;...,�.. Sue iUSFdC I)GOkICI (ilr ut10%'lura( P!:EGAI>t'[Utb.:ii ST1;iE!i:1-T:TS. -445-887 o1 -.- ,f Adernar and Davis Canal Cleaning Legeri Streets ............. -:AT14 Municipal County "T State Private r+�;�.,. - .—� . ° t I �._ t _�I` .._._y_. L_..._ __ ..._.. ,...._. f1 Unknown 1...... . ..... . Cleaning Area T Water ' I I I ' i i ! lti;' fiAr' 1 , V M" � � i I I I i i' City -4 Boundary - - 7i a - — -- -- — - — - . ...... -T. 1 1 1 IL ;7 -T7 . ...... ..... N LO -11 100, J�m —.14 4 Feet j - T 1 400 Sa1JDX6R —1 W E —--"=' i 'F ,''- S J "T - Vi V I J .. . . ....... . . ........ T I Tfl; ------- ;r ------ f 1 1 L T Biscayne Bay Q-rit.y of Aball1i Antonio Maceo-P a r -k Banks Cleaning Le -gen Streets ---•-•-•-•-•- Municipal County State ------ Private Unknown City Park Cleaning Area Water C ity Round... Tamiami Canal I I R14. RK N 100 Scale: 1. W Feet11 200' .... . ..... . .. ......... ...... mu . .. . ...... ...... IT .. .... . . .... . .... ... L. .. . . ...... NAM —A P Ublic Wo�,K§. ........ -i NW6TO ST -------- ......... .y Slav- K ... J." 31:4;20:6. ") R-,., BLPE LAGOON .7- 2 Tamiami Canal I I R14. RK N 100 Scale: 1. W Feet11 200' .... . ..... . .. ......... ...... mu . .. . ...... ...... IT .. .... . . .... . .... ... L. .. . . ...... NAM —A P Ublic Wo�,K§. ........ -i NW6TO ST -------- ......... .y Slav- K ... J." 31:4;20:6. ") R-,., BLPE LAGOON .7- Biscayne Bay FrontiTCIIII-e a-'-ning Le end Streets ----------- Municipal County State --------------- Private Unknown Cleaning Area Water City Boundary Scale: 1 200 N -. 0 100 E W+ Fftt S I I-----.;---- —t . ap. t,y '01111 ON, Op Public Works./' Biscayne Bay N; Comfort lj�iq ITT H Canal Cleaning -T Legend Streets I tH T City n County 77- 4.44 TRUCTUR FDOT CONTRO� er Unknown Np12THiST Private Cleaning • Area T., 'i X, ' IFI 131 11V Ji Water 4 gW 9 list! p City t1w RTH 5T Bound... 7 _j NW %0H 1.7 Scale: 1 600, •N -4- 600 WE --------- F0eet S ji, 1j, /* DTI. Tr --OpNW 12TH STol 1. NW M4 5`1 - Vide Angle 7, T j! NW GTH 6y' ------ Public Works Vc—.Nll C. -al Citp of Bi,1111i Lawrence Canal Cleaning LeQend Streets -------­--- Municipal 1- , .w,".,,1.. County ­—­ State Private Unknown 1--y !I Cleaning Area Water City Boundary LU J I Ob: 200 - Cal F ee J_ N 0,6 if 0 / '! ru—__ )t"/ t f . .... , ;r PUblic Works by; laver Kob,,Iz ?,;!51'016 D ....... —NW -144"T- . ... . ..... . ­., . . ....... ...... L... .. ...... i l d°' 1 } j1 1 .. ........._._..._(� � Rr �, u ! L.. �- ! (�....;� _—i E i. '._III w i..._._..__ NVV 4VP-� A,46 L t I.. . ............. I J JFJ iT .r ., ,. �z w ;i — -� �Ii�F 1diN jT T Lawrence N. "'T J Waterway L T' --N;W48T-WAVE- .......... .... ........ . . ......... . IL T i� T 'I' Ji I T ." 7H _J_ V T r I-- I}' 1 _( ; .. a iii_ f r':7 AM cl.;;,"d , ,, I � K.I,.!,: 312117.1,16, U 10, 01 ',Ll r,'NPC;P ME 20.21 29 h 11. ; , I .. , , ,: .... . ...... Biscayne say �CI jtp of jRjjajjjj,r CreekSeybold 50uthLegenStreets | ---------- Municipal | County -~~.....~~~—~ State --------------- Private UOhOoVvn | (�itv Park L_j Cleaning Area Water City ~-^ '��'' � Boundary 0 100 200 4-�Tv Cale: N Feet E b" -------------- jai SPRING GA 11' ANAL 77 HOUSE 4. POW r PIT -INW 5TH I LI PA RK, NW 4TR-9- 0 100 200 4-�Tv Cale: N Feet E b" -------------- jai SPRING GA 11' ANAL 77 HOUSE 4. POW r PIT -INW 5TH 0—ritt, of 010111i Wagner Creek (North] _-Canal Cleaning Legend Streets NW:19TR 19k -7 R--------------- T9 City County ST-, . ...... NWAO ST FDOI NW 19P'i-ST.NW 19TH H T- ...... Unknown Private NW18THST.- Area Cleaning 0; I'8TK ST . ..... Water NW '17TH ST—FT NW 17TH ST NW 16TH TER City 11', 16TH TER, . ........ .. ... -y BOLindat T Ot 100 200 -ST - - N' NW Scale: - 400 E STH S C fid,♦ 1 711v r�m. . N 4,TH ST W Wagner Creek re(, Public Wrk 0 I- Outhl. dD,9.. Gox.d-od-5(d q W.—,. KO.W, ,..^_12016 C ;IJ VD.,­­m5K-A'.G I V �1�7 �!<htttititl\r NW 76TH TER Wagner Creek [South]:...'♦�' , Canal.dleaning �- - Le end StreetsIMunic .pal _.. -,T' -.... . . County _....._._._..;�I. i^ �A', lei _-4i 1 Wagner Creek �.�, . ....._. State _[North] -�iw-�4z�•'zER�- 1 � 1 - — - — - Private Unknown ! _ ; �; ii �°~• i Cleaning�vua Hsi _._:Y.^. ._.._ ._. .. �'� - ! . E-7 �1 1Ile 1 I Area i; I I 1 r Wagner Creek ! 1A! ' f I! South > Water .. .. f � �NW-13FH-ST—.._.. f � � ':, ..pr, r,o' ;off''' ' � •�; �' • � � `i -01 17TH.. fs. Boundary94, ... .. ,. ,i ,is✓ ° Y L.l�. 1 , . „ i. • I 0 100 200 1 N �riaa Scale: �. W E� ° ,✓* a�'. Feet 1 " = 400' f bpb"" 8�' { � 1. �� �'• '' � i•- 4 mss.. 1 : � \ �, ��.. �` ��'.. :....: � ° .M ; r � '�` \ .. Ill 1. �.n• • \ , l � ° � Yr i 1 �• � _ ` 1141HAMED-a• • ._ ,�Tu ' 1 � � 1 ✓, ,F-.' Vrl�a. /��5, .r......._V I— I. -..f+ i`f I -I 1c9 !' ;... 1 ,�` • \. \ 4-•jjlili-'i QT{QST-. � ; * I�C�{( �t�t(t #l; --•.,...., `��R��,er I-...., � , �,` i� ;.-! _ � ��'I 1 ti ., f,�+�c� ��,T ate`' I Public Woir:ks t.::•t.•nonp.l.6o'1Oy SI: rcen•6eGe1:7•'S%::1'5Ut'rrtypnria�.cnla5N:.4:�CIS\A1PUE5.I14:{Inc: ClcnY. :7ne0'Can•I (-I •er i.a---___.__ _ I'. I �\ — &tp OC sitlizimi Margaret Pace Park Banks Cleaning 0 Legend Streets C ity County FDOT Unknown ------ ------ Private 1 ---fl U City Park Cleaning Area Wate r City Boundary 100 Scale: et 1"=200' z Fe got NE 5T ST C,8 1 In incur PUblic Works i PARCEL NO, 3 PICNIC ISLANDS I I � 10 ,,•.;a M,.. � I.,, .. I I ".. I , 1, , 1, x,,..,,,,;,,,6 :I WAy O.n 1,1 U KI A,,.. ; I 9tNi 't I h 1014 1 .......E I Biscayne Day MAR GARET PACE PARK "J Illi i .. Z, ......... E" CJ) C6 Alberi'P�kllot Park'/ Banks, Cleaiiing \ \ \ �l�1— --- ` Streets ------ City County _.._ ~ AV clo) of 4116111i K e'nne'd' y Park, 1 Bank's" " Cle"aning,. Y"' Leg.tnd x /10 Streets p City County FDOT Unknown Private City Park Cleaning Area City DAVID T Boundary "X KENNEDY PARK v, 0 .100 N Scale: 1 200. "' .V, Feet w E 10 Nell .-Public Works Biscayne Bay Citp, of �.Riallli Morningside orningsidelParki anks76 ni Le end Streets City County FDOT Unknown - ------------ Private City Park Cleaning Area Water City Boundary a 100 Scale: N Feet 1 400 C, z Ilim Will, Public Works m 1 7 ... ..... .. I NE. 5TH -AVE ....... J . ........ .i .. ........ .... ..... 12A I. .. ...... . ITT FI; k i fib• {.-...,....! .... , + j....... { } r..- i�' t I j .� . I N i T I 6 .4 j NE- TH AVE- it f, 7 m J. lt3` ...... ....... j-11.7.11ad b" '.Ibvell -12C.16 1) V,1K Cloatinul I PA ' NO. 1 PIC, .. .. �'S APCFL NO 2 NIC LANI) jCq I C 7, E71ST-STL:.. Legion Memorial 1 ... i I I! I ! } I! N) .... I t II I i I; t j 11 ! + .I I '! '� •I i I Park Banks Cieanin II i I _._... .. ._._._. _.._..,.-....._.... - .. ... .l - I _ Le endST I + j Streets_...._ ....+........._._.r....._._.. ! III,........i I. _.... 1 _ ------ City I I • �..., ...�. .. County ! .NE-69THST. _.—.... l �. FDOT i I ' ( I I ................. _. Unknown ' � ........ �...i .lL _. ...._._._,_._._.'nvate 1 i lI ._........ . �.TM.SI T6lClty Park �N- ^s6 etui� R� - Cleaning Area _...NE 6rTtisT - 7 l I j .. _�.. L _ ...... _. _... �......... @ . Water ' 1 9 i W. •a c.a I•. I ! I LEGION MEMORIAL PARK r.: City .... .. UNNAMED. w , Boundary! I �- ., ., ....._.._.... NE65THST•--,..__.__ I I I 'I � I I ^_ � _.. II T.I. I' ( n,! � I I 0 i 100 N j r N fi4T H ' t I ql Int..r,dn,v I .f � I E 7ER 1 I Scale: n ._..I I I I► _ f 1 j Feet ! 1 `- 400 E tS ...... I ._i_ l 1 ( NE-63RD ST i I f I ,I - + I ..„f 5 62ND.Sa - ...... ..C`�Y Uh• � ;d,l, i � ! 'I� I I I i , � I ) r)(', { .L....I '.i.. � L._ I ..i ( 11[111 Iillll ,1' t - • - I I 11 J si + 1 i'U 1)S I! i �1 EATON PARK NE 60TH ST ...._.. 1 _. -- --- _I,•ule�:'i+.+��1!:i.. +; Iry ;Gay.n N.oh01a. 4140016, l) IP.IYI)oCnnlcnla fil(\An.Ii IS'.I�II+UE SII.o;Pun hlc•nml.,I Vnrk Hanks Clc unmg.Nx11 1 i 1 DTA...j=TCM G A_ VA N1 Z E D i, l i A T hl &4 L-_ Y E S\- _ - = � uG=Ln:-iJ NOTES: aOLLARCS TO BE ?LASE-, -.. iD,-4' C.c. 3/E",2 i; SHOULDER EYE i -- a-- CHAId: 3/8" ANCHOR Chk_';v. 10 LE;vGT'.is BOLTS SET IN CONCRETE 1 PER FOOT. CPAIN TD Hwl u BE`11VEf•i i I 6r_,LL .0" Ccs;.at:L'c G( -0' ABCVE31 3;•1° QEEP X % ii4' iti:H _ � F TNS t!i. rGI 302 314.,01}• i 0 PAINT; ONE .'CJjA': THO;tUSEAL t•$13%' 040 i -PRAY A= LIL'd'fI'7ti !.LD;tEiJ EPDX° COAT g... #4 VERT: C.4L .tI'� RLi lFr°RC=�!EfIT 3•- 114 hOJ?S \\`(� �I I�✓ I I JCC psi CUidCa_il= 7" j'(1.YFF{ l'YPIC AL _ � i\I^S f— A v � .r` F LGlWrr_lllC,p vWoc N.W. Place N.ul, (wenue Nnrth ti -W• -1 STrcp--L IFS 977382 Canal Cleaning Services Attachment B - Price Sheet corn tete this sheet while in excel. Spreadsheet automatically total. ITEM 4 DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Furnishing all labor, material and equipment for the complete removal and disposal of One (1) overgrown tree, up to 7" 1 d.b.h. in diameter, located in the banks or upland areas vnthin the Canal right of way or the waterway of any of the 1 EACH $500.00 $600.00 canals — Furnishing.all.labor, material and.equipmentjor the complete removal -and disposal of ones) overgrown tree. 8• to 20" _ 2 d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 5750-0U-- 1 Ei I H —$750:00 canals Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 21' to 35• 3 d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 1 EACH $1,000.00 $1,000.00 canals Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, more than 4 36" d.b.h. in diameter, located in the banks or upland areas within the Canal right of way or the waterway of any of the 1 EACH $1,250.00 $1,250.00 Canals Wagner Creek North Canal (3.750 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and 5 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $2.562.00 530,744.00 and shallow surface waters on a monthly basis Wagner Creek North Canal (3,750 linear feet of bank. one way) - Furnishing all labor, material (including trash bags) and 6 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 12 MONTHLY $3,6100 CC $43,200.00 right of way and shallow surface waters on a monthly basis Wagner Creek North Canal (3,750 linear feet of bank. one way) - Furnishing all labor, material and equipment necessary 7 for spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment 4 QUARTERLY $2,000.00 $8,000.00 method, on a quarterly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary SEMI- 8 for the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a 2 ANNUALLY $3.500.00 $7,000.00 minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary SEMI- 9 for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in order to 2 ANNUALLY $3,500.00 $7,000.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) 10 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY $2,562.00 $30,744.00 way and surface waters on a monthly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) 11 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 12 MONTHLY $2,000 00 524,000.00 Canal right of way and surface waters on a monthly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing a0 labor, material and equipment 12 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 4 QUARTERLY $1,200.00 $4,800.00 treatment method, on a quarterly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 13 necessary for the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to 2 ANNUALLY $3,500.00 $7,000.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 14 necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in 2 ANNUALLY $3,500.00 57,000.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Seybold Canal (2,300 linear feet of bank one way) - Furnishing all labor, material (including trash bags) and equipment 15 necessary for collecting litter, trash and debris In the banks and upland areas within the canal right of way and surface 12 MONTHLY $2,562.00 $30,744.00 waters on a monthly basis Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 16 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 4 QUARTERLY $1,500.00 $6,000.00 and surface waters on a quarterly basis Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for the SEMI- 17 removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a minimum 2 ANNUALLY $3.500.00 57,000.00 of two (2) feet of free water flow, on a semiannual basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 18 necessary for collecting litter, trash and debris in the banks and upland areas within the Canal right of way and surface 12 MONTHLY $5.625.00 $67,500.00 waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 19 necessary for mowing and hamming all overgrown vegetation in the banks and upland areas within the canal right of way 12 MONTHLY $7,500.00 $90,000.00 and surface waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for spraying 20 the banks or upland areas within the canal right of way, using approved weed control chemical treatment method, on a 4 QUARTERLY 54.500.00 $18,000.00 quarterly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for spraying 21 the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal, six 6 EACH 56,052.00 $36,312.00 times a year IFB 977382 Canal Cleaning Services Attachment B - Price Sheet 'complete this sheet while in excel. Spreadsheet automatically total. ITEM ft DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Comfort Canal (8.070 linear feet of bank, one way) - Furnishing all labor• material and equipment necessary for the 22 removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a minimum 2 SEMI- $3.500.00 $7,000.00 of two (2) feet of free water flow, on a semiannual basis ANNUALLY Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for the SEMI- 23 removal and disposal of any obstruction (shopping carts. tires. appliances, furniture, etc.) in order to maintain a 2 $3.500.00 $7,000.00 minimum of two (2) feet of free water flow, on a semiannual basis .ANNUALLY Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material (including 24 trash bags) and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the 16 EACH $2,062.00 $32,992.00 canal right of way and surface waters on a monthly basis, please note that the pickup will be twice a month for the months of July through October Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material (including 25 trash bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas 4 QUARTERLY $2,000.00 within the canal right of way and surface waters on a quarterly basis Ademar Canal (1,650 linear feel of water one way and 375 linear feet of bank) - Furnishing all labor, material and SEMI- 26 equipment necessary for the removal and disposal of any vegetation obstruction (logs, branches- seaweeds, etc.) in 2 $2.625.00 $5,250.00 order to maintain a minimum of two (2) feel of free water flow, on a semiannual basis ANNUALLY Ademar Canal (1.650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material and SEMI- 27 equipment necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, 2 $3,500.00 $7,000.00 furniture, etc.) in order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material (including 28 trash bags) and equipment necessary for collecting litter• trash and debris in the banks and upland areas within the 16 EACH $1,500.00 $24,000.00 canal right of way and surface waters on a monthly basis, please note that the pickup will be twice a month for the months of July through October Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor. material (including 29 trash bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas 4 QUARTERLY $100.00 3100.00 within the canal right of way and surface waters on a quarterly basis Davis Canal (1.350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material and 30 equipment necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc-) in 2 SElvll- $2,625.00 $5,250.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material and 31 equipment necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances. boats, 2 SEMI- $3.500.00 $7,000.00 furniture, etc.) in order to maintain a minimum of two (2) feet of free water Bow, on a semiannual basis ANNUALLY NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material (including trash bags) and equipment 32 necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $350.00 54.200.00 waters on a monthly basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material (including trash bags) and equipment 33 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 12 MONTHLY $100.00 S1,200.00 and surface waters on a monthly basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the 34 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 SEMI- $2,625.00 $5,250.00 two (2) feet of free water flow, on a semiannual basis ANNUALLY NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI- 35 removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) in order to maintain a 2 $3.500.00 $%, ooc.o0 minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 36 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY S565.00 56,780.00 and surface waters on a monthly basis NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 37 equipment necessary for mowing and Mmming all overgrown vegetation in the banks and upland areas within the canal 12 MONTHLY $100.00 $1,200.00 right of way and surface waters on a monthly basis NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the 38removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 SEMI_ $2.625.00 $5,250.00 two (2) feet of free water flow, on a semiannual basis ANNUALLY NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the 39 removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in order to maintain a 2 SEMI- $3.500.00 $7,000.00 minimum of Iwo (2) feet of free water flow, on a semiannual basis ANNUALLY Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material (inducting trash bags) 40 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY $750.00 $9,000.00 way and surface waters on a monthly basis Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 41 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $50000 $2,000.00 canal right of way and surface waters on a quarterly basis IFB 977382 Canal Cleaning Services Attachment B - Price Sheet •complete this sheet while in excel. Spreadsheet automatically total. ITEM p DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material and equipment SEMI - 42 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 ANNUALLY $2.625.00 $5,250.00 maintain a minimum of two (2) feet of free water flow. on a semiannual basis Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor. material (including trash 43 bags) and equipment necessary for collecting litter. trash and debris in the banks, swales and upland areas within the i_ MONTHLY $2.562.00 ;30.74.1.00 canal right of way and surface waters on a monthly basis Lawrence Waterway and Swell Canal (2.068 linear feet of bank, one way) - Fumishing all labor, material (including trash 44 bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks, swales and upland 12 MONTHLY $2,000.00 524,000.00 areas within the canal right of way and surface waters on a monthly basis Lawrence Waterway and Swell Canal (2.068 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI - 45 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 2 ANNUALLY $1,200.00 52,400.00 treatment method, two times a year Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material and equipment 46 necessary for the removal and disposal of any vegetation obstruction (Icgs, branches, seaweeds, etc.) in order to 2 SEMI - $3,500.00 57,000.00 maintain a minimum of two (2) feel of free water flow, on a semiannual basis ANNUALLY Lawrence Waterway and Swell Canal (2.068 linear feet of bank, one way) - Furnishing all labor. material and equipment SEMI - 47 necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, furniture. etc.) in order to 2 ANNUALLY $3,500.00 S7,000.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis 48 Lawrence Waterway, Seawall Portion - Furnishing all labor, material and equipment necessary to pressure clean a total SEMI - of 144 existing concrete bollards and the seawall area, twice a year ANNUALLY Lawrence Waterway. Seawall Portion - Furnishing all labor, material and equipment necessary to pressure clean and paint a total of 144 existing concrete bollards. Paint to be used calls for a one coat Thoroseal 98532, or approved equal. 49 This item includes maintenance and welding of 1,400 feet of hot -deep galvanized 3/8' anchor chain, 10 ft. in length, as 1 YEARLY $4.000.00 54,000.00 per detail an Division 5. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth form finish before painting Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all tabor, material (including trash bags) 50 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY $275.00 $3,300.00 way and surface waters on a monthly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material (including trash bags) 51 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $230.00 $920.00 canal right of way and surface waters on a quarterly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment 52 necessary for spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, 4 QUARTERLY $176.00 $704.00 or approved equal, on a quarterly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment SEMI - 53 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 $2.625.00 $5,250.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment SEMI - 54 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 2 ANNUALLY 81 a6 00 $292.00 treatment method. two times a year Weed Harvester Kelpin 800 Model, or approved equal - Furnishing all labor, material and equipment necessary for the SEMI - 55 renting of the harvester to remove sea -weed and hydrilla from all the canals and waterways including the Biscayne Bay 2 $7.000.00 514,000.00 areas, as directed by the City Engineer, twice a year ANNUALLY Waterfront of Margaret Pace Park (1.750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 56 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the right of way and 12 MONTHLY $1,250.00 $15,000.00 surface waters on a monthly basis Waterfront of Margaret Pace Park (1,750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 57 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $250.00 $1,000.00 shore right of way and surface waters on a quarterly basis Waterfront of Margaret Pace Park (1,750 linear feet of total bank) - Furnishing all labor, matenal and equipment 58 necessary for the removal and disposal of any vegetation obstruction (logs. branches, seaweeds, etc.) in order to 2 SEMI - 52.025.00 $4,050.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 59 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $1 OC.00 51,200.00 and surface waters on a monthly basis Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 60 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY $50.00 $200.00 right of way and surface waters on a quarterly basis IFB 977382 Canal Cleaning Services Attachment B - Price Sheet corn tete this sheet while in excel. Spreadsheet automatically total. ITEM X DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 61 removal and disposal of any vegetation obstruction (logs. branches. seaweeds. etc.) in order to maintain a minimum of 2 ANNUALLY 52025.00 $4,050.00 two (2) feet of free water flow, on a semiannual basis Waterfront of Kennedy Park (1.650 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 62 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $1.250.00 515,000.00 and surface waters on a monthly basis Waterfront of Kennedy Park (1,650 linear feel of total bank) - Furnishing all labor, material (including trash bags) and 63 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY $750.00 S3,00c.00 right of way and surface waters on a quarterly basis Waterfront of Kennedy Park (1.650 linear feet of total bank) - Furnishing all labor, material and equipment necessary for SEMI - 64 the removal and disposal of any vegetation obstruction (logs. branches, seaweeds, etc.) in order to maintain a minimum 2 ANNUALLY £2.025.00 $4,050.00 of two (2) feet of free water flow. on a semiannual basis Waterfront of Momingside Park (2.000 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 65 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONT:-,LI $1.250.00 515,000.00 and surface waters on a monthly basis Waterfront of Momingside Park (2,000 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 66 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY s750.00 53,000.00 right of way and surface waters on a quarterly basis Waterfront of Morningside Park (2.000 linear feet of total bank) - Furnishing all labor, material and equipment necessary SEMI - 67 for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a 2 52,025.00 $4,050.00 minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 68 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $600.00 $7,200.00 and surface waters on a monthly basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 69 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal - QUARTERLY $540.00 52,160.00 right of way and surface waters on a quarterly basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI- 70 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of - ANNUALLY $2.025.00 54,050.00 two (2) feet of free water flow. on a semiannual basis 71 SPECIAL PROVISION = Contingency Allowance 5100,000.00 LEGEND: LS - lump sum, SF - square feet, CY - cubic yard, SY - square yard, PCY - per contract year TOTAL $ 866,186.00 CTLttg �f ��ittmi ANNIE PER[ 7_. CPPD C hief procurement 016cor E'01LIO T. GONZALEZ Cit., `.lana -IJ IFB No. 977382 ADDENDUM NO. 1 February 14, 2019 Invitation For Bid (IFB) for Citywide Canal Cleaning Services TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the RFP documents of the above captioned RFP and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, and reflect same on the documents you have on hand. The time for the Voluntary Pre -Bid Conference has been changed to February 19, 2019 at 10:00 AM. AP/tg Cc: IFB File Sincerely, i� Annie Perez, CPPO 4a Director/Chief Procurement Officer Page 1 ANNIE PEREZ. CPPD ch:e1 procu mlent Officer t of_ M -ain EiMIi_ic-) T. GONZAL,EZ C':n �1;ui ser 'N el, a �� IFB No. 977382 ADDENDUM NO. 2 February 26, 2019 Invitation For Bid (IFB) for Citywide Canal Cleaning Services TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the RFP documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, and reflect same on the documents you have on hand. A. The sign -in sheet for the pre-bid is attached. B. The following are the City's responses to questions received from prospective Bidders: Q1. Should the Bid Bond and Performance Bond include the Special Provisions amount? Al. Your firm is not required to include the Special Provisions amount in the Bid Bond. However, the Performance Bond must include the Special Provisions amount listed on the Bid Price Sheet. 02. Please provide the bid tab sheets for Citywide Canal Cleaning IFB 816382. A2. Pursuant to Florida State Statute 119.071 (1)(b3): If an agency rejects all bids, proposals, or replies submitted in response to a competitive solicitation and the agency concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids, proposals, or replies remain exempt from s. 9 99.07(1) and s. 24(a), Art. i of the State Constitution until such time as the agency provides notice of an intended decision concerning the reissued competitive solicitation or until the agency withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than 92 months after the initial agency notice rejecting all bids, proposals, or replies. Therefore, the City will not be providing the bid tabulation for IFB 816382 until an award recommendation has been made for IFB 977382. Sinc rely, 411� Ann erez, CPPD Director/Chief Procurement Officer AP/tg Cc: IFB File Voluntary Prejlro) sa Meeting Atten(l,-Ince Record Job Title: Canal Cleaning RFP 977382 Project Manager: Eiyrosc Date/Tirne: 02/19/19 10:00 AM C MRC Name Organization/Firm/Company Telephone —7 E -Mail Address u iF ie o�fi 8 ��j�2 a (OM rr s s -30s 4-a Ong 4asap u4ic_ Gc(ZsTi! . C 1< Yi)s L s v �, �- (� otic 1 (r�r� i . = `t l h S e �. v e,k � i c� rY� c � I• coy h ►� s 'r, vwnc�rLv\k 9c -L, I I Dr parirnenf of Procurement Y1.1 , C o(I RICK SCOTT, GOVERNOR JONATFIAN ZACHEM, SECRETARY STATE OF FLORIDA dbpr. � i i DEPARTMENTOF BUSINESS,AN_D P OPESSIONAL REGULATION �• � �. ,�,,� 4 ` � X1.3 w��� ,. � y r CONSTRUCT'I'OI15TRY t E,`I' SING BOARD THE MARINE SPECIALTY T"C�R H . R, I t ERTIFIED UNDER THE 7 px of � 1 I 1� •; •. K � •l { PROVISICJ!IV. C)F CHAP�ftR 489 LbRit TATUTES do i a r;AN, JAMES -P, _�y* t ,, � ✓ .fu—j //1�� � St 1 /���{�a'� 63 t✓ t a r x. ,ww... t i lisy A�.�111'LYHARVES�Nf�r�I�� ABOARD.A1V'fr, i �y�j,� +wc..w.y�pypy,��•i 9.1,�e•� f � i 7� '� JN µ}%iy��p1 we..w...wsv,.enrsw4•k �'Bhbw"'�'�j( °. ..h 4 � .... iv LICA SEiNiJMI3 k ­C�`1 1151907 EXPIRATI .AUGUSt 31, 2020 Always verify licenses online at MyFloridaLicense.corn Do not alter this document in any form. !'�•' L�T tlTi f i .. ;r This is your license. It is unlawful for anyone other than the -licensee to use this document. I; RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY db'pr a STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCT14N INDUSTRY LI,CthISIN.G BOARD THE GENERAL'CONTRACT6 HEh4Elhi IS CERTIFIEDUNDER THE PRbVIS(.ONS OF.CHAPTCR:489, FLoii'ibAA�STATUTES ,SHE NICRMAS T.XAs AQuA,TIC HARVESTI:NGINC.° b62:SCHAEFER LANE io­ LADE WALES EL X3898: . a rf•,rcevosvrwha- .rm...:.t•+-.x+i.w,a.� ..wcni•.�.�� d�.'t'M.wro•.c!^•- LICENSE NUMBft• �. �GC151Z87 EXPIRATION 11ATE:� AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com • "'M 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. POST THIS-DOCUNIEN IN -A CONSPICUOUS PNCE. THIS IS NOTA BILL Y *# ffij NOT TRANSFERRABLE OR VALID AT ANOTHER' ADDRESS UNLESS. APPROVED BY. THE ,FINANCE DEPARTMENT, DO NOT PAY CITY OF f0AN11 4 S.W.2:AVE 6'T' FLOOR, MIAMI, FL 33130, PHONE (305)416-1918. Effective Year Oct: -1 20118 Thru_ Sep. 30 2019 -RECEIPT FOR TEXAS. AQUATI&HARVESTINGANC. zns: aua of a bue s5 lexrec=Pt cxs not Perak the "ricer to vio'a,e any ianxr� Ions of t'� ISSUED OCI.O7 '2018 TOTAL _FEE PAID .-21-5.00"My her does it ea a nptlte holder from a y license cr permits that maybe required 4la+v. 'his dccu--hent dc -Ps not co"stdaE-a cefficali'cn— i hc- iw- is auali ied tc engage in t`•e . . � .. _ - - - • -business,-Fr�;fess;cn xcxupaCor, sP=_cified herein. The �4x�,mr:: irdicates.Fayrier' of the business ACCOUNT NU %1BER 151944 RECEIPT :NUMBER , 180979 NAME OF BUSINESS TEXAS AQUATIC HARVESTING.INC' DBA. 01. AMM11111. LOCATION- 749 NW 23 ST low IS.HEREBY IN COMPLIANCE. TO ENGAGE IN OR MANAGE THE OPERATION. OF. LANDSCAPING Erica T..Paschal Finance Director L oeal Business Tex Receipt Miami—Dade County, State of Florida _-- =THIS IS NOT A -BILL -DO NOT -PA -Y- 7247074 BUSINESS NAMEILOCATION TE KAS AQUATIC HARVESTING INC OPERATING IN DADE COUNTY RECEIPT NO. EXPIRES RENEWAL SEPTEMBER 30, 2019 7533555 Must be displayed at place of business Pursuant to County Code Chaoter8A- Art .9 & 10 OWNER SEC. TY4E OF BUSINESS TEMSAQUAflC HARIF3PNG INC 213 SERVICE BUSINESS PAYMENT RECEIVED C/O JAMES P VAUCHAN PRES BY TAX COLLECTOR $75.00 09/12/2018 Employee(S) 7 CREDITCARD-18-068383 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is nota 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 as -276. For more information, viii w-4;vvirigmiidade-gov/taxcollector Address: 2 SEABOARD AVE LAKE WALES FL 33853-3624 activity: BUSINESS TAX CITY OF LAKE VALES LOCAL BUSINESS TAX PO BOX 1320 Lake Wales, FL 33859-1320 - Tax for Oct. 01, 2017 - Sep. 30.2019 f' � Issued To: TEXAS AQUATIC HARVESTING. INC PO BOX 4034 LAKE WALES FL 33859-4034 No: 08034161.1 Date: — — - 09-104.'201 S - . otal Laid: 589.00 I I MUST BE DISPLAYED IN A CONSPICUOUS PLACE i' Cite Cleric -' POLK COUNTY LOCAL BUSINESS TAX RECEIPT ACCOUNT NO. 3251.0 CLASS: B OWNER NAME VAUGHAN, JAMES P BUSINESS NAME AND MAILING ADDRESS TEXAS AQUATIC HARVESTING, INC. JAMES P VAUGHAN PO BOX 4034 LAKE WALES, FL 33859 EXPIRES: 9/30/2019 LOCATION 6403 PARK LN LAKE WALES CODE ACTIVITY TYPE 48007D VEHICLE ESCORT DRIVER 810000 LTD OTHER SERVICES PROFESSIONAL LICENSE (IF APPLICABLE) OFFICE OF JOE G. TEDDER, CFC TAX COLLECTOR S°UUSPLA BUSINESIPT MUST S TAX CONCOYDISEAEBULOCATION PAID-1530147.0001-0001 09/12/3018 09/12/2018 CFM 1S9°57.75 JAMES VAUGHAN Licensed Pesticide Applicator Detail Pnm I Close Applicator's Name City, State CANTON, ANTONIO JILAKESHORE,FL License No. License Status License Type: CM23626 Normal Commercial RUP Applicator License 1 License Categories Right -Of -Way Pest Control, Aquatic Pest Control, Ornamental and Turf Pest Control, Natural Areas Weed Vlanagement Original Issue Date Last Issue Date Expiration Date 11 5/28/2015 5/28/2015 ;5/31 /2019 Company Name Agent Count: 0 Licensed Pesticide Applicator Detail Print Applicator's Name City, State HULON, MIKEL WOODROW KISSIMMEE,FL License No. License Status License Type: JrCM 17363 ( Normal Commercial RUP Applicator License License Categories Aquatic Pest Control, Natural Areas Weed Management Original Issue Date Last Issue Date Expiration Date 7/6/2005 7/5/2017 17/31/2021 Company Name Agent Count: 0 IFB #977382 Equipment Required Owned by Texas Aquatic Harvesting, Inc. 10 to 36 -foot work boats 38 to 80 -foot harvesters with cutting widths of 7 to 12 feet Tug boats Barges Airboats Herbicide Application Equipment, including backpacks, 4 wheelers, small boats and airboats Landscaping Tools Chainsaws Hand Tools Bobcat Trailers Dump Trucks Shore Conveyers Grapple Truck Work Trucks Mowers Pressure Washers Generator Crane To: City of Miami Procurement Dept. Miami Riverside Center 444 SW 2"d Ave., 61h Floor Miami, FL 33130 PROPOSAL — IFB No. 977382,1 CITYWIDE CANAL CLEANING SERVICES Respondent: ADVENTURE EN IRONENIT %L, INC. 12895 SW 87th Ave. 160 Georgia Ave. Miami, FL 33176 Tavernier, FL 33070 POC: Greg Tolpin Phone 305-321-5669 e-mail: GregrrD,=laei,c Tn State of FL CGC 1506411 State of FL CUC 1223905 Established 07/18/1997 `'• AD VENTURE ENVIRONMENTAL, INC. 160 Georgia Ave. 12895 S W 8r Ave. ` Tavernier, FL 330370 Miami, FL 33176 305-254-8887 office POC: Greg Tolpin " r 305-321-5669 cell Greaa(WEl.com w%,1/y/.4AE1.Com To: City of Miami Procurement Dept. Miami Riverside Center 444 SW 2"d Ave., 61h Floor Miami, FL 33130 PROPOSAL — IFB No. 977382,1 CITYWIDE CANAL CLEANING SERVICES Respondent: ADVENTURE EN IRONENIT %L, INC. 12895 SW 87th Ave. 160 Georgia Ave. Miami, FL 33176 Tavernier, FL 33070 POC: Greg Tolpin Phone 305-321-5669 e-mail: GregrrD,=laei,c Tn State of FL CGC 1506411 State of FL CUC 1223905 Established 07/18/1997 City of Miami Invitation for Bid (IFB) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement IFBNumber: 977382,1 Title: Invitation for Bid (IFB) for Citywide Canal Cleaning Services Issue Date/Time: 14 -FEB -2019 IFBClosing Date/Time: 04 -MAR -2019 @ 14:00:00 Pre-Bid/Pre-Proposal Conference: Voluntary Pre-Bid/Pre-Proposal Date/Time: February 19, 2019 at 10:00 a.m. Pre-Bid/Pre-Proposal Location: City of Miami MRC 6th Floor South Conference Room, 444 SW 2nd Ave, Miami, FL 33130 Deadline for Request for Clarification: February 25, 2019 at 4:00 p.m. Contracting Officer: Gray, Tahlia Hard Copy Submittal Location: City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US Contracting Officer E -Mail Address: tgray@miamigov.com Contracting Officer Facsimile: 305-400-5019 Page 1 of 47 BID FORMS Price Sheet ® Certification Statement * Certifications List of Subcontractors * Certification Regarding Lobbying * Reference Submittal Form IFB 977382 Canal Cleaning Services Attachment B - Price Sheet •complete this sheet while in excel. Spreadsheet automatically total. ITEM q DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown bee, up to 7' 1 d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 1 EACH $2,500.00 $2,500.00 canals Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown bee, 8' to 20' 2 d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 1 EACH $5,000.00 $5,000.00 canals Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 21' to 35' 3 d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 1 EACH $8,000.00 $8,000.00 canals Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, more than 4 36' d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 1 EACH $10,000.00 $10,000.00 canals Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and 5 equipment necessary for collecting litter, bash and debris in the banks and upland areas within the canal right of way i_ MONTHLY $4,000.00 $46,000.00 and shallow surface waters on a monthly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and 6 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 12 MONTHLY $4,000.00 $43,000.00 right of way and shallow surface waters on a monthly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary 7 for spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment 4 QUAF-ER_Y a3,000.00 $12,000.00 method, on a quarterly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary SEMI- S for the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a 2 ANNUALLY a4,6CC,00 $9,200.00 minimum of two (2) feet of free water Flow, on a semiannual basis Wagner Creek North Canal (3,750 linear feet of frank, one way) - Furnishing all labor, material and equipment necessary SEMI- 9 for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) In order to 2 $4,600.00 $9.200.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) 10 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY $2,000.00 $24,000.00 way and surface waters on a monthly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) 11 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 12 MONTHLY $2,000.00 $24,000.00 canal right of way and surface waters on a monthly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment 12 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 4 QUARTERLY $1,600.00 $6,400.00 treatment method, on a quarterly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 13 necessary for the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to 2 ANNUALLY $2,600.00 $5,200.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 14 necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in 2 ANNUALLY $2,600.00 $5,200.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Seybold Canal (2,300 linear feet of bank one way) - Furnishing all labor, material (including trash bags) and equipment 15 necessary for collecting litter, bash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $2,600.00 $31,200.00 waters on a monthly basis Seybold Canal (2,300 linear feet of bank one way) - Furnishing all labor, material (including trash bags) and equipment 16 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 4 QUARTERLY $2,600.00 $10,400.00 and surface waters on a quarterly basis Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for the SEMI- 17 removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a minimum 2 ANNUALLY $3,000.00 $6,000.00 of two (2) feet of free water flow, on a semiannual basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material Including trash bags) and equipment 18 necessary for collecting litter, bash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $5,000.00 $60,000.00 waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including bash bags) and equipment 19 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way _ MONTHLY $5,000.00 $60,000.00 and surface waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for spraying 20 the banks or upland areas within the canal right of way, using approved weed control chemical treatment method, on a 4 QUARTERLY S4,CCO_00 $16,000.00 quarterly basis l (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for spraying IComfortCan 21 the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal, six 6 EACH $4,OCC.00 S24,000.00 times a year IFB 977382 Canal Cleaning Services Attachment B - Price Sheet 'complete this sheet while in excel. Spreadsheet automatically total. ITEM R DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all !abor, material and equipment necessary for the SEMI - 22 removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a minimum 2 ANNUALLY $8,000.00 $16,000.00 of two (2) feet of free water flow, on a semiannual basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for the SElvll- 23 removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) in order to maintain a 2 ANNUALLY $5,000.00 $10,000.00 minimum of two (2) feet of free water flow, on a semiannual basis .Ademar Canal (1,650 linear feel of water one way and 375 linear feet of bank) - Furnishing all labor, material (ncluding 24 trash bags) and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the 16 EACH $2,500.00 $40,000.00 canal right of way and surface waters on a monthly basis, please note that the pickup will be twice a month for the months of July through October Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material (including 25 trash bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas 4 QUARTERLY $2,500.00 $10,000.00 within the canal right of way and surface waters on a quarterly basis Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material and SEMI - 26 equipment necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in 2 ANNUALLY $2,500.00 55,000.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material and SEMI - 27 equipment necessary for the removal and disposal of any obstruction (shopping carts, fires, appliances, boats, 2 ANNUALLY $2,500.00 S 5, DDD.Oo furniture, etc.) in order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material (including 28 trash bags) and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the 16 EACH $2.000.00 $32,000.00 canal right of way and surface waters an a monthly basis, please note that the pickup will be twice a month for the months of July through October Davis Canal (1,350 linear feet of water one way and 200 linear feel of bank) - Furnishing all labor, material (including 29 trash bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas 4 QUARTERLY $2,000.00 58,000.00 within the canal right of way and surface waters on a quarterly basis Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Fumishing all labor, material and SEMI - 30 equipment necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in 2 ANNUALLY $3,600.00 $7,200.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material and SEMI - 31 equipment necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, ANNUALLY $2,600.00 55,200.00 furniture, etc.) in order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material (including trash bags) and equipment 32 necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $1,000.00 $12,000.00 waters on a monthly basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material (including trash bags) and equipment 33 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 12 MONTHLY $1,000.00 S12,000.00 and surface waters on a monthly basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 34 removal and disposal of any vegetation obstruction (lags, branches, seaweeds, etc.) in order to maintain a minimum of 2 ANNUALLY $1,600.00 $3,200.00 two (2) feel of free water flow, on a semiannual basis NE 28th Street Cove (480 linear feel of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 35 removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) in order to maintain a 2 ANNUALLY $1.600.00 53,200.00 minimum of two (2) feet of free water flow, on a semiannual basis NE 20-21 sl Street Cove (450 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 36 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $1,000.00 512.000.00 and surface waters on a monthly basis NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 37 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 12 MONTHLY $1,000.00 S12.D00.00 right of way and surface waters on a monthly basis NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI_ 38 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 ANNUALLY $1 .5C0.0C $3,200.00 two (2) feet of free water flow, on a semiannual basis NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 39 removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in order to maintain a 2 ANNUALLY $1,600.00 53,200.00 minimum of two (2) feet of free water flow, on a semiannual basis Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 40 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY $1,000.00 $12,000.00 way and surface waters on a monthly basis Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 41 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $1,000.00 $4,000.00 canal right of way and surface waters on a quarterly basis IFB 977382 Canal Cleaning Services Attachment B - Price Sheet 'complete this sheet while in excel. Spreadsheet automatically total. ITEM 4 DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Bayfront of Rickenbacker Causeway 1750 linear feet of total bank) - Furnishing all labor, material and equipment SEMI- 42 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 ANNUALLY $1,600.00 $3,200.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material (including trash 43 bags) and equipment necessary for collecting litter, trash and debris in the banks, swales and upland areas within the 12 MONTHLY $2,000.00 524,000.00 canal right of way and surface waters on a monthly basis Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material Including trash 44 bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks, swales and upland 12 MONTHLY $2,500.00 $30,000.00 areas within the canal right of way and surface waters on a monthly basis Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 45 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 2 ANNUALLY $2,600.00 S5,200.00 treatment method, two fines a year Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 46 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 ANNUALLY $2,600.00 $5,200.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI- 47 necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) in order to 2 ANNUALLY $2,500.00 $5,000.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis 48 Lawrence Waterway, Seawall Portion - Furnishing all labor, material and equipment necessary to pressure clean a total 2 SEMI- $8 000.00 516,000.00 of 144 existing concrete bollards and the seawall area, twice a year ANNUALLY Lawrence Waterway, Seawall Portion - Furnishing all labor, material and equipment necessary to pressure clean and paint a total of 144 existing concrete bollards. Paint to be used calls for a one coat Thoroseal #8532, or approved equal. 49 This item includes maintenance and welding of 1,400 feet of hot-deep galvanized 3/8' anchor chain, 10 ft. in length, as 1 $30,000.00 per detail on Division 5. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth forth finish before painting Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material (including trash bags) 50 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of _ MON $12,000.00 way and surface waters on a monthly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material (including trash bags) 51 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the a QUARTERLY $1,000.00 $4,000.00 canal right of way and surface waters on a quarterly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment 52 necessary for spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, 4 QUARTERLY $1,000.00 $4,000.00 or approved equal, on a quarterly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment SEMI- 53 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 ANNUALLY $2.600.00 $5,200.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment SEM I- 54 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 2 ANNUALLYM-$1.600.00 $3,200.00 treatment method, two times a year Weed Harvester Kelpin 800 Model, or approved equal - Furnishing all labor, material and equipment necessary for the SEMI- 55 renting of the harvester to remove sea-weed and hydrilla from all the canals and waterways including the Biscayne Bay 2 ANNUALLY $9,000.00 $18,000.00 areas, as directed by the City Engineer, twice a year Waterfront of Margaret Pace Park (1,750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 56 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the right of way and 12 MONTHLY $2,600.00 $31,200.00 surface waters on a monthly basis Waterfront of Margaret Pace Park (1,750 linear feel of total bank) - Furnishing all labor, material (including trash bags) 57 and equipment necessar/ for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $3,5C0 � '� S 14,000.00 shore right of way and surface waters on a quarterly basis Waterfront of Margaret Pace Park (1,750 linear feet of total bank) - Furnishing all labor, material and equipment SEMI- 58 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 ANNUALLY $1,000.00 52,000.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 59 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $1,000.00 $12,000.00 and surface waters on a monthly basis Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 60 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY S1,0c0 54,000.00 right of way and surface waters on a quarterly basis IFB 977382 Canal Cleaning Services Attachment B - Price Sheet 'complete this sheet while in excel. Spreadsheet automatically total. ITEM N DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 61 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 ANNUALLY $1.600.00 $3,200.00 two (2) feet of free water flow, on a semiannual basis Waterfront of Kennedy Park (1,650 linear feel of total bank) - Furnishing all labor, material (including trash bags) and 62 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $2,000.00 $24,000.00 and surface waters on a monthly basis Waterfront of Kennedy Park (1,650 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 63 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY $2,500.00 $10,000.00 right of way and surface waters on a quarterly basis Waterfront of Kennedy Park (1,650 linear feel of total bank) - Furnishing all labor, material and equipment necessary for SEMI - 64 the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum 2 ANNUALLY $2,500.00 $5,000.00 of two (2) feet of free water flow, on a semiannual basis Waterfront of Momingside Park (2,000 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 65 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $2,000.00 $24,000.00 and surface waters on a monthly basis Waterfront of Morningside Park (2,000 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 66 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY $2,000.00 $8,000.00 right of way and surface waters on a quarterly basis Waterfront of Morningside Park (2,000 linear feel of total bank) - Furnishing all labor, material and equipment necessary 67 for the removal and disposal of any vegetation obstruction (logs, (logs, branches, seaweeds, etc.) in order to maintain a 2 ANNUALLYMI-$3,500.00 $7,000.00 minimum of two (2) feet of free water flow, on a semiannual basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 68 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $1,000.00 $12,000.00 and surface waters on a monthly basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 69 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY $1,000.00 $4,000.00 right of way and surface waters on a quarterly basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 70 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of - ANNUALLY $1,800.00 $3,600.00 two (2) feet of free water flow, on a semiannual basis 71 SPECIAL PROVISION= Contingency Allowance f100,000.00 LEGEND: LS - lump sum, SF - square feet, CY - cubic yard, SY - square yard, PCY - per contract year TOTAL $ 1,068 500.00 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 (1) 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: Adventt;re Environmental. Inc. ADDRESS: 160 CTerraia Ave.. Tavernier, Fl, 3070 PHONE: 305-321-5669 FAX: 305-25—',-8887 EMAIL: SIGNED TITLE: President DATE: 02/28/2019 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Page 2 of 47 Certifications Legal Name of Firm: Adyenturz! Environmental. Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 1997 FEVEIN No.: 6i -076 R i i9 Office Location: City of Miami, Miami -Dade County, or Other Miami -Dade and Key Largo Occupational / Business License Number: 5OI2976 ReceirtNo. 5234463 Occupational / Business License Issuing Agency: r� Miarni-Dade County Occupational / Business License Expiration Date: 09/30/2019 Will Subcontractor(s) be used? (Yes or No) If yes, provide Subcontractor(s) information on Attachment C - Subcontractors. The work performed by all Subcontractors listed cannot be more than fifteen percent (15%) of the total work for this contract (a copy of their license(s) must be submitted with your bid response). No Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/17). If no addendum/addenda was/were issued, please insert N/A. A�ic?�nr?i�m Nn. 1. 0)/11!?019 A 1�1?nr?,mi Nn. 2 0?/?n/?1119 Page 3 of 47 Title: Citywide Canal Cleaning Services IFB No.: 977382,1 List of Subcontractors Completion of Form This form is initially to be completed and submitted with the IFB, listing all Subcontractors to be used under this Contract. 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 Value of % of Work Work No Subcontractors Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fifteen 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: Adventure Environmental, Inc. Name of Individual Completing Form: Christopher Colarusso Date: Signature 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, Adventure Environmental, Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understas nd agrees that the provisions of 31, U.S.C. § 3801 et seq., apply to this certific ion nd disclosure, if any. SictiaViire of CMtractor/Contractor"s Authoriz,6d Official Name and Title of Contractor/Contractor's Authorized Official Christopher Colarusso, President Date: 02/2.8/2019 IFB 977382 Citywide Canal Cleaning Services Attachment C: Reference Submittal Form FIRM NAME: Reference Section a 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: The City of Miami Rear -h Address: Environmental Resources: 1700 Convention Center Dr. 4th Floor Miami Beach, FL 33139 Contact Person: Stanley Kolosovskiv. Environmental Specialist Contact Phone Number and Email: 305-673-7010 x6874 Stanley Kolosevskiymiamibeachfi. ov Date of Contract or Sale: 2012 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Multi-year Citrpiide Canal Cleaning Project : $173,988.00 Annually Past Performance Reference Check #2 Company/Organization Name: South Florida Water Management District Address: 3301 Gun Club Rd. Building B-1 West Palm Beach, FL 33406 Contact Person: Steve F irtrace Canal & Levee Contact Phone Number and Email: 561-248-4033 JFairtra SFVVMD.Gov Contact E-mail if applicable): JFairtra SFVVMD.Gov Date of Contract or Sale: 2002 -Present Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.):-- Canal maintenance services including trash/litter/tree removal and herbicide spraying. $3,000,000.00 in 20'18 Past Performance Reference Check #3 Company/Organization Name: Monroe County Florida Address: 100 Simontor St., Key West FL 33040 Contact Person: Rhonda Haag, Sustainability Program Manager Contact Phone Number and Email: 305-453-8774 Haa -Rhonda MonroeCounty-FL.Gov Contact E-mail (if applicable): Haa -Rhondao,MonroeCounty-FL.Gov Date of Contract or Sale: 2014 -Present Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Canal resotration. debris re v-1 skimming of v & trash -various seriices, 2018/2019 $18,000,000.00 LICENSES ® State of Florida Corporate License ® General Contractor License * Pesticide Applicator License * Local Business Tax Receipt State. of Florida Department of State I certify from the records of this office that ADVENTURE ENVIRONMENTAL, INC. is a corporation organized under the laws of the State of Florida, filed on July 18, 1997. The document number of this corporation is P97000062537. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on January 3, 2019, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Third day of January, 2019 Secretary ofState Tracking Number: CC8116072886 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. h ttps:lls ervices.sunbiz. org/FilingslCertificateOfstatusICertificateAuthentication RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION LNDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA,STATUTES TOLPIN, J GREGORY..' P114> ;s42 tj:'_..,ADVENTURE ENVIRONMENTAL.INQ v;:,, sal'` 12935 SW 87TH AVENUE -, MIAMI FL 33176 R� LICENSE NUMBER CGC1506411 EXPIRATION DATE: -AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com �.��+r=` Do not alter this document in any form. ��. ' This is our license. It is unlawful for anyone other than the licensee to use this document. Y y um t. Licensed Pesticide Applicator Detail Print Applicator's Name City, State TOLPIN, J GREGORY 11KEY LARGO,FL License No. License Status License Type: CM24144 Normal IlCommercial RUP Applicator License License Categories Right -Of -Way Pest Control, Aquatic Pest Control Original Issue Date Last Issue Date Expiration Date 3/19/2016 3/19/2016 3/31 /2020 Company Name Agent Count: 0 002320 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOTA BILL -DO NOT PAY " LBT 5012976 BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES ADVENTURE ENVIRONMENTAL INC RENEWAL SEPTEMBER 30, 2019 12935 SW 87TH AVE 5234463 Must be displayed at place of business MIAMI FL 33176 Pursuant to County Code Chapter 8A - Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS PAYMENT RECEIVED ADVE:VTl1RE ENVIRONMENTAL INC 207 ADMIN 0 FFICE/O PE RATION CTR BY TAX COLLECTOR $75.00 07/31/2018 Employee(s) t CHECK21-18-076357 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 an all commercial vehicles - Miami -Dade Code Sec 8a-216. For more information, visit www.miamidade.eov/taxcollector COMPANY INTRODUCTION • Cover Letter and Executive Summary s Personnel and Staffing • Equipment and Vessels e Reference Letters AD VENTURE ENVIR 0MVENTAL, INC. 160 Georgia Ave. 12895 SW 871 Ave. � \ Tavernier, FL 330370 Miami, FL 33176 305-254-8887 office 1 '� PDC: Greg Tolpin 305-321-5669 cell Greq an4AE1. com vNivi.4ALl.com Cover Letter and Executive Summary Adventure Environmental, Inc., AEI, is pleased to provide this proposal to the City of Miami. AEI was founded in July of 1997 by the same management team that stands today in Miami and the Keys with the specific purpose of positively influencing the marine waters of our waters. For the past twenty years AEI has been hired and successfully completed hundreds of marine related projects in Florida from the Dry Tortugas to Panama City Beach and all points in between for the City of Miami Beach, Miami -Dade County, Monroe County, SFWMD and many other local state and federal clients such as Monroe County, Dept. of Interior NPS, State of FL DEP, NOAA/FKNMS & the Dept. of Defense. Currently AEI is wrapping up a $45,000,000.00 federally funded canal clean up project for Monroe County where we have had more than 20 barges, boats, dive teams, dump trucks etc... working for the last several months removing Hurricane Irma related debris from all of the canals and waterways in the Keys. AEI has also been maintaining the waterways of the City of Miami Beach for the last several years on a similar project as this one that we are responding to. Adventure Environmental, Inc., AEI, is Florida Corporation with business licenses and offices in Tavernier and Miami. We employ over 35 full time employees all of which are covered under our state workers comp, maritime employers liability and USL&H insurance. AEI holds the following Licenses & Certifications: • State of FL Certified General Contractor: CGC 1506411 • State of FL Commercial applicator ROW/Aquatic: CM24144 • State of FL Certified Underground Utility & Excavation Contractor: CUC 1223905 • State of FL DEP Qualified Mangrove Trimmer: QMT-031/QMT-032 AEI maintains a fleet of commercial boats, barges, self -loading dump trucks, spray equipment, chain saws and all other necessary equipment in Miami and in the Keys. Sincerely, Christopher Colarusso, President STAFFING -Composition of the firm and availability of Key Personnel Firm Composition: Adventure Environmental, Inc. is a State of Florida Sub Chapter S. Corp. with (2) board members who also serve as the management team. These board members are Christopher Colarusso, President and Gregory Tolpin, Vice President AEI Organizational Chart is as follows: Christopher Colarusso, President Chief Superintendent Overall Responsibility Gregory Tolpin, Vice President Project Manager Allarc Colarusso Anthony Colarusso Project Superintendent Project Superintendent CaptainslHeavy Equipment Operators • Paul Lawry • Carlos Rojas • Travis Sebastian • Chris Galera • Tyler Hickory • Thomas Spotto • Jonathan Williams • Richard Rollins • Rolando Garcia • Robert Lewandowski Technicians: AN employs 20 OSHA trained marine technicians and (S) administrators Key Personnel Background: On -Site Project Managers: Christopher Colarusso, AEI President and Chief Superintendent who will have overall responsibility for successful project completion. Mr. Colarusso has been President and Chief Superintendent of AEI since its' founding in 1997. As a Florida Keys resident and marine environmental contractor for over 25 years Chris has worked in every canal and water body in Monroe County on many occasions including overall responsibility of the debris removal of all the Monroe County canals after Hurricane Georges in 1998. Please see Tab 5. Performance Record of AEI of which Chris was the Chief Superintendent. Gregory Tolpin, AEI Vice President will be the AEI Project Manager in charge of scheduling, administration and main point of contact to Monroe County. Mr. Tolpin has been the Project Manager on all projects in the AEI history of over 25 years and is the qualifier for the firm. Marc Colarusso, AEI Project Superintendent for 20years will be managing day to day operations of all crews spread throughout the County. Marc is an experienced Superintendent who will be ensure that the correct and safe project approach is implemented Anthony Colarusso, AEI Project Superintendent for 20 years currently operating and managing the Monroe County canal skiurnming program and is intimately familiar with all Monroe County canals and water bodies. Carlos Rojas, AEI Safety Officer for over 20 years in charge of implementing the AEI safety plan that includes Activity Hazard Analysis for each task and holding daily safety briefings. Availabilih, of suitable vessels, equipment and trucks to perform the described duties All listed equipment is owned by AEI and is available for this project. VESSELS: 1. AEI -l: Official No. 1026969 (Scorpion) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 1993 50'X 15' Fast Barge powered by (4) Yamaha 300 Outboard Motors and equipped with a 5 Ton knuckle -boom crane. Vessel can operate in very shallow water. L�.• t�� u� Z�f _ 2. AEI -2: Official No. 1075967-2 (70) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2005 70' X 23' Barge w/push boat capable of holding large equipment and operate in shallow water. #K. MN t �ti jam' jiw�w�orcalM+s—#IdPMK' __ . - �_.. .:1.a _ , j -- ----- - Jam, �l 3. AEI -3: Official No. 1075968-3 (60) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2017 60'X 20' Barge w/push boat capable of holding large equipment and operate in shallow water. r� s i +"�}�eyas•� air-�+a -.. �l 3. AEI -3: Official No. 1075968-3 (60) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2017 60'X 20' Barge w/push boat capable of holding large equipment and operate in shallow water. 4. AEI -4: Official No. 1075969-4 (Rhino) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2010 40'X 13' self -powered barge capable of holding heavy equipment and operate in shallow water. .1 S 4i'l ,...roc^ •ry s t:L 1� - � _ - 5. AEI -5: Official No. 1075970-5 (Twin 1) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2017 40'X 12' self -powered barge capable of holding heavy equipment and operate in shallow water. 6. AEI -6: Official No. 1075971-6 (Twin 2) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2017 40'X 13' self -powered barge capable of holding heavy equipment and operate in shallow water. A0 AEI -7: Official No. 1075972-7 (LoLo) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2005 35'X 10' self -powered barge capable of holding heavy equipment and operate in shallow water. 8. AEI -8: Official No. 1075973-8 (Gray) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2010 35' X 10' self -powered barge capable of holding heavy equipment and operate in shallow water. 9. AEI -9: Official No. 1075974-9 (White) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2010 35' X 10' self -powered barge capable of holding heavy equipment and operate in shallow water. 10. AEI -10: Official No. 1075975-10 (Blackpoint) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2010 35'X 10' self -powered barge capable of holding heavy equipment and operate in shallow water. OJ6 11. AEI -11: Official No. 1075976-11 (Mobro) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2013 40' X 20' shallow water barge capable of holding heavy equipment and operating in shallow water w/push boat. 12. AEI -1 l: Official No. 1075977-12 (Skim) Homeport: Monroe County Owner: Adventure Environmental, Inc. Desc.: 2015 30'X 10' skimming and side scan sonar boat; self-propelled with twin Yamaha outboards. lip off o I0 iag y1 low ads Ong 1P v kiwi Above is the listing ofAEI owned key component vessels and is not an all-inclusive list. AEI owns and maintains more than 10 more ancillary vessels as push boats, crew boats and side scan sonar boats including (3) Boston Whaler's from 17' to 23', (2) Deck Vessels up to 25' and (5) custom aluminum work vessels. HEAVY EQUIPMENT: (All owned by AEI and in place in Monroe County) (4) Long Reach Excavators • Fuchs/Terex 350 MHL • Cat 324 LR • Cat 200ELB • Kobelco LR s w�;• .fir- --- -----_--•- _y To -WFT (4) Standard Excavators • Cat 315 Excavators X 4 (6) Medium Excavators • (3) Cat 308 Excavators • (3) Cat 305 Excavators (4) Front End Loaders (4) Skid Steer Loaders with Grapples (35) Stihl Chain Saws of all sizes 5,000 LF of Turbidity Barrier (10) Spill Kits for place on barges and vessels OSHA compliant commercial dive and salvage gear TRUCKS: AEI owns and operates (5) 40 CY Grapple Trucks that are used to unload the barges and transport the material to either TDMA or final disposal. Y � R�•iT3�♦ �_i , ffi �s ' ... �. o:.f .{. �•..� rI#y_ -mak �. sem, - Proiect References: PROJECTS IN MONROE COUNTY 1. Owner: Monroe County BOCC 100 Simonton St. Key West, FL 33040 POC: Rhonda Haag, Sustainability Program Manager Phone: 305-453-8774 Email: LIaag-Rhonda cr,MonroeCo-unty-FL.Gov Project: Canal #75 Backfilling Water Quality Improvement Project Dates: February 2018 - Current Value: $1,216,000.00 Scope: Backfilling Canal utilizing barges and heavy equipment and environmental controls. Similarities: 1. AEI started this project very soon after Irma 2. Standard Barge and Heavy Equipment usage. 3. TDMA set up and management 4. Water Quality and T&E Species monitoring and control. 5. Transportation and legal disposal of the removed marine debris. 2. Owner: Monroe County BOCC 100 Simonton St. Key West, FL 33040 POC: Rhonda Haag, Sustainability Program Manager Phone: 305-453-8774 Email: Haag-Rhondara.MorroeCounty-FL.Gov Project: Canal #83 Hydraulic Organic Removal/Backfilling Water Quality Improvement Project Dates: 2017 Value: $1,514,000.00 Scope: Hydraulic (vacuum) Dredging/Backfilling Canal utilizing barges and heavy equipment and environmental controls. Similarities: 1. Hydraulic Dredging 2. Standard Barge and Heavy Equipment usage. 3. TDMA set up and management 4. Water Quality and T&E Species monitoring and control. 5. Transportation and legal disposal of removed sediments at a Class 1 landfill _ ----- -- — ----- xwon -4- Owner: Monroe County BOCC 100 Simonton St. Key West, FL 33040 POC: Rhonda Haag, Sustainability Program Manager Phone: 305-453-8774 Email: Haan 1,RhondanMon-roeCounty-FL.Gov Project: Canal #29 Backfilling Water Quality Improvement Project Dates: 2015 Value: $1,360,000.00 Scope: Backfilling Canal utilizing barges and heavy equipment and environmental controls. Similarities 1. Standard Barge and Heavy Equipment usage. 2. TDMA set up and management 3. Water Quality and T&E Species monitoring and control. 4. O,,rner: Monroe County Marine Resources 2798 Overseas Hwy. Suite 400 Marathon, FL 33050 POC: Richard Jones, Marine Resources Phone: 305-289-2805 Email: Jones -Riche MonroeCoun1y-FL.Gov Project: Derelict Vessel and Marine Debris Removal Dates: 2000 - Current Value: Approximately $200,000.00 Scope: Removal of derelict vessels and marine debris from Key West to Key Largo Similarities 1. Standard Barge and Heavy Equipment usage. 2. TDMA set up and management 3. Water Quality and T&E Species monitoring and control. 4. Marine Debris Removal 5. Derelict Vessel Removal 6. Transportation and legal disposal of removed vessels and debris 7. Haz-Waste containment, removal and legal disposal 1 0 �z�� � '�' at. --.�F''1Y�fAK.:.r ��...r�,fr``-e?. ".M�-.�.�MS+b�►. """'^..'�:.i+ �"s' , ��� _�--_+�.�'' __. :"fA,` �_ - � •• _., :_�f!�` ...- ^moi, � :,,;,; .,, •���T."�G�RA 5. Owner: United States Coast Guard SILC-COCO-BSS-COBI 300 East Main St., Suite 965 Norfolk, VA 23510-2112 POC: LT Quentin Long, ESF-10 Branch Director Phone: 305-340-7769 Email: Lamarl2305 a,Yahoo.com Project: Locating, salvaging, removing of fuel and other hazardous material from Hurricane Irma displaced vessels from the Marathon to the Most Northern sections of Monroe County. We removed over a 100 vessels in 60 days and managed the TDMA at Harry Harris Park. AEI operated more than 10 barges and 40 captains and technicians (7) days a week until the job was completed. Dates: 2017-2018 Value: $2,336,654.80 Scope: Removal of derelict vessels and marine debris from Key West to Key Largo Similarities 1. Standard Barge and Heavy Equipment usage. 2. TDMA set up and management 3. Water Quality and T&E Species monitoring and control. 4. Marine Debris Removal 5. Derelict Vessel Removal 6. Transportation and legal disposal of removed vessels and debris 7. Haz-Waste containment, removal and legal disposal PROJECTS OUTSIDE OF MONROE COUNTY 6. Owner: South Florida Water Management District 3301 Gun Club Rd. Building B-1 West Palm Beach, FL 33406 POC: Steve Fairtrace, Canal & Levee Phone: 561-248-4033 Email: JFairtra(cr�SFWTVID.Gov Project: Hurricane Irma Related Marine Debris Removal from Canals throughout South Florida AEI has been removing debris from canals and legally trimming Mangroves for the SFWMD for twenty years. We have removed hundreds of thousand of debris from hundreds of miles of canals. For the Irma response AEI had multiple simultaneous projects ongoing with barges from Naples to Homestead performing the exact scope of work that Monroe County is calling for in this solicitation. Dates: 09/2017 — 02/2018 Value: Approximately $2,500,000.00 (Irma Response Only) Scope: Removal vegetative and man made debris from canals throughout South Florida Similarities 1. Standard Barge and Heavy Equipment usage. 2. TDMA set up and management 3. Water Quality and T&E Species monitoring and control. 4. Marine Debris Removal 7. Owner: Miami -Dade County RER/DERM/Water Management 701 NW I" Court, 5t' Floor Miami, FL 33136 POC: Mario Lopez, ERPS Project Manager Phone: 786-663-8140 Email: Mario.Lopez2 o,MiamiDade.Gov Project: Hurricane Irma Related Marine Debris Removal from Canals throughout Miami -Dade County. AEI was awarded (4) Contracts: CCDR-17-02 $1,000,000.00, CCDR-17-07 $500,000.00 CCDR-17-08 $500,000.00 and CCDR-17-09 $500,000.00; we completed these contracts In less than 60 days utilizing 12 barges and 40 personnel. Dates: 04/2018 — 05/2018 Value: $2,500,000.00 Scope: Removal vegetative and man-made debris from canals throughout Miami. Similarities 1. Standard Barge and Heavy Equipment usage. 2. TDMA set up and management 3. Water Quality and T&E Species monitoring and control. 4. Marine Debris Removal 9 • •a.-' _� �.. �. 6��a���y ,tit,,"' ,� a 9 To Whom It lvlav Concern: Adventure Environmental. Inc. has provided tree removal and bank rcstoration services for the South Florida Water Management District since 2003. They were one of our key contractors for 4iearin, the debris lion our canals during the 200^ and 2005 hurricane seasons. 'hey have successfully- completed both water and land based projects under harsh conditions. ;adventure Environmental, Inc provides duality work-, equipment and -expertise to each protect and they complete the tasks given in a timely and efficient manner. They are very responsiv: and flexible v hen changes occur. They are Also excellent stewards far rite Water \•lanagcmcni Dishict by being cooperative and courteous to the adjacei], landowners. I recon]niend Adventure Environmental_ II]c for your organization as well. Sincerciv. rrrrin _i1~!`�-�rrr�r'r i.,inda N-1. Yan•ish ;61-652-610-5 Senior Environmental Scientist <<evelation Management Division %ocra Doris and livIai.nienance or, , I -pa ut -,:- -D EmvL La, Prot;C -2 0 f -i anumvita-, Botanical Szw,,* Park FLOR Pon 11M -,)mda. FL 33036 :i u- - st 113, 2C07 .Tj To -VVhom I*%- Mlav Crmcmi: T!I ls a re- it�. -- --ice leeT uhe z:cT-.-.P a -ow ADVEN -,UREN-VIRONYvi-ENTAL. iris �-C,Dl haS IGOC-n W -0-1-k- Lng with L'S for uie a f: CUSTOMER REFERENCES i. Owner: Monroe County BOCC 100 Simonton St. Key West, FL 33040 POC: Rhonda Haag, Sustainability Program Manager Phone: 305-453-8774 Email: Haag-Rhonda2—MonroeCounty-FL.Gov Project: Canal #75 Backfilling Water Quality Improvement Project Dates: February 2018 - Current Value: $1,216,000.00 Scope: Backfilling Canal utilizing barges and heavy equipment and environmental controls. Similarities: 1. AEI started this project very soon after Irma and prior to any work AEI surveyed the canal and found more than 80 CY of assorted Hurricane Related Debris and (2) broken up sailing vessels. AEI used divers and heavy equipment to remove and dispose of the debris. 2. Standard Barge and Heavy Equipment usage. 3. TDMA set up and management 4. Water Quality and T&E Species monitoring and control. 5. Transportation and legal disposal of the removed marine debris 2. Owner: Monroe County Marine Resources 2798 Overseas Hwy. Suite 400 Marathon, FL 33050 POC: Richard Jones, Marine Resources Phone: 305-289-2805 Email: Jones-Rich(a,MonroeCounty-FL.Gov Project: Derelict Vessel and Marine Debris Removal Dates: 2000 - Current Value: Approximately $200,000.00 Scope: Removal of derelict vessels and marine debris from Key West to Key Largo Similarities 1. Standard Barge and Heavy Equipment usage. 2. TDMA set up and management 3. Water Quality and T&E Species monitoring and control. 4. Marine Debris Removal 5. Derelict Vessel Removal 6. Transportation and legal disposal of removed vessels and debris 7. Haz-Waste containment, removal and legal disposal Owner: South Florida Water Management District 3301 Gun Club Rd. Building B-1 West Palm Beach, FL 33406 POC: Steve Fairtrace, Canal & Levee Phone: 561-248-4033 Email: JFairtra_nSFWMD.Gov Project: Hurricane Irma Related Marine Debris Removal from Canals throughout South Florida AEI has been removing debris from canals and legally trimming Mangroves for the SFWMD for twenty years. We have removed hundreds of thousand of debris from hundreds of miles of canals. For the Irma response AEI had multiple simultaneous projects ongoing with barges from Naples to Homestead performing the exact scope of work that Monroe County is calling for in this solicitation. Dates: 09/2017 — 02/2018 Value: Approximately $2,500,000.00 (Irma Response Only) Scope: Removal vegetative and man made debris from canals throughout South Florida Similarities 1. Standard Barge and Heavy Equipment usage. 2. TDMA set up and management 3. Water Quality and T&E Species monitoring and control. 4. Marine Debris Removal EMPLOYEE WAGES AND BENEFITS (Per Section 2.19 B of IFB) • Sample from Miami Dade County Project - Payroll for US Wage and Hour Division ^a h Z l U.S. Department of Labor PAYROLL Wage and Hour Division (For Contractor's Optional Use- See Instructions at www dol ov/whd/formslwh347instr htm) l l•.m( 11k 1. l �u Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number. Rev. Dec. 2008 NAME OF CONTRACTOR OR SUBCONTRACTOR n 12935 SW 87th Ave. Miami, FL 33176 OMB No-: 1235-0008 Adventure Environmental / Southeast Leasing, Inc. Expires: 04/30/2021 PAYROLL NO, FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO. 2 04/08/2018 Miami Dade County CCDR Projects (1) (2) (3) (4) DAY AND DATE (5)I (6) (7) (g) z N M T W Th F S DEDUCTIONS z S CTIONS 50 NET 0 0 NAME AND INDIVIDUAL IDENTIFYING NOMBER (e.g., LAST FOUR DIGITS OF SOCIAL SECURITY a= E o � WORK o 4/6 4/7 4/8 TOTAL RATE GROSS AMOUNT WITH- HOLDING TOTAL WAGES PAID NUMBER) OF WORKER z 3 n CLASSIFICATION HOURS WORKED EACH DAY HOURS OF PAY EARNED FICA TAX OTHER DEDUCTIONS FOR WEEK Armstrong, Noah Labor: General 0 $33.75 $900.00 5657 $68.85 $86.70 $155.55 $744.45 s A.DO 8.00 8.00 8.00 B.00 40.0( 22.50 $900.00 Galera, Christopher Operator: o $56.25 $1,500.00 5398 Excavator $110.79 $207.31 $51.78 $369.88 $1,130.12 9 8.UI7 Allll A.110 B.UII fl.UO 40.0( 37.50 $],500.00 Garcia-Garmendia, Rolando Operator: o $56.25 $1,500.00 2537 Excavator $114.75 $146.02 $260,77 $1,239.23 s B.On B.00 8.00 8.00 8.00 40.0( 37.50 $1 500.00 Hemingway, Travis Labor: General 0 $33.75 $900.00 0941 $68.85 $76.65 $145.50 $754.50 s R.00 e.Dn fl,nD It- R.Dn 40.0( 22.50 $900.00 Hickory, Tyler Operator: 0 $56.25 $1,500.00 4741 Excavator $114.75 $183.59 $298.34 $1,201.66, S B4O0 8.00 9.00 6,00 fl 00 40.0( 37.50 $1,500.00 Lawry, Paul Operator: 0 $61.88 4473 Excavator :$1>,650.00 $122.39 $158.00 $50.17 $330.56 $1,319.44 s RIIU R.UU 8.U0 B.UU AAD 40.0( 41.25 $1,650.00 Licona, Carlos Labor: General o $38.00 $8z$800.00 2685 $6L20 $52.44 $113.64 $(i86.3G s 8.110 B,UU B.IN A.I10 8.00 40.0( 20.00 Lyons, Cornelious Labor: General 0 $33.75 $900.00 7064 $68.85 $38.34 $107.19 $792.81 S 8.00 8.00 8.00 R.00 A.00 40.0 22.50 $900.00 While completion of Form WH -347 Is optional, it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R. §§ 3.3, 5.5(a), The Copeland Act (40 U.S.C. § 3145) contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly a statement with respect 10 the wages paid each employee during the preceding week." U.S. Department of Labor (DOL) regulations at 29 C.F.R. § 5.5(s)(3)(ii) require contractors to submit weekly a copy of all payrolls 10 the Federal agency contracting for or financing the construction project, accompanied by a signed "Statement of Compliance" Indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper Davis -Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this Information review the information to determine that employees have received legally required wages and fringo henefits. Public Burden Statement We estimate that is will take an average of 55 minutes to complete this collection, including time for reviewing instructions, searching existing da'- sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. 'lave any comments regarding f estimates or any other aspect of this collection, including suggestions for reducing this burden, send them to It nistrator, Wage and Hour Division, U.S. Department of Labor, Room 53502, 200 Constitution Avenue, N.W. Washington, D.C. 20210' Date 04/13/2018 (b) WHERE FRINGE BENEFITS ARE PAID IN CASH Barbara Tullis Payroll Coordinator (Name of Signatory Party) (Title) ❑ — Each laborer or mechanic listed In the above referenced payroll has been paid, as indicated on the payroll, an amount not less than the sum of the applicable do hereby state: basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in section 4(c) below. (1) That I pay or supervise the payment of the persons employed by Adventure Environmental / Southeast Leasing, Inc, on the (c) EXCEPTIONS EXCEPTION (CRAFT) EXPLANATION (Contractor or Subcontractor) Miami Dade County CCDR Projects ; that during the payroll period commencing on the (Building or Work) 2 day of April 2018 and ending the 8 day of April 2018 all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said Adventure Environmental / Southeast Leasing, Inc. from the full (Contractor or Subcontractor) weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 C.F.R. Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948, 63 Stat. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. § 3145), and described below: Galera, Christopher - insurance Lawry, Paul - insurance REMARKS: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classifications set forth therein for each laborer or mechanic conform with the work he performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor. (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS ❑ — in addition to the basic hourly wage rates paid to each laborer or mechanic listed in NAME AND TITLE Barbara Tiullis Payroll Coordinator SIGNATURE the above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 1e AND SECTION 231 OF TITLE except as noted In section 4(c) below. 31 OF THE UNITED STATES CODE. INSi7RCANCE CERTIFICATES (Per Section 2.10 of IFB) Example ofActive Certificates Commercial General Liability * Workers Compensation ® Commercial Inland Marine e Vehicle ADVEN-1 OP ID: GB ,d►CORO CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 0 211 91201 9 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 !EPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 Accessible Marine Insurance 1145 Robert E Lee Blvd CONTACT Accessible Marine Insurance NAME: N/°No. Ext : 504-486-5411 A/c No : 504 -432-1475 E-MAIL ail ami-ins.com ADD REss: gail@ami-ins.com New Orleans, LA 70124 Eric S. Green AFFORDING COVERAGE NAIC # INSURER A: Capitol Specialty Ins. Company INSURED Adventure Environmental Inc. INSURER B: Great American Ins. Company 122136 Greg Tolpin 160 Georgia Avenue INSURERC: i INSURER 0: Tavenier, FL 33070 INSURER E: 01/09/2019 INSURER F: DAMAGE RENTED PREMISES(Ea occur ence) $ 50,000 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. (NSR ITYPE OF INSURANCE IIINSO INVD I POLICY NUMBER POLICY EFF (MOLIC/YEFF POLICY EXP tPOLIC LIMITS A X I COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 3 2,000,000 CLAIMS -MADE T OCCUR X X EV20190209-01 01/09/2019 01/09/2020 DAMAGE RENTED PREMISES(Ea occur ence) $ 50,000 MED EXP (Any one person) I S 5,000 PERSONAL &ADV INJURY S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE Is 2,000,000 IRO - X POLICYF—] X ❑ LOC PRODUCTS - COMP/OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident BODILY INJURY (Per person) $ ANY AUTO ALL OWNEDSCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE $ Per accident $ I UMBRELLA LIABI OCCUR EACH OCCURRENCE 1$ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ 1 $ WORKERS COMPENSATIONPER AND EMPLOYERS' LIABILITY Y / N OTH- STATUTE ER E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N / A E A EIviPLOYE $ E.L.DISEAS- E (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ ' B Cont. Equipment IMP 5305782-03 01/26/2019 01/26/2020 Scheduled 432,963 B Hull/P&I Liability OMH841008-07 10/12/2018 10/1212019 �P&I Limit 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder shown as additional insured with waiver of subrogation in their favor as required by written contract as respects insured's operations. CERTIFICATE HOLDER CANCELLATION MIAM102 Miami Dade County 111 Nw 1st St. Miami, FL 33128 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 �.e 2 o © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE Date 2/12/2019 Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. Holiday, FL 34091 rights upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below. (727) 938-5562 Insurers Affording Coverage NAIC # Insured: South East Personnel Leasing, Inc. & Subsidiaries Insurer A: Lion Insurance Company 11075 Insurer 3: 2739 U.S. Highway 19 N. Insurer C: Holiday, FL 34691 Insurer D: Insurer E: Coverages The polices of insurance listea Delow nave been issued to the insured named aoove for the policy penod moicateo. 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. Aggregate limits shown may have been reduced by paid claims. INSR L TR ADOL INSRD Type of Insurance Policy Number Policy Effective Date Policy Expiration Date Limits (NIM/DD/YY) (MN/l/DD/YY) GENERAL LIABILITY Each Occurrence - COmmercial General Liability Claims Made ❑ Occur Damage to rented premises (EA occurrence) Med Exp s Personal Adv Injury General aggregate limit applies per: General Aggregate - Policy Project 1:1 LOC Products - Comp/Op Agg AUTOMOBILE LIABILITY Combined Single Limit (EA Accident) - Any Auto Bodily Injury All Owned Autos (Per Person) Scheduled Autos Bodily Injury Hired Autos Non -Owned Autos (Per Accident) Property Damage (Per Accident) EXCESS/UMBRELLA LIABILITY Each Occurrence Occur ❑ Claims Made Aggregate Deductible A Workers Compensation and WC 71949 01/01/2019 01/01/2020 X WC Statu- OTH- Employers' Liability to Limits ER E.L. Each Accident $1,000,000 Any proprietor/partner/executive officer/member E.L. Disease - Ea Employee 51,000,000 excluded? NO If Yes, describe under special provisions below. E.L. Disease -Policy Limits S1,000,000 Other Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement(Special Provisions: Client ID: 80-65-323 Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": Adventure Environmental, Inc. Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL. Coverage does not apply to statutory employee(s) or independent contractors) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or email certificates@lioninsurancecompany.com Project Name: ISSUE 02-12-19 (AP.) Begin Date: 3/15/2010 CERTIFICATE HOLDER CANCELLATION MIAMI -DACE COUNTY Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. 111 NW 1ST STREET SUITE 2340 _ --- MIAMI, FL 33128 R ' 11 * 11/26/2018 * IMP 5305782 03 00 Great American Insurance Company 377716 IL 70 01 (Ed. 10 07) Policy No. IMP 5305782 03 00 Renewal Of IMP 5305782 02 POLICY COMMON DECLARATIONS NAMED INSURED Adventure Environmental, Inc. AND ADDRESS: 12895 SW 87th Ave. Miami, FL 33176 IN RETURN FOR PAYMENT OF THE PREMIUM, AND AGENT'S NAME AND ADDRESS: SUBJECT TO ALL TERMS OF THIS POLICY, WE Southern Cross Underwriters AGREE WITH YOU TO PROVIDE THE INSURANCE AS 3300 W. Esplande Ave STATED IN THIS POLICY. Suite 600 Metairie, LA 70002 Insurance is afforded by the Company named below, a Capital Stock Corporation: Great American Insurance Company POLICY PERIOD: From 01/26/2019 To 01/26/2020 12:01 A.M. Standard Time at the address of the Named Insured This policy consists of the following Coverage Parts for which a premium is indicated. This premium may be subject to adjustment. Premium Commercial Property Commercial General Liability Commercial Crime and Fidelity Commercial Inland Marine $ 5,180.00 Commercial Equipment Breakdown Commercial Auto Commercial Umbrella It is understood and agreed that should this policy be cancelled by the insured, the inspection or policy tee shall be deemed fully earned. Total $ 5,180.00 Policy Fee: $500 Tax: NIL FORMS AND ENDORSEMENTS applicable to all POLICY ALTERNATE MAILING ADDRESS: Coverage Parts and made part of this Policy at time of issue are listed on the attached Forms and Endorsements Schedule IL 88 01 (11/85). IL 70 01 (Ed. 10/07) (Page 1 of 1) R * 11 * 11/26/2018 * IMP 5305782 03 00 Great American Insurance Company 377716 CM 76 00 (Ed. 09/00) Policy: IMP 5305782 03 00 INLAND MARINE COVERAGE PART DECLARATIONS PAGE NAMED INSURED: Adventure Environmental, Inc. POLICY PERIOD: 01/26/2019 to 01/26/2020 In return for the payment of the premium, and subject to all the terms of this policy, we agree with you to provide the insurance as stated in this policy. DESCRIPTION OF BUSINESS: Excavation PREMIUM: Premium for this Coverage Part: $ 5,180.00 Premium shown is payable: $ at inception; FORMS AND ENDORSEMENTS applicable to all Coverage Parts and made part of this policy at time of issue are listed on the attached Forms and Endorsements Schedule CM 88 01 (11/85). CM 76 00 (Ed. 09/00) (Page 1 of 1) BUTLER BUCKLEY DEETS 6161 BLUE LAGOON #420 MIAMI, FL 33126 Named insured ADVENTURE ENVIRONMENTAL INC 12935 SW 87TH AVE MIAMI, FL 33176 Commercial Auto Insurance Coverage Summary This is your Declarations Page Your coverage has changed PWOREffIl/E° COMMERC/AZ Policy number: 03515746-8 Underwritten by: Progressive Express Ins Company August 7, 2018 Policy Period: Jun 11, 2018 - Jun 11, 2019 Page 1 of 9 progressiveagent.com Online Service Make payments, check billing activity, print policy documents, or check the status of a claim. 1-305-262-0086 BUTLER BUCKLEY DEETS Contact your agent for personalized service. 1-800-444-4487 For customer service if your agent is unavailable or to report a claim. Your coverage began on June 11, 2018 at 12:01 a.m. This policy expires on June 11, 2019 at 12:01 a.m. This coverage summary replaces your prior one. Your insurance policy and any policy endorsements contain a full explanation of your coverage. The policy limits shown for an auto may not be combined with the limits for the same coverage on another auto, unless the policy contract allows the stacking of limits. The policy contract is form 6912 (06/10). The contract is modified by forms 2852FL (10/04), 1652FL (08/12), 4757FL (01/13),1890 (03/08),1891 (03/08), 1198 (01/04), 4852FL (10/04), 4881 FL (01/13) and Z228 (01/11). The named insured organization type is a corporation, Policy changes effective August 2, 2018 .................................................... Premium change: C...k' an..ges.e—s': ......................................... .............................................................. $0.00 .............................................................. The additional insured information has changed. The changes shown above will not be effective prior to the time the changes were requested. Conti19 nued form 6489 FL (01/15) Policy number: 03S 1 S746-8 ADVENTURE ENVIRONMENTAL Page 2 of 9 Outline of coverage Description Limits Deductible Premium Liability To Others $907 $74,771 Bodily Injury and Property Damage Liability ............................................................................................................................................................................. $1,000,000 combined single limit Comp Comp Hired Auto Liability To Others Collision 259 Bodily Injury and Property Damage Liability ............................................................................................................................................................................ $1,000,000 combined.single limit Premium Employer Non -Owned Auto Liability To Others ............................. $1,000 $355 377 Bodily Injury and Property Damage Liability .................................................................................................................................. $1.:. 000,000 combined single limit .. 2013 Chevrolet Avalanche C1500 Uninsured Motorist Non -Stacked $1,000,000 combined single limit 7,253 .............................................. Basic Personal Injury Protection Garaging Zip Code: 33037 Radius: 200 661 With Work Comp -Named Insured & Relatives ...... . ................. $10,000 each person $0 ...... .................... y. m Medical Payments $5,000 each person 221 ........................................................................ Comprehensive ..................................................................................................... 4,088 See Auto Coverage Schedule Limit of liability less deductible ..................................................................... Collision Deductible 8,830 See Auto Coverage Schedule Limit of liability less deductible $1,000 Subtotal policy premium ... $7,360 $96,460 ............................................................................................................................................................................. Fees 100 Total 12 month policy premium and fees $96,560 Number of Employees: (11-20) Cost of Hire: $5,000 or less (if any) Rated driver 1. 1"G' TOLPIN 2. P.A..0ALWY ................ ...................................... 3. CHRISTOPHER L COLARUSSO ..................................... 4. ROLANDO G GARMENDIA Auto coverage schedule 1. 2011 Chevrolet Suburban C1500/ VIN: IGNSKKE31BR382272 Liability Premium Physical Damage Premium 2 Liability Premium Physical Damage Premium Actual Cash Value (plus $0.00 Permanently Attached Equip) Garaging Zip Code: 33037 Radius: 200 A V Liability UMNIM BI PIP $907 $120 - - - Comp Comp Collision Collision Deductible Premium Deductible Premium Auto Total ............................. $1,000 $355 ......................................................................... $1,000 $488 $6,465 2013 Chevrolet Avalanche C1500 Actual Cash Value (plus $0.00 Permanently Attached Equip) VIN: 3GNTKGE75DG139104 Garaging Zip Code: 33037 Radius: 200 Liability UM/UIM 81 PIP Med Pay ..5..$ 780.. ... ,...........$.. 7...Z6 $8...............$'8....................................................................................................................... 8 $30 Comp Comp Collision Collision Deductible Premium Deductible Premium Auto Total 1"60"...................................................... $1,000 $273 $1,000 63......................... I ............................. $463 ... $7,360 continued Form 6489 Fl. (01/15) a Policy number: 03515746-8 ADVENTURE ENVIRONMENTAL Page 3 of 9 3. 2014 Chevrolet Silverado C2500 Actual Cash Value (plus $0.00 Permanently Attached Equip) VIN: 1GCICVCG7EF187484 Garaging Zip Code: 33176 Radius: 200 Liability Liability UMIUIMBI PIP Med Pay Premium 0"'2-8, $973 $103 $37 Physical Damage Comp Comp Deductible Premium Collision Deductible Collision Premium Auto Total Premium ............................. $1,000 $408 .......................................................................................... $1,000 $606 $9,416 4. 2002 KW T80 VIN: 1NKDLT9X121894497 Garaging Zip Code: 33037 Radius: 200 Liability Uability UMNIM 81 PIP Med Pay Auto Total Premium $12,476 $581 $36 $11 $13,104 :. 2015 Chevrolet Silverado C2500 Actual Cash Value (plus $0.00 Permanently Attached Equip) VIN: 1 GC2CUEG1 FZ541060 Garaging Zip Code: 33037 Radius: 200 Liability Liability UMNIM BI PIP Med Pay Premium $5,885 $726 $60 ........................................................................ $27 Physical Damage Comp Comp Deductible Premium Collision Deductible Collision Premium Auto Total Premium .I..... ... I.................. $1,000 $353 ............................................................................................ $1,000 $598 $7,649 6. 2017 Chevrolet Silverado C2500 Actual Cash Value (plus $0.00 Permanently Attached Equip) VIN: 1 GC1 KXEG3HF104715 Garaging Zip Code: 33037 Radius: 100 Liability Liability. .......UMNIM BI........ PIP ................Med Pay ................................. _........................................................... Premium I $5,824 $726 $88 $28 Physical Damage Comp Comp Deductible Premium Collision Deductible Collision Premium Auto Total Premium .. ....................... $1,000 $454 $1,000 ............................................................................................ $985 $8,105 7. 2017 Chevrolet Silverado C2500 Stated Amount: '`$35,000 (including Permanently Attached Equip) VIN: 1 GC1 KUEGOHF207993 Garaging Zip Code: 33037 Radius: 100 Liability Uability UMNIM BI PIP MedP1.............................................................................................. Premium $6,776 $726 .............. $41 $25 Physical Damage Comp Comp Deductible Premium Collision Deductible Collision Premium Auto Total Premium ........"*.................. $1,000 $550 ........................................................................ $1,000 $1,107 $9,225 contin1ued Form 6499 FL (01/15) Policy number: 03515746-8 ADVENTURE ENVIRONMENTAL Page 4 of 9 8. 2018 Chevrolet 2500 HD UMNIMBI Stated Amount: *$40,000 (including Permanently Attached Equip) Premium VIN: 1GClKUEGXJF134539 $581 Garaging Zip Code: 33037 Radius: 100 Liability Liability UMNIMBI PIP Pay.............................................................................................. Premium ........................................... $6,776 $726 ................Med $41 $25 Physical Damage Camp Comp Deduct1le Premium Collision Deductible Collision Premium Auto Total Premium .. $1,000 $603 .......I............ $1,000 .....................................................................I........................... $1,195 $9,366 9, 2014 Ptrb 388 Stated Amount: *$202,900 (including Permanently Attached Equip) VIN: 1NPWX4EX5ED226224 Garaging Zip Code: 33037 Radius: 50 Liability Liability UMAJIMBl PIPMed Pay .............................................................................................. Premium ........... $14,046 $581 $53 $18 Physical Damage Comp Comp Deductible Premium Collision Deductible Collision Premium Auto Total PIemlLirn $1,000 $817 $1,000 -- $2,63418149 10. 2006 Intl 740 VIN: 1 HTWCAAN 16J370901 Liability Liability UMNIMBI PIP Premium $5,324 $581 $31 Physical Damage Comp Deductible Comp Premium Collision Deductible Premium $1,000 $275 $1,000 Stated Amount: *$101,925 (including Permanently Attached Equip) Garaging Zip Code: 33070 Radius: 50 ....... Med Pay.............................................................................................. $Z0' Collision = Premium Auto Total 2 ............................................................. .... o — $754 $6,985 S *A vehicle's stated amount should indicate its current retail value, including any special or permanently attached equipment. In the o event of a total loss, the maximum amount payable is the lesser of the Stated Amount or Actual Cash Value, less deductible. Be sure n to check stated amount at every renewal in order to receive the best value from your Progressive Commercial Auto policy. Premium discounts C' — J = Policy a ............................................................................................................................................................................. — 03515746-8 Business Experience, CDL Experience and Package Vehicle ............................................................................................................................................................................. 2011 Chevrolet Suburban C1500/ Anti -Lock Brakes, Air Bag and Anti -Theft Device 2 2013 Chevrolet Avalanche C1500 Anti -Lock Brakes, Air Bag and Homing Device 2014 Chevrolet Silverado C2500 Anti -Lock Brakes, Air Bag and Homing Device 2002 KW T80 Anti -Lock Brakes 2015 Chevrolet Silverado C2500 Anti -Lock Brakes, Air Bag and Homing Device 2017 Chevrolet Silverado C2500 Anti -Lock Brakes, Air Bag and Homing Device 2017 Chevrolet Silverado C2500 Anti -Lock Brakes, Air Bag and Homing Device 2018 Chevrolet 2500 HD Anti -Lock Brakes, Air Bag and Homing Device 2014 Ptrb 388 Anti -Lock Brakes and Anti -Theft Device 2 Continued Form 6489 R (01115) Additional Insured information Policy number: 03515746-8 ADVENTURE ENVIRONMENTAL Page 6 of 10 1 Additional Insured .................. ....... ....... GMAC ITS SUCCESSORS PO BOX 8105 COCKEYSVILLE, MD 21030 2 ***1* Insured ­'**" �it*i*o­n* a1d MIAMI A ­U'*N­T­Y.... *1 *D-'*D-E ­ COUNTY 111 NW 1ST ST MIAMI, FL 33128 3 Additional '*' *in"s'u"re"d" ....... ...... S*.'F'L'O*"R* 1*D"A'* 'M­A'*N­A'*G"M ... E'N"T" ­ * ...... PO BOX 24680 W. PALM BEACH, FL 33416 4 Additional Insured .......... ASHBRITT INC 565 E HILLSBORO DEERFIELD BCH, FL 33441 S. ''­* **­'­*'­.......... ............*­'...'" Xd�itionaIInsured *...' ' ''*'""'" ' * ' ' ' * ­ * * ... ' ......... ....... TOWNSHIP OF UNION D 1 SWANSTROM PL4 UNION, NJ 07083 6. ...... ... T'H­E­ C*'I*T'Y'* '0'*F"M'*'I*A' *M" I ... B" * ......... * ' ....... ........... 1700 CONVENTIO MIAMI BEACH, FL 33139 7 i ''"*'*''*'' *"* ...... .....'"'''"' �dtionaI Insured 6,- '' '***­* ' * " * * * * ' * ' ' * * ' * ....... NATLA4066NbSSOLI 225 VARICK 7FLR NEW YORK, NY 10014 8 Additional Insured AMEC FOSTER WHEELER 1105 LKWD 300 ALPHARETTA, GA 30009 9. ....... ............. ....... X��ii'o­n'a* FInsured i ** *" * * ...... * ...... '"­ ' ­S"H"1'P0' ' -F ... UNION '* ND TOWN I SWANSTROM PLA UNION, NJ 07083 10. ................................................................................................................................................................... Additional Insured TOWNSHIP OF UNION D 1SWANSTROM PLA UNION, NJ 07083 11 . ................ �iiio"n* l'i*j*5'u' ... ........................................................................................ T6� NSHIP OF UNION D I SWANSTROM PLA UNION, NJ 07083 2 .................................................................................................................................................................... A ddi,,C)Fial Insured TO111VINS' n I I P 0 r 1NIO U 1 N 114N D I SWANSTROM PLA UNION, NJ 07083 v 13. Additional TOWNSHIP " --'OF UNION 1 SWANSTROM PLA UNION, NJ 07083 14. Additional Insured .......... ..... ..... .............. TOWNSHIP OF UNION D 1 SWANSTROM PLA UNION, NJ 07083 15. ......................................................................................................................................................... Additional Insured TOWNSHIP OF UNION D 1 SWANSTROM PLA UNION, NJ 07083 ...... 16. ............ Additional Insured ........ ........ TOWNSHIP OF UNION D 1 SWANSTROM PLA UNION, NJ 07083 ........................... I ........... ............. I ..................................................... .................................. CL 17. Additional Insured -- - ..___._TOWNSHIP OF.UNION D. . I SWANSTROM PLA UNION, NJ 07083 18. 'in"s'u""* ......... ........ Additional red '* ' ­ 0" *'* ...... * .... *­­­ ...... ........ * ''** '"N11ND 'T"*'W' ... NS"H' TOWNSHIP 0'rU O 1 SWANST ROIVI PLA UNION, NJ 07083 19. X��it' Additional *1' Insured *"*"***"***"*""'*"'***"*C*I'*T'Y"*O"F**M"I'A' M"I"11"IS"k," ............. **"* ...... ...... * ........ 444 SW 2ND AV 8 MIAMI, FL 33130 20. .............. o'**' *''­­­..."""'......... Additional Insured *' '''*'"""''­­ '"'"* " * * * ' ' ' ........... ­ ....... ....... CITY OFMIAMI RISk 444 SW 2ND AV MIAMI, FL 33130 21 . Additional Insured * ....... .......... ...... CITY ' 0'* F** 'M"I'A"I'l, I 'RISK- ............... * ...... 444 SW 2ND AV 8 MIAMI, FL 33130 22 . Xd�Iit'i'o"n'a**1Insured 'T""- F- I* RISK CITY 0 444 SW 2ND AV 8 MIAMI, FL 33130 23 . ** * '* *­'*''* ...............''"'*­"'­'.. X��iiionaI Insured ., '" 'S. .. ­* .... * ....... ­* ........ ...... **"* ............ CITYOF MIAMI RISK 444 SW 2ND AV 8 MIAMI, FL 33130 In Confinued Form 6439 FL (01/15) Premium discounts Policy ............................................................... 03515746-8 Vehicle ............................................................... 2011 Chevrolet Suburban C1500/ 2013 Chevrolet Avalanche C1500 2014 Chevrolet Silverado C2500 2002 KW T80 2015 Chevrolet Silverado C2500 2017 Chevrolet Silverado C2500 2017 Chevrolet Silverado C2500 2018 Chevrolet 2500 HD 2014 Ptrb 388 2009 Chevrolet Silverado C3500 Loss Payee information Policy number: 03515746-8 ADVENTURE ENVIRONMENTAL Page 5 of 10 ....................................................................................................... Business Experience, CDL Experience and Package ....................................................................................................... Anti -Lock Brakes, Air Bag and Anti -Theft Device 2 Anti -Lock Brakes, Air Bag and Homing Device Anti -Lock Brakes, Air Bag and Homing Device Anti -Lock Brakes Anti -Lock Brakes, Air Bag and Homing Device Anti -Lock Brakes, Air Bag and Homing Device Anti -Lock Brakes, Air Bag and Homing Device Anti -Lock Brakes, Air Bag and Homing Device Anti -Lock Brakes and Anti -Theft Device 2 Anti -Lock Brakes and Air Bag 1 . Loss Payee ........................................................................................................................................... Auto 1 ALLY BANK PO BOX 8143 COCKEYSVILLE, MD 21030 2011 Chevrolet Suburban C1500/ (1 GNSKKE31 BR382272) 2 . ................................................................................................. Loss Payee Auto 2 ....................................................... ALLY FINANCIAL PO BOX 8143 COCKEYSVILLE, MD 21030 2013 Chevrolet Avalanche C1500 (3GNTKGE75DG139104) 3 . ............................ Loss Payee ................................................................................................................................. Auto 3 ALLY FINANCIAL _ PO BOX 8143 COCKEYSVILLE, MD 21030 2014 Chevrolet Silverado C2500 (1GCiCVCG7EF187484) 4. Loss Payee Auto 5 ............................................... .......................................... ALLY FINANCIAL PO BOX 8143 COCKEYSVILLE, MD 21030 2015 Chevrolet Silverado C2500 (1 GC2CUEG 1 FZ541060) 5 . ............................................................................................. Loss Payee Auto b .................................................................... ALLY FINANCIAL PO BOX 8143 COCKEYSVILLE, MD 21030 2017 Chevrolet Silverado C2500 (1 GC1 KXEG3HF104715) 6. Loss Payee Auto 7 ALLY FINANCIAL PO BOX 8143 COCKEYSVILLE, MD 21030 2017 Chevrolet Silverado C2500 (1 GCIKUEGOHF207993) 7 . .............................................................................................................................................................. Loss Payee Auto 8 ALLY FINANCIAL PO BOX 8143 COCKEYSVILLE, MD 21030 2018 Chevrolet 2500 HD (1GCIKUEGX1F134539) 8. ....ss..P.............. Lo ayee...... .......A.ut.....1,0......................N o 10 ...M....IBANK....ITS.........SUCC.....E.S...... .... .......... ....... ............ ....................... ....... ... HA PO BOX 3547 BELLEVUE, WA 98009 2006 Intl 740 (iHTWCAAN161370901) 9. .s.s..a..yee....................... Loss P A....uto....11.... ................. ISUZU........FINAN.....CE..C.E".................................................................................. 2500 WESTCHESTER AVE PURCHASE, NY 10577 2009 Chevrolet Silverado 03500 (1 GB1C74K99E105480) Continued Form 6489 FL (0 V] 5) .IV 0� City of M * fEtiER tt�r�t Invitation for Bid (IFB) Procurement Department IFBNumber: Title: Issue Date/Time: IFBClosing 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: Miami Riverside Center 444 SW 2nd Avenue, 61' Floor Miami, Florida 33130 Web Site Address: www.miamiQov.com/procurement 977382 Invitation for Bid (IFB) for Citywide Canal Cleaning Services 11 -FEB -2019 04 -MAR -2019 @ 14:00:00 Voluntary February 19, 2019 at 10:00 p.m. City of Miami MRC 6th Floor South Conference Room, 444 SW 2nd Ave, Miami, FL 33130 February 25, 2019 at 4:00 p.m. Gray, Tahlia City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US tgray (i miamigov.com 305-400-5019 Page 1 of 47 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). 1W.0142-916=3 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: EMAIL: SIGNED BY: TITLE: CELL(Optional): DATE: FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Page 2 of 47 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: FEI/EIN No.: Office Location: City of Miami, Miami -Dade County, or Other Occupational / Business License Number: Occupational / Business License Issuing Agency: Occupational / Business License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If yes, provide Subcontractor(s) information on Attachment C - Subcontractors. The work performed by all Subcontractors listed cannot be more than fifteen percent (15%) of the total work for this contract (a copy of their license(s) must be submitted 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, 7/1/17). If no addendum/addenda was/were issued, please insert N/A. Page 3 of 47 Line: 1 Description: Bidders shall not enter a unit price on this line. Bidders shall submit their prices on Attachment H - Bid Price Sheet, located in the Header/Attachments Section of this Solicitation in the Oracle/iSupplier Sourcing System. Category: 91368-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 4 of 47 Invitation for Bid (IFB) 977382 Table of Contents Termsand Conditions ...................................................................................................................................................... 7 1. General Conditions ............................................................................................................................................ 7 1.1. GENERAL TERMS AND CONDITIONS ............................................................................................. 7 2. Special Conditions ........................................................................................................................................... 27 2.1. PURPOSE ............................................................................................................................................. 27 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION .......................................................................................................... 27 2.3. VOLUNTARY PRE-BID CONFERENCE .......................................................................................... 27 2.4. TERM OF CONTRACT ....................................................................................................................... 27 2.5. METHOD OF AWARD ....................................................................................................................... 27 2.6. CONDITIONS FOR RENEWAL ......................................................................................................... 27 2.7. NON -APPROPRIATION OF FUNDS ................................................................................................. 28 2.8. BIDDERS MINIMUM QUALIFICATIONS ....................................................................................... 28 2.9. INDEMNIFICATION ........................................................................................................................... 28 2.10. INSURANCE REQUIREMENTS ...................................................................................................... 29 2.11. BID BOND ......................................................................................................................................... 31 2.12. PERFORMANCE BOND ................................................................................................................... 31 2.13. SUBCONTRACTOR(S) ..................................................................................................................... 32 2.14. REFERENCES .................................................................................................................................... 32 2.15. TIE BIDS ............................................................................................................................................ 32 2.16. ACCEPTANCE OF OFFER ............................................................................................................... 33 2.17. RESPONSE FORM (HARDCOPY) ................................................................................................... 33 2.18. DETERMINATION OF RESPONSIVENESS ................................................................................... 33 2.19. PREPARATION OF RESPONSE ...................................................................................................... 33 2.20. SUBMISSION AND RECEIPT OF RESPONSE ............................................................................... 34 2.21. PROJECT MANAGER ....................................................................................................................... 35 2.22. METHOD OF PAYMENT ................................................................................................................. 35 2.23. ADDITIONS/DELETIONS OF LOCATIONS/ITEMS/PRODUCTS/SERVICES ...........................35 2.24. PRIMARY CLIENT (FIRST PRIORITY) ......................................................................................... 36 2.25. RESPONSE TIME .............................................................................................................................. 36 2.26. SUPERVISION ................................................................................................................................... 36 2.27. USE OF PREMISES ........................................................................................................................... 36 2.28. DAMAGES TO PUBLIC/PRIVATE PROPERTY ............................................................................ 36 2.29. PUBLIC CONVENIENCE AND SAFETY ....................................................................................... 36 2.30. SAFETY MEASURES ....................................................................................................................... 37 2.31. RECORDS .......................................................................................................................................... 37 2.32. DAVIS-BACON ACT ........................................................................................................................ 37 2.33. COMPLIANCE WITH COPELAND "ANTI-KICKBACK"ACT .....................................................38 2.34. COMPLIANCE WITH THE CONTRACT WORK HOURS & SAFETY STANDARDS ACT ......38 2.35. PARTS AT PASS-THROUGH COST (FOR REPAIRS OUTSIDE THE SCOPE OF WORK) .......39 2.36. EQUAL EMPLOYMENT OPPORTUNITY ...................................................................................... 39 2.37. CLEAN AIR ACT ............................................................................................................................... 40 2.38. FEDERAL WATER POLLUTION CONTROL ACT ....................................................................... 40 2.39. NO OBLIGATION BY FEDERAL GOVERNMENT ....................................................................... 41 Page 5 of 47 Invitation for Bid (IFB) 977382 2.40. PROGRAM FRAUD AND FALSEIFRAUDULENT STATEMENTS OR RELATED ACTS ........41 2.41. LOCAL PREFERENCE/LIVING WAGE..........................................................................................41 2.42. BYRD ANTI -LOBBYING AMENDMENT, 31.U.S.C. § 1352 (AS AMENDED) ...........................41 2.43. DHS SEAL, LOGO, AND FLAGS.....................................................................................................41 2.44. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS ..........41 2.45. COMPLETED WORK........................................................................................................................41 2.46. FAILURE TO PERFORM..................................................................................................................42 2.47. LIQUIDATED DAMAGES................................................................................................................42 2.48. TERMNATION..................................................................................................................................42 2.49. ADDITIONAL TERMS AND CONDITIONS...................................................................................42 Specifications............................................................................................................. ..............44 ....................... 3.1. SPECIFICATIONS/SCOPE OF WORK...............................................................................................44 Page 6 of 47 Invitation for Bid (IFB) 977382 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/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 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 OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller 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/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; 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 or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this 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/Proposer 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 Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of Page 7 of 47 Invitation for Bid (IFB) 977382 the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 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(s)/proposer(s) 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 bid contract or agreement will establish its own contract/agreement, 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(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drums 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 Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. 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 or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 8 of 47 Invitation for Bid (IFB) 977382 City's best interests. Such agreement will be famished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer 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/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) 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. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement 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 Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, ftmction, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. 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 only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If 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/Proposer/Consultant, any sub-contractor/sub-consultant, 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/Proposer, 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 response Page 9 of 47 Invitation for Bid (IFB) 977382 for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer 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/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment 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 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). 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 RFP, RFQ, RFLI, or IFB after advertisement 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 Contracts for the provision of goods and services and public works or improvements for amounts greater than 5200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) 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 and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: Page 10 of 47 Invitation for Bid (IFB) 977382 Oral communications with the City purchasing 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 -proposal or pre-bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, 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 RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. _ Proposers or 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 Office of the City Clerk (clerks@miamigov.com), which shall be made available to any person upon request. Written conununications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, 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 Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. 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 at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement 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/Proposers, 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/Proposer or its employees must be disclosed in writing to the City. Further, you must 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 your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it 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/Proposer further warrants that he/she/it 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/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 11 of 47 Invitation for Bid (IFB) 977382 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/Proposers 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/proposers 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/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the B idder(s)/Proposer(s). 1.25. DEBARINIENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and 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 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 and 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 or 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 nonresponsibility. 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 or suspension. (5) Debarment or 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 Page 12 of 47 Invitation for Bid (IFB) 977382 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 party'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 on a contract to provide goods or services to a public entity, may not submit a response on a contract 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 award or perform work as a contractor, supplier, subcontractor, or consultant under 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/Proposer 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/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being tenninated and upon the City notifying in writing the 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 terns 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/Proposer 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. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response 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 Page 13 of 47 Invitation for Bid (IFB) 977382 to comply with these requirements may deem a Response non-responsive. A. Responsible Bidder shall mean a bidder/proposer who has submitted a bid/prposal and who has the capability, as determined under the City Procurement Ordinance, in all respects to fully perform the contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award 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(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (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 (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, 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 agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. 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 this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: Page 14 of 47 Invitation for Bid (IFB) 977382 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) BidderiProposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A 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 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 deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer 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. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof 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. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non-responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non-responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed Page 15 of 47 Invitation for Bid (IFB) 977382 or supplied over a period of time. 1.38. FLORIDA MINI;VIUM NAGE - The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI -W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1 st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this 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 this 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 provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person 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/Proposer and reasonable assurances that IIHUPHI will be held confidential; E. Making Protected Health Information (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 (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information Page 16 of 47 Invitation for Bid (IFB) 977382 practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify, hold/save harmless and defend at its own costs and expense the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and 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. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by 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 Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The 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 Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43. FORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer 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 response or on file with the Buyer will not satisfy this provision. 1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect 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 Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. 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 18-79), as same may be amended or supplemented from time to time. 1.45. INSPECTION OF RESPONSE - Responses 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/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Page 17 of 47 Invitation for Bid (IFB) 977382 Web Site following recommendation for award 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "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 insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the 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 Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details 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 A. 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." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet Page 18 of 47 Invitation for Bid (IFB) 977382 as appropriate. 1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53. NONDISCRIMINATION—Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, 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, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited tinder a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. Page 19 of 47 Invitation for Bid (IFB) 977382 1.57. O`VNERSHIP 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/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this 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 this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as 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/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer 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 be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON-RESPONSIVE. 1.61. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of Page 20 of 47 Invitation for Bid (IFB) 977382 market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the 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. 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - 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 this Contract and that it 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 this Contract. 1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers 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/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 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 bidders/proposers during the term of the contract. 1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. 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 submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses 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 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. Page 21 of 47 Invitation for Bid (IFB) 977382 1.68. PUBLIC RECORDS - 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 of Miami 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. Contractor shall additionally comply with the provisions of Section 119.070 1, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QUALITY OF WORK/SERVICES - The work/services performed must 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 this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (See. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 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 controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than 525,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies 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. 1.73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) 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 525,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. 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 Page 22 of 47 Invitation for Bid (IFB) 977382 ii. Any prospective bidder who intends to contest the Solicitation Specifications or a 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 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. 2. Protest of Award. L 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, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or H. 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. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or Page 23 of 47 Invitation for Bid (IFB) 977382 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 (d) 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. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) 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 55000.00, 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. 1.74. 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)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this 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. 1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental 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 are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no Page 24 of 47 Invitation for Bid (IFB) 977382 award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non-responsive. Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO USI. USI SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, I BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US I NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, I BLOCK TURIN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the 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/Proposer. 1.80. TER -MIN ATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for Page 25 of 47 Invitation for Bid (IFB) 977382 its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 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. 1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this 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 on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses 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 Response 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 your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree 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 your claim. 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.86. 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 this Solicitation are to be mentioned, or imply the name of the City, without prior express written pennission of the City Manager or the City Commission. 1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 26 of 47 Invitation for Bid (IFB) 977382 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for Citywide Canal Cleaning Services, 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/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Tahlia Gray; fax: (305) 400-5019 or email: tgrayC;miamigov.com, and a copy filed with the Office of the City Clerk, 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 February 25, 2019 at 4:00 p.m.. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3. VOLUNTARY PRE-BID CONFERENCE A Voluntary pre-bid conference will be held on February 19, 2019 at 10:00 p.m., at City of Miami MRC 6th Floor South Conference Room, 444 SW 2nd Ave, Miami, FL 33130. 2.4. TERM OF CONTRACT The Successful Bidder shall commence upon the date of notice of award and shall be effective for three (3) years with the option to renew for two (2) additional 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. 2.5. METHOD OF AWARD Award of this contract will be made to the lowest responsible and responsive bidder(s) who bids on all items and whose bid offers the lowest price when all items are added in the aggregate. Failure to bid on all items shall deem your bid non-responsive. The City shall select up to three (3) vendor(s), with the lowest deemed the "primary vendor" and the next lowest the "secondary vendor", and third as the "tertiary vendor" in the order of lowest prices provided to the City. Should the "primary vendor" not be able to provide the item at the time needed, the City has the option to select the next lowest "secondary vendor" to fulfill the order, and so on. 2.6. 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. Page 27 of 47 Invitation for Bid (IFB) 977382 (2) Availability of funds. 2.7. 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 or his assignee 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). 2.8. BIDDERS MINIMUM QUALIFICATIONS Bids will be considered only from firms that are regularly engaged in the business of providing the services as described in this bid; and that have adequate financial support, equipment and personnel to ensure that they can satisfactorily provide the goods and/or services if awarded a contract under the terms and conditions herein stated. The minimum qualifications for this bid are that the Successful Bidder shall, as of Bid Due Date: (1) Have a record of performance for five (5) years. (2) Hold a license in spraying herbicide/Sonar (submit copy of license(s) with bid). (3) 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 Miami -Dade County Code, which authorizes the Successful Bidder to perform the proposed work. (4) 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. (5) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt within the last three (3) years. 2.9. INDEMNIFICATION Successful Bidder 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 and persons employed or utilized by Successful Bidder in the performance of this Contract. Successful Bidder 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 shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder 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. Page 28 of 47 Invitation for Bid (IFB) 977382 The indemnification provided above shall obligate the Successful Bidder 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, or persons employed or utilized by Successful Bidder. 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 shall require all sub -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 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 in which the City participated either through review or concurrence of the Successful Bidder's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder or other acts of the Successful Bidder, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder or sub -contractor under this Contract. Ten dollars (S10) 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. 2.10. INSURANCE REQUIREMENTS The Successful Bidder shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence: S 1,000,000.00 General Aggregate Limit: $2,000,000.00 Products/Completed Operations: $1,000,000.00 Personal and Advertising Injury: S1,000,000.00 B. Endorsements Required City of Miami listed as an additional insured Contingent and Contractual Liability Premises and Operations Liability Explosion, Collapse and Underground Hazard Page 29 of 47 Invitation for Bid (IFB) 977382 Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident: S 1,000,000.00 B. Endorsements Required City of Miami listed as an Additional Insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation Employer's Liability A. Limits of Liability 51,000,000.00 for bodily injury caused by an accident, each accident S 1,000,000.00 for bodily injury caused by disease, each employee S 1,000,000.00 for bodily injury caused by disease, policy limit IV. Umbrella Policy A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence: $3,000,000.00 Aggregate: $3,000,000.00 City of Miami listed as an additional insured Excess Follow Form over all applicable liability policies contained herein V. Owners and Contractor's Protective Each Occurrence: S 1,000,000.00 General Aggregate: S 1,000,000.00 Page 30 of 47 Invitation for Bid (IFB) 977382 City of Miami listed as named insured VI. Payment and Performance Bond: Full Value of the contract City of Miami listed as an Obligee VII. Installation Floater (If Applicable) Causes of Loss: All Risk of Direct Physical Damage or Loss Valuation: Replacement Cost The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) calendar days prior to any such cancellation or material change, or in accordance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: 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. 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 term and extensions that may be granted to the Successful Bidder. See Attachment A - Insurance Addendum. 2.11. BID BOND All bids shall be accompanied by an original Bid Bond in the amount of five percent (5%) of the total bid submitted, to be in the form of a Cashier's Check or Money Order made payable to the City of Miami; a bond written by a Surety Company authorized to do business in the State of Florida and shall comply with State Statute 287.0935. The bond from all Unsuccessful Bidders, if in the form of a Cashier's Check, will be returned immediately after bid award. 2.12. PERFORMANCE BOND Within ten (10) working days following notice of award by the City, the Successful Bidder shall furnish to the City of Miami, a Performance Bond in the total amount of the annual cost of the award to the City, which shall be updated annually, for the period of the contract (to be determined at the time of award). 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 Page 31 of 47 Invitation for Bid (IFB) 977382 Letter of Credit. If the latter is chosen, it must be written on a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City. The City, to draw on same, would merely have to give written notice to the bank with a copy to the Successful Bidder. 2.13. SUBCONTRACTOR(S) As part of its bid, the Successful Bidder is required to identify any and all Subcontractors that will be used in the performance of the proposed contract, as reflected on Attachment B - Subcontractors. Successful Bidder shall approximate percentage of work to be performed on this contract for Subcontractor(s), Certification(s)/License(s), and the description of the work to be done by the Subcontractor. Failure to identify any and all Subcontractors in the bid shall render the bid non-responsive. The Successful Bidder shall not, at any time during the tenure of the contract, subcontract any portion or part of the contract to Subcontractor(s) not originally identified in their bid, except under and by virtue of permission granted by the City through the Project Manager. The Successful Bidder shall be fully responsible to the City for the acts and omissions of the Subcontractor and their employees, as for acts and omissions of persons employed by Successful Bidder. The Work performed by all Subcontractors shall be no more than fifteen percent (15%) of the total Work for this contract. 2.14. REFERENCES Each bid must be accompanied by three (3) references for projects completed within the past five (5) years, as reflected on Attachment C - Reference Submittal Form located in the Header/Attributes Section of this Solicitation, which shall include the name of the company, dates of contract, description of goods/services supplied, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THESE REFERENCES. 2.15. TIE BIDS Whenever two (2) or more bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied bidders have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. Page 32 of 47 Invitation for Bid (IFB) 977382 (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) working days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. 2.16. ACCEPTANCE OF OFFER The signed submission of your solicitation 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. All signatures shall NOT be typewritten on any document requesting a signature. 2.17. RESPONSE FORM (HARDCOPY) All forms should be completed, signed and submitted accordingly. All signatures must be in an ink. A typewritten signature is invalid for entering a procurement contract or the submission of a proposal. 2.18. DETERMINATION OF RESPONSIVENESS Each Bid Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response 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 the Bid Response non-responsive. A typewritten signature is invalid for entering into a contract with the City or for the submission of a bid response. A responsible Bidder shall mean a Bidder who has submitted a bid that has the capability, as determined under the City Procurement Ordinance, in all respects to fully perform the contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 2.19. PREPARATION OF RESPONSE Bidders are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All proposed amounts, if required, shall be either typewritten or entered into the space provided with Page 33 of 47 Invitation for Bid (IFB) 977382 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 print in ink or type the name of the Bidder, address, and telephone number on any page that requires said information. The Bidder shall sign in ink in all areas where a signature is required. A typewritten signature is invalid for entering a contract with the City or for the submission of a bid. 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 the response all taxes, insurance, social security, 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 be presumed correct. 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 responses, as described, must be fully completed and typed or printed in ink and must be signed in ink by an officer or employee having authority to bind the company or firm by his/her signature. Bids having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. A typewritten signature is invalid for entering a contract with the City or for the submission of a bid. F. Responses shall remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder is submitting its response in hardcopy format. Use of any other forms may result in the rejection of the response. IF HARDCOPY FORMAT SUBMISSION IS REQUIRED, THE ORIGINAL AND SEVEN (7) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON-RESPONSIVE. 2.20. SUBMISSION AND RECEIPT OF RESPONSE Bid Responses shall be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB. NO EXCEPTIONS. Bidders are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box, or package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non-responsive. Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US 1. USI SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TUIUN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURIN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. Page 34 of 47 Invitation for Bid (IFB) 977382 CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKNG IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid response. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of the Bidder. The City of Miami is not responsible for delays caused by the United States mail delivery or any other courier/delivery service, or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 2.21. PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with Elyrosa Estevez, or designee, who shall be designated as the Project Manager(s) for the City. 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. 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 and computed actual costs and repairs shall be deducted from the Successful Bidders total monthly billing. Each invoice shall include total cost, percent (%) retainage, proof of payment to subcontractors and suppliers with corresponding release of liens forms and Affidavits. 2.23. ADDITIONS/DELETIONS OF LOCATIONS/ITEMS/PRODUCTS/SERVICES Although this Solicitation identifies specific locations/items/products to be serviced, it is hereby agreed and understood that any location/item/product/service may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, the Successful Bidder(s) under this contract shall be invited to submit price quotes for these new locations/items/products/seryices. If these quotes are comparable with market prices offered for similar locations/items/products/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. Page 35 of 47 Invitation for Bid (IFB) 977382 2.24. PRIMARY CLIENT (FIRST PRIORITY) The Successful Bidder agrees upon award of this contract that the City shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract Successful Bidder may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time. 2.25. RESPONSE TIME A four 4 hour response time for service calls is required for service calls. Failure to respond to a service call within the specified time will result in the Successful Bidder paying any and all costs associated with the repairs performed by a secondary vendor. 2.26. SUPERVISION Successful Bidder shall keep on the work site at all times, a competent English speaking Supervisor and any necessary assistants, all satisfactory to the City. The Supervisor shall not be replaced except with the written consent of the City, unless the Supervisor proves to be unsatisfactory to Successful Bidder and ceases to be in its employ. The Supervisor shall represent Successful Bidder and all directions given to the Supervisor shall be binding as if given to Successful Bidder and will be confirmed in writing by the City upon the written request of Successful Bidder. The City shall be provided telephone number(s) and email(s) for the Supervisor, where the Supervisor can be contacted during regular business hours (Monday - Friday, 8:00 a.m. to 5:00 p.m.), as well as after hours for emergencies. 2.27. USE OF PREMISES The Successful Bidder shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the project manager, and shall not unreasonably encumber the premises with his/her materials. The Successful Bidder shall take all measures necessary to protect his/her own materials. 2.28. 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 his/her 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 (1) month from date damage was done). 2.29. PUBLIC CONVENIENCE AND SAFETY The Successful Bidder shall conduct his/her work so as to interfere as little as possible with private business or public travel. Successful Bidder shall, at his/her own expense, whenever necessary or required, maintain barricades, Page 36 of 47 Invitation for Bid (IFB) 977382 maintain lights, and take such other precautions as may be necessary to protect life and property, and he/she shall be liable for all damages occasioned in any way by his/her actions or neglect or that of his/her agents or employees. The Successful Bidder shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 a.m. and 6:00 p.m. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6:00 p.m. and 7:00 a.m., but if required, the noise level shall not exceed 65 dBA. 2.30. 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 his/her operation and work in progress must be posted. All employees of Successful Bidder shall be expected to wear safety glasses or goggles, 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. 2.31. RECORDS During the contract period, and for a least five (5) subsequent years thereafter, Successful Bidder shall provide City access to all files and records maintained on the City's behalf. 1. The Successful Bidder agrees to provide the City of Miami, (insert name of project manager), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Successful Bidder which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2. The Successful Bidder agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 3. The Successful Bidder agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. 2.32. DAVIS-BACON ACT Page 37 of 47 Invitation for Bid (IFB) 977382 Federally assisted construction contracts must adhere to Davis -Bacon Act wages and benefits rate schedules. Each Proposer shall use the federal wages reflected in the applicable Wage General Decision Numbers for Florida as listed on the Wage Determinations website. The Successful Proposer shall be required to provide certified payroll records documenting the work performed on any federally funded or reimbursed projects. 2.33. COMPLIANCE WITH COPELAND "ANTI -KICKBACK" ACT 1. The Successful Bidder shall comply with 18 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 2. The Successful Bidder or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Successful Bidder shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 3. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Bidder and subcontractor as provided in 29 C.F.R. § 5.12. 2.34. COMPLIANCE WITH THE CONTRACT WORK HOURS & SAFETY STANDARDS ACT 1. Overtime Requirements: No Bidder or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one half time the basic rate of pay for all hours worked in excess of forty (40) hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages: In the event of any violation of the clause set forth in paragraph (1) of this section, the Successful Bidder and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Successful Bidder and subcontractor shall be liable to the United States (in case of the work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of S 10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 3. Withholding for unpaid wages and liquidated damages: The City of Miami shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Successful Bidder or subcontractor under any such contract or any other Federal contract with the same Successful Bidder, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the Successful Bidder, such sums as may be determined to be necessary to satisfy any liabilities of such Successful Bidder or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. Page 38 of 47 Invitation for Bid (IFB) 977382 4. The Successful Bidder or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontract. The Successful Bidder shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraph (1) through (4) of this section. 2.35. PARTS AT PASS-THROUGH COST (FOR REPAIRS OUTSIDE THE SCOPE OF WORK) All cost for parts required for repair jobs and not otherwise included in the scope of work shall be billed at the Successful Proposer's actual cost, and will be passed on to the City without markup or any additional fees. The Successful Proposer shall submit purchase receipt of parts along with the labor invoice for payment. The Successful Bidder shall be responsible for sourcing all parts necessary to complete the work requirements of each job specification. Replacement parts furnished must be of the same manufacturer or an equal product. All equipment and materials shall be cominercial quality and grade, and be from a regular product line. Prototype, obsolete, and residential quality/grade equipment/materials shall not be specified or installed in the facilities. 2.36. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the Successful Bidder agrees as follows: 1. The Successful Bidder will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Successful Bidder will take affirmative action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Successful Bidder agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Successful Bidder will, in all solicitations or advertisements for employees placed by or on behalf of the Successful Bidder, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The Successful Bidder will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Successful Bidder's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Successful Bidder will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Successful will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to Page 39 of 47 Invitation for Bid (IFB) 977382 his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the Successful Bidder's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Successful Bidder may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The Successful Bidder will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or order of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Successful Bidder will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Successful Bidder becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Successful Bidder may request the United States to enter into such litigation to protect the interests of the United States. 2.37. CLEAN AIR ACT 1. The Successful Bidder agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The Successful Bidder agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The Successful Bidder agrees to include these requirements in each subcontract exceeding 5150,000 financed in whole or in part with Federal assistance provided by FEMA. 2.38. FEDERAL WATER POLLUTION CONTROL ACT 1. The Successful Bidder agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The Successful Bidder agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in tum, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The Successful Bidder agrees to include these requirements in each subcontract exceeding S 150,000 financed in whole or in part with Federal assistance provided by FEMA. Page 40 of 47 Invitation for Bid (IFB) 977382 2.39. NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this contract and is not subject to any obligation or liabilities to the non -Federal entity, Successful Bidder, or any other party pertaining to any matter resulting from the contract. 2.40. PROGRANI FRAUD AND FALSE/FRAUDULENT STATEMENTS OR RELATED ACTS The Successful Bidder acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Successful Bidder's actions pertaining to this contract. 2.41. LOCAL PREFERENCE/LIVING NAGE Local Preference and Living Wage do not apply to this IFB. 2.42. BYRD ANTI -LOBBYING AMENDMENT, 31.U.S.C..§ 1352 (AS AMENDED) Bidders who bid for an award of S 100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer, or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that take place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. Please refer to the Header/Attachment Section of this solicitation for Attachment D - Certification Regarding Lobbying. It is MANDATORY for the Proposer to return this form signed along with their proposal. 2.43. DHS SEAL, LOGO, AND FLAGS The Successful Bidder shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. 2.44. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund this contract only. The Successful Bidder will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 2.45. 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. Page 41 of 47 Invitation for Bid (IFB) 977382 2.46. FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder or Supervisor and/or should remedial action not be taken within forty-eight (48) hours of any failure to perform according to specifications, the City reserves the right to declare Successful Bidder in default of the contract or make appropriate reductions in the contract payment. 2.47. 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 one tenth of one percent (0.1%) of the total amount of the contract value for each and every calendar day the work remains incomplete (a minimum of one hundred dollars S 100.00 for each and every calendar day the work remains incomplete), as compensation due to the City for loss of use and for additional costs incurred by the City due to such noncompletion of the work. Refer to Section 6-9 of Standard and Specifications for Public Works Projects. The City shall have the right to deduct said liquidated damages from any amount due or that may become due to the Successftil 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. 2.48. TERMINATION A. FOR DEFAULT If Successful Bidder defaults in its performance under this contract and does not cure the default within thirty (30) calendar 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 Successfitl Bidder's failure to perform is without his/her or hisiher subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this contract, in whole or in part, upon thirty (30) calendar 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. 2.49. 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 acknowledgment form attests to this. If a Professional Page 42 of 47 Invitation for Bid (IFB) 977382 Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Agreement. Page 43 of 47 Invitation for Bid (IFB) 977382 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK The City of Miami ("City") on behalf of the Public Works Department ("Public Works") is soliciting bids for Citywide Canal Cleaning Services. The Successful Bidder shall furnish all labor, supervision, vehicles, tools, transportation, supplies, fuel, equipment, and materials as required to perform complete maintenance of the canals, waterways, City Park water fronts, and portions of the bay front in the City of Miami. 1. Locations: The Project involves the following canals and bay front areas: A.) Wagner Creek North - from NW 20th Street to NW 15th Street / NW 13th Avenue (Approximately 3,750 feet in length one way) B.) Wager Creek South - from NW 13th Avenue / NW 15th Street to NW 11th Street / NW 10th Avenue (Approximately 2,050 feet in length one way) C.) Seybold Canal - from NW 11th Street to the Miami River (Approximately 2,300 feet in length one way) D.) Comfort Canal - from NW 27th Avenue to NW 45th Avenue along SR 836 (Approximately 8,070 linear feet in length one way) E.) Davis Canal - between NE 87th Street and NE 86th Street from Biscayne Bay to NE 10th Avenue (Approximately 1,350 linear feet of way one way and 200 linear feet of bank) F.) Ademar Canal - between NE 83rd Street and NE 84th Street from Biscayne Bay to NE 10th Avenue and 8th Court (Approximately 1,650 linear feet of water one way and 375 linear feet of bank) G.) Bayfront NE 28th Street Cove - Biscayne Bay and NE 28th Street (Approximately 480 feet in length of bank) H.) Bayfront NE 20 -21st Street Cove - Biscayne Bay and NE 20th Street (Approximately 450 feet in length of bank) I.) Bayfront North and South of Rickenbacker Causeway (Approximately 750 feet in total length of bank) J.) Lawrence Waterway and Swell Canal - from NW 17th Place and NW 7th Street to the Miami River (Approximately 2,068 feet in length one way) K.) Waterfront Antonio Maceo Park - NW 51 st Avenue and NW 7th Street (Approximately 235 feet in length of bank) L.) Waterfront of Margaret Pace Park - 1775 North Bayshore Drive (Approximately 1,750 feet in length of bank) M.) Waterfront of Pallot Park - 3805 NE 6th Avenue (Approximately 430 feet in length of bank) N.) Waterfront of Kennedy Park - 2130 South Bayshore Drive (Approximately 1,650 feet in length of bank) O.) Waterfront of Morningside Park - 750 NE 55th Terrace (Approximately 2,000 feet in length of bank) P.) Waterfront of Legion Park - 6447 NE 7th Avenue (Approximately 550 feet in length of bank) Note: See Special Conditions, Section 2.23, for details on how locations will be added or removed from the resulting contract. 2. Description of Services to be Provided: Upon award, the Successful Bidder shall submit a detailed maintenance plan to the City for approval. The plan shall include, but not be limited to: Page 44 of 47 Invitation for Bid (IFB) 977382 A.) a schedule for each task; B.) the equipment to be used for each task; and C.) the procedure that will be set in place for the maintenance of the canals. All work shall be performed using superior maintenance standards and techniques. The Successful Bidder shall inform the City two (2) weeks before each clean-up task is scheduled. The Successful Bidder agrees to on-site inspections by the City Engineer. The scope of work includes but is not limited to the following: A.) Debris Removal and Litter Control - Every month of the year, or as directed by the City Engineer (all locations). B.) blowing / Trimming - Monthly for the Wagner Creek and Lawrence locations. Four (4) times a year, or as directed by the City Engineer for other locations (all locations). C.) Weed Control / Chemical Treatment - Banks and upland areas within canal right of way at Wagner Creek, Comfort Canal, Lawrence Waterway and Antonio Maceo Park. No spraying is allowed on the Biscayne Bay areas. D.) Sonar Spraying - Waterways at Comfort Canal and Antonio Maceo Park. No spraying is allowed on the Biscayne Bay areas. E.) Obstruction (Vegetative) Removal - All Locations twice (2) a year, or as directed by the City Engineer. F.) Obstruction (All Heavy Materials) Removal - All locations except Seybold Canal, Rickenbacker Causeway and All City Parks twice (2) a year, or as directed by the City Engineer. G.) Maintenance of the Improved Seawall — Successful Bidder shall pressure clean a total of 144 existing concrete bollards at Lawrence Waterway twice (2) a year. During one of those cleanings, Successful Bidder shall pressure clean and paint with one coat of Thoroseal #8532, or approved equal. This action item includes maintenance and welding of 1,400 feet of hot -deep galvanized 3/8" anchor chain, 10 feet in length, as per detail. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth form finish before painting. H.) Harvester - This work is required once a year to remove all the seaweed and hydrilla from all the canals and waterways shown below. The Successful Bidder must own its own weed harvester or be able to rent it at no cost to the City to accomplish this work. Note: See Attachment E - ivlinimum Work Requirements for a detailed listing of locations where the above services will be executed. 3. Ouality Assurance: The Successful Bidder's assigned Supervisor shall be well versed in appropriate maintenance operations and procedures. All employees of the Successful Bidder shall be competent and skilled in their particular job in order to ensure that they will properly perform the work assigned. All work shall be performed using superior maintenance standards and techniques. The Successful Bidder shall inform the City, two (2) weeks before each clean up task and send a schedule for the month to be approved by the City prior to start of work. If under any circumstances, the City Engineer is not satisfied with the work, the Successful Bidder shall redo the job to the City Engineer's satisfaction at the Successful Bidder's expense. No additional compensation by the City will be allowed for Successful Bidder's non-performance. 4. Environment Protection: The working areas include environmental sensitive areas, especially the Biscayne Bay Page 45 of 47 Invitation for Bid (IFB) 977382 Aquatic Preserve which has an exceptional biological, aesthetic, and scientific value. The Successful Bidder must follow all rules and regulations for the protection of the environment. It shall be the Successful Bidder's responsibility to preserve the existing condition of the canals and surroundings, including but not limited to natural vegetation such as sea grasses and mangroves, bank of the canals, bulkheads and seawalls, concrete sidewalk, curb, and/or gutter and pavement. Any damage done to the pavement or concrete due to the Successful Bidder's failure to comply with the requirements of this Contract, or failure to exercise responsible care in the perfonnance of the work, shall be repaired at the Successful Bidder's expense. Any damages to the plants such as sea grasses and mangroves shall be mitigated to the Department of Environmental Resource Management's (DERM) and City's satisfaction, by the Successful Bidder and at the Successful Bidder's expense. 5. Underground Gas Pipelines: The Successful Bidder shall review and abide by Florida State Statute Chapter 556, Underground Facility Damage Prevention and Safety, while performing the services listed in and related to this solicitation. 6. Special Condition for Shallow Area: The Successful Bidder shall use shallow draft boats, vessels or other equipment to collect debris in shallow areas. The minimum depth of water for operation in water should be at least one (1) foot. In case of water depth less than one (1) foot, the Successful Bidder shall use appropriate equipment to collect the debris from land. For shallow areas, the clean up work shall be restricted to high tide period in order to protect the soil and vegetation. 7. Proper Equipment and Operation Caution: The Successful Bidder shall not use any equipment that could seriously disturb the sediments in the canals. Caution should always be taken during the operation. Specifically, dirty water should always be kept within small area, and the operation shall not generate cloud or plume over 29 Nephelometric Turbidity Units (NTUs). 8. Chemical Treatment: For weed control chemical treatment, the Successful Bidder shall be a currently certified herbicide applicant. All herbicides must be labeled for use in water. The chemicals must be approved by United States Environmental Protection Agency (USEPA) and the Florida Department of Agriculture and Consumer Services. Weed control chemical treatment can be only used in proper manner. Aqua Star TM, or approved equal. Any other herbicide shall be approved in writing by the City Engineer. The weed control is primarily focused on emergent submersed, rooted plants and filamentous algae. The Successful Bidder shall be extremely cautious not to damage any endangered plants, threatened plants, and species of special concern. The federal list of endangered and threatened by commercial exploitation plants are maintained by the Department of Agriculture and Consumer Services via Chapter 513-40 FAC. Sea grasses, mangroves and other species are designated as Essential Fish Habitat by the South Atlantic Fishery Management Council, under the Sustainable Fisheries Act administered by the National Marine Fisheries Service under National Oceanic and Atmospheric Administration (NOAA). For the waterway treatment, Successful Bidder shall use Sonar Herbicide, or approved equal. Page 46 of 47 Invitation for Bid (IFB) 977382 9. Manatee Alert: The Successful Bidder is alerted that manatees could be present in the canals. The Successful Bidder shall protect the manatee. Specifically, operation shall be stopped when manatee is within one hundred fifty feet (150') of the work site. 10. Waste Disposal: It is the Successful Bidder's responsibility to dispose of the waste collected during the canal maintenance appropriately. The Successful Bidder shall remove the waste collected from the site within twenty-four (24) hours of collection. The City of Miami will pay the disposal fee signed by the City Inspector. Successful Bidder must pick up and haul the debris to the nearest Miami Dade Transfer Station and pay up front for the disposal fee of the collected debris. The Successful Bidder shall provide proof of the quantity of the waste collected (load ticket) in order to be reimbursed for the waste disposal fee, and the City will pay only for the waste collected for the canal maintenance operations. The pay ticket must be signed by the City Engineer prior to submittal of invoice payments. 11. Equipment Specification: All equipment listed below shall be at the Successful Bidder's yard and ready for inspection the first day of the Contract: A.) Trash Collecting Barge, or approved equal - Total Length: 40 feet / Total Width: 14 feet / Carrying Capacity: 15 tons (30,000 pounds) / Travel Speed: 5-7 knots (5.7 - 8.1 mph) B.) Trash Collecting Barge, or approved equal - Total Length: 70 feet / Total Width: 14 feet / Carrying Capacity: 13.5 tons (27,000 pounds) / Travel Speed: 5-7 knots (5.7 - 8.1 mph) C.) Heavy Duty Truck with Clamp - Mounted Crane / Floating Barge and Small Vessel / Tug Boat / Hauler or Dump Truck Page 47 of 47 ANNIE PERE7_, CPPO Chief Procurement 0111cer TITttf ��'rTiztmi IFB No. 977382 EMILIO T. GONZALEZ Cl\ Manager ADDENDUM NO. 1 February 14, 2019 Invitation For Bid (IFB) for Citywide Canal Cleaning Services TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the RFP documents of the above captioned RFP and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, and reflect same on the documents you have on hand. The time for the Voluntary Pre -Bid Conference has been changed to February 19, 2019 at 10:00 AM. AP/tg Cc: IFB File Sincerely, Ae Perez, CPPO 4� Director/Chief Procurement Officer Page I ANNIE PEREZ. CPPO Chier Procurement 011 -icer THU of � t�xxrtt Of !i rij ADDENDUM NO. 2 IFB No. 977382 EMILIO T. GONZALEZ Citc Manager February 26, 2019 Invitation For Bid (IFB) for Citywide Canal Cleaning Services TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the RFP documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, and reflect same on the documents you have on hand. A. The sign -in sheet for the pre-bid is attached. B. The following are the City's responses to questions received from prospective Bidders: Q1. Should the Bid Bond and Performance Bond include the Special Provisions amount? Al. Your firm is not required to include the Special Provisions amount in the Bid Bond. However, the Performance Bond must include the Special Provisions amount listed on the Bid Price Sheet. Q2. Please provide the bid tab sheets for Citywide Canal Cleaning IFB 816382. A2. Pursuant to Florida State Statute 119.071 (1)(b3): If an agency rejects all bids, proposals, or replies submitted in response to a competitive solicitation and the agency concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids, proposals, or replies remain exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision concerning the reissued competitive solicitation or until the agency withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than 12 months after the initial agency notice rejecting all bids, proposals, or replies. Therefore, the City will not be providing the bid tabulation for IFB 816382 until an award recommendation has been made for IFB 977382. Sinc rely, V Ann'„ erez, CPPO Director/Chief Procurement Officer AP/tg Cc: IFB File Job Title: Canal Cleaning Voluntary Prc-Proposal Meeting Attendance Record a RFP 977382 Project Manager: Elyrosc Date/Time: 02/19/19 10:00 AM @ MRC Name Organization/Firm/Company Telephone E -Mail Address s� +i . l� i t� i e(0 {,t())l 6vo,)p `) q 2 J SAQG G s 30 �a 4ats d u4 c, p G F i lu tti J r �FLi (_q C �. 0= `I f(- ` 2'� S e_ e S U 2 k 6l r) C W-1 �CS ' 'n vwn c cMc,v;►�vt SeY�t� 9sq{ ;So bko1� P►tMSCobP �- o lnoe�.co,nr, Department of Procurement INSURANCE ADDENDUM INSURANCE DEFINITIONS, REQUIREMENTS AND CONDITIONS The VENDOR/CONTRACTOR agrees to provide and maintain throughout the life of this contract and at Vendor/Contractor's expense insurance coverage outlined herewith as applicable insuring all operations related to the contract and any extensions thereof. Workers Compensation and Employers Liability Statutory and subject to the Laws of the State of Florida. This coverage protects against lawsuits stemming from workplace accidents. It provides for medical care to injured employees, along with compensation for lost income. Commercial General Liability It protects against accidents and injuries that occur on company property or the property of a customer. It compensates an injured person or owner of property for injuries and property damages, and the cost of defending lawsuits, including legal settlements or investigations. This policy also covers claims resulting from products exposures, libel, slander, copyright infringement and other personal and advertisement injuries. Commercial Automobile Liability It protects against liability, no fault, medical payments, uninsured and underinsured motorists claims, collision and other than collision physical damage. In addition, this policy affords coverage on autos that are hired or borrowed or non -owned for use in the business. The non -owned can be autos owned by employees or members of their households. Non Owned Auto exposures can be endorsed or added under the Commercial General Liability Policy. Professional/Errors and Omissions Liability Used by many professionals such as engineers, lawyers, accountants, stock brokers, financial advisers, insurance agents, court reports, dentists, nurses and teachers. It protects against the financial effects of liability lawsuits filed by clients. It basically protects professionals who cause harm to a client due to incompetence, errors or negligence. Umbrella Liability It protects against liability and losses after primary insurance benefits have been exhausted. This supplemental coverage kicks in only after the underlined liability policies have paid their maximum benefits. Environmental Liability It protects against the financial costs of claims of injury or damage due to pollution, and other costs of cleaning up pollutants. These policies are designed to cover both property and liability risks. Directors and Officers Liability This coverage protects against claims from stockholders, employees and clients that are also aimed individually at directors and officers. These claims typically stem from errors in judgement, breaches of duty and wrongful acts in connection with company business. Cyber Liability It protects against costs of the theft, destruction or unauthorized use of electronic data through computer viruses or network intrusions. It also adds protection to a business against such costs if a business fails to safeguard another party's electronic data. Companies sharing data outside their internal network benefit from this coverage Commercial Property It protects against claims or damages to the insured's buildings, business personal property and personal property of others. It can also provide for loss of business income coverage or extra expenses incurred because of physical loss by a covered peril to the insured's property. Commercial Crime It protects against loss of money, securities and other property because of a variety of criminal acts such as employee theft or embezzlement, burglary, robbery, forgery, computer fraud, kidnapping and extortion. Crime insurance also covers money and securities against damage or destruction by almost any cause of loss, not just crime. Builders Risk It protects against damage to or destruction of buildings or other structures during their construction. Any party with a financial interest in a construction, remodeling, or repair project benefits from this coverage. Surety Bonds Surety bonds are three party contracts. The principal, the party that undertakes the obligation, pays for the issuance of a bond by a surety company. The bond provides capital to guarantee the obligation will be performed. The obligee is the party that receives the benefit of the bond If the obligation is improperly performed. Valuable Papers It pays for the cost to reconstruct damaged or destroyed valuable papers and records. Typically is defined to include almost all forms of printed documents or records with the exception of money or securities, and data and media which is usually excluded. Additional Requirements The Vendor/Contractor must furnish the City of Miami, Department of Procurement, and Risk Management located at 444 S.W. 2nd Avenue Miami, Florida 33130, original Certificates of insurance to be in force on the date of this Contract, and Renewal Certificates of insurance thereafter. All policies indicated on the certificate must be in compliance with all Contract requirements. The failure of the City to obtain the applicable or corresponding certificates from Contractor is not a waiver by the City of any requirements for the Vendor/Contractor. The Vendor/Contractor must furnish Certificates insurance listing the City of Miami as an additional insured. All insurance certificates must be signed, dated and reference the City contract number. The insurance must provide for sixty (30) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non -renewed. Any deductibles or self-insured retentions on referenced insurance coverages must be borne by Vendor/Contractor. The Vendor/Contractor further agrees to have insurers waive their rights of subrogation against the City of Miami, its employees, elected officials, agents, or representatives. The coverages and limits furnished by Vendor/Contractor in no way limit the Vendor/Contractor's liabilities and responsibilities specified within the Contract or law. Any insurance or self-insurance programs maintained by the City of Miami shall not contribute with insurance provided by the Vendor/Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If the Vendor/Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or Limited Liability Company and each of its separate constituent entities as named insureds. The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless otherwise specified in this Contract. If the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Miami Risk Management Department maintains and reserves the right to modify, delete, alter or change these requirements. Title: IFB No.: List of Subcontractors Completion of Form This form is initially to be completed and submitted with the IFB, listing all Subcontractors to be used under this be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pe Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fifteen percent (15%) of the total work 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: Date: Name of Individual Completing Form: Signature: IFB 977382 Citywide Canal Cleaning Services Attachment C: Reference Submittal Form FIRM NAME: Reference Section a 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.): 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, , 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 Contractor/Contractor's Authorized Official Name and Title of Contractor/Contractor's Authorized Official Date: ATTACHMENT E - MINIMUM WORK REQUIREMENTS Wagner Wagner NE 28 NE 20-21 Antoni, Seybold Comfort Ademar Davis Rickenbacker Lawrence Margaret Creek Creek Street Street Macec Canal Canal Canal Canal Cswy. Waterway Pace Park Work Requirement North South Canal Cove park Debris Removal/Litter X X X X X X X X X X X X Control Mowing/Trimming X X X X X X X X X X X X Weed Control/Chemical X X X X X Treatments Sonar Spraying X X X X Obstruction (Vegetative) X X X X X X X X X X X X Removal Obstruction (All Heavy X X X X X X X X X X Materials) Removal Maintenance of Seawall X Harvester X X X X X X X XI-x Note: Please see Section 3.1, Specifications/Scope of Work for a description of the actions listed above. So 0 SONA '. A.S. Herbicide 0 �Jffl u;�� 1-Methyl-3-phenyl-5-(3-(trifluoro-methyl)phanyl)4 (1 H)-pyridinone (Fluridone) CAS# 059756-60-4 .....................................41.7% Olhor Ingredients, total, Including: ..................... 58.3 9,1., Proprietary surfactants Propylene glycol ... CAS# 000057-55-6 Water... CAS# 007732-18-5 This document is prepared pursuant to the CSI ;A Hazard ommunication Standard (29 CFR 19.0.1200). In addition, other substances not'Hazardous' per tnis OSHA Standard may be listed. Where proprietary ingredient shows, the identity may be made available as provided in this standard. BOILING POINT: (@ 1 atmosphere) 2127, 100°C VAP, PRESS: 2.3 mm Fig at 25°C VAP. DENSITY: 1.178 relative to air at 25°C SOL, IN WATER: Disperses in water S P. GRAVITY: 1.15 at 25°C APPEARANCE: Light tan to gray opaque liquic ODOR: Slight odor pH: (aqueous 50150) 8.45 FLASH POINT: Greater than 200°F, 93.3°C METHOD USED: SCC FLAMMABLE LIMITS: LFI.: Not applicable UFL: Not applicable AUTO -IGNITION TEMPERATURE; Not appllcab;e EXTINGUISHING MEDIA: SONAR A.S. is a water based suspension and will not burr:. If product Is involved In fire and water has evaporated: use vater fog, CO2, dry ch�,rnicnl, or foam. FIRE AND EXPLOSION HAZARDS: This product will not burn until a sa`flc{ent amount of water has evapo- rated. At this point, the product will exhibit the flamma- bility characteristics of the organic porion of this for. mulation.. Keep unnecessary people away: isolate haz- -ard area and deny unnecessary ontry. Hiehly toxic furnes are released in fire situations. rradnmat,, of SoPRO Cor?nra'.Iul 1� Emergency Phone: 317.580.8282 General Phone: 1-317-580-5262 I=PA Reg, Number: 67690.4 Effective Date: August 25, 1994 SePRO Corporation , Carmel, IN FIRE -FIGHTING EQUIPMENT: Wear posltive-pres- sure, self-contained breathing apparatus and full pro- tective equipment. STABILITY: (CONDITIONS TO AVOID) None known INCOMPATIBILITY: (SPECIFIC MATERIALS TO AVOID) None known HAZARDOUS DECOMPOSITION PRODUCTS: if product is allowed to dry, will emit toxic vapors as it bums. HAZARDOUS POLYMERIZATION: Does not occur. ENVIRONMENTAL DATA: Follow use directions carefully so as to avioid adverse effects on nontarget organisms. In order to avoid impact on threatened o. endangered aquatic plant or animal species, users must consult their state fish and game agency or the U.S. Fish and Wildlifo Sorvice before making applica- tions. Do not contaminate water when disposing of equipment washwaters. Trees and shrubs growing in water treated with Sonar A.S. may occasionally devel- op chlorosis, Do not apply in tidewater or brackish waters. Lowest rates should be used in shallow areas where the water depth Is considerably less than the average depth of the enttre treatment site, for exam- ple, shallow shoreline areas. ACTION TO TAKE FOR SPILLS: Use absorbent material to contain and clean up small spills and dis- pose as waste. Large spills report to CHEMTREC and SePro Corporation for assistance, Prevent runoff. DISPOSAL METHOD: %,Bastes resulting from the use of this product may oe disposed of on silo o- at an approved waste d sposal facility. EYE: May cause slight ransient (temporay) eye irrita- tion. Corneal Injury is unll-,ely. SKIN CONTACT: Prolonged exposure may cause slight skin'.rritation. Did not cause allergic skin reac- tions when tested in gulnea pigs. SKIN ABSORPTION: A single prolonged exposire is not likely to result in he material being absorbed through skin in harm 'ui amounts. The L050 for skin absorption in rabbits Is greater than 2000 mg {<g � .. ..... �.�.,.- , 3 f • Yq � rii : a--•}.. -. - . y� _ '-xs.. —. .oA,.o .. - •-. ' -- Emergency Phone: 317.58)-8282 SePGeneral Phone: 1.317.580.8282 EPA Reg, Number: 67690.4 Effective Date: August 25, 1994 SONAR' A.S. Herbicide SePROCorporation- Carmel,IN INGESTION: Single dose oral toxicity Is lout, The ora. LD50 for rats is greater t^an 500 mgikg. Smiall amounts swallowed Incidental to norma! handling oper- ations are not likely to cause Injury; swal:owing amounts larger than that may cause injury. INHALATION: At room tempera-ure, vapors are-ni•ni- mal duo to physical propertles; a sir.'g!e exposure is not likely to be hazardous. SYSTEMIC (OTHER TARGET ORGAN) EFFECTS: in chronic toxicity studies in animals, fluridone has been shown to cause liver and kidney effects. CANCER INFORMATION: The components did not cause cancer in long-term anima! studies, TERATOLOGY (BIRTH DEFECTS): In an!mal studies on some of the components (Including fl..ridone), this product did not cause birth defects; for fluridone, other fatal effects occurred only at doses toxic to the mother. MUTAGENICITY (EFFECTS ON GENETIC MATERI. AL): For fluridone, results of mutagsnicity tests In ani•• mals have been negative; results of a battent of fn -vitro mutagenicity tests, except for one, have also been negative. Based on these results and the 'ack of car- cincgenic response in long term studies, ffurldcne Is not considered to be mutagenic. pig a� EYES: Flush eyes with plenty of water. Get medical attention if irritation persists, SKIN: Flush skin with plenty of water. Get medical attention if irritation persists. INGESTION; Call a physician or poison control center. Drink one or two glasses of water and induce vomiting by touching back of throat with finger. Do not Induce vorniting or give anything by mouth to an unconscious person. INHALATION: Move vict;iq to fresh air, If not breath- ing, give artificial respiration, preferably t»ou`.h-to- mouth. Get medical attention. NOTE TO PHYSICIAN: No spec'fic antidote. Supportive care. Treatment based on judgment of the physician in response to, �reactions of ine patient. EXPOSURE GUIDELINE(S): Propylene glycol: All L'1 VVEEL is 50 pprn total, 10 mg1m3 aeroso! only. VENTILATION; Prov''de general and/or local exhaust ventilation to control a:rborne levels below tis expo- sure guidelines. RESPIRATORY PROTECTION: Atmospheric levels should be maintained below th'a exposure guidellne. If respiratory Irritation is experienced, use an approved air-p:trifylrg respirator. SKIN PROTECTION: For b0af contact, no precautions ether than clean body -covering clothing should be needed, Use chemically -resistant gloves whan pro- longed or frequently -repeated contact could occur. Wash thoroughly with soap and water after handling. Wash exposed clothing before reuse. EYE PROTECTION; Use safety giasses. SPECIA!-PRECAUTIONS TO BE TAKEN IN HAN- DLING AND STORAGE: Keep out of reach of chil- dren. Harmful if swallowed, absorbed through skin, or if inhaled. Avoid breathing of spray mist or contact. wlth skin, eyes, or clothing. MSDS STATUS: Revised sections 'f, 3, 5, 6, 7, S, 9, and reg sheet. (N'at meant to be a9-indusivs—selected regula!lons represented). NOTICE: The Infomat'ait herein Is presen(ed in good faith and belleZd to be accurate as of the effective data shown above. However, no warranty, expess or Implled, Is given. Regulatory requirements are subject to change and may diffor from one loca- tion to another, it Is the buyers responsibility to unsure that Its activities comply with federal, state or provincial, and local laws. Tha following speclftc Iniormatlon is made for the purpose of corn• plying wilh numerous federal, stale or provinciai, and local laws and ragula(lors. Sea ivISD Sheet for health and safety inforn;allon. SARA HAZARD CATEGORY: This prcducf has been reviewed according to the EPA "Hazard Ca`:ogorlas" promulgated under Sections 311 and 312 of the Supe,rfund Amendment and Reauthorization Act of 986 (SARA Title III) and Is considered, under applica- ble definitions, tc meet the following categorios: An immediate health hazard TOXIC SUBSTANCES CONTROL ACT (TSCA): All iagredlants are on the TSCA Inventory or are not required to be listed on the TSCA Inventory. STATE RIGHT -TO -KNOW: The foliowng product ownponents are chid on certain state lists as men- tioned, Nun -listed components may be shown in Section - of tho NISDS. Emergency Phone: 317.580.8282 General Phor.e: 1-317-580-6282 GPA Reg, Number: 67690.4 Effective Data: August 25,1994 SONAR* A.S. Herbicide SePRO Corporation - Carmel, IN 610'007 .i".S� 1 C1-15141CAL NAME CAS NUIWER LIST 1,2•PROPANEDIOL 000057.55.6 PAI PA1=Psnnsy'vania f.azardtvus Substance ( rasent at greater :han or equal to 1.0%). OSHA HAZARD COMMUNICATION STANDARD: This product is a "Hazardous Chemical" as definod by the OSHA Hazard Communicatlon Standard. 29 CF.R 1910.1200. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) RATINGS: Catogory..................... »................... .,......................... Ratl n g Health........................................................................... .1 F13mmabiiily........................................................................ 0 Reactivity............................................................................0 The Informallon Hore in Is Giver In Goa: Faith, But Me Watrunty, Exprsss Or Implied, Is Mado. Consul SeP RO Ccrporation For Further Inforrratlon. a r 1 LICIL'AL GRASS (11101,1111 SUPPt:ESS10R o amv.c1 i:rz•:an, asi 3; moa I r)o2'3i . w1i Ladsy mr7:rad cats XnnL�O �3 RS) IVI ar.:X;J :r < Cu. C'.1 Cf U.S la--: et Bl 1C le r,: Sa lea: d i; tel Lo'Wicd pat aari. SU.t t [L'X:I 5::{,',lyy'W!ll17P.l:df1i sI r I:oYI" ,i.; c;•.',at7_ r, r.;•c, lcoa:la•u::L•Nm;7::;htr.;,[f.:^.:0:^iii5:rU_3.`D19.,._,, l:•n.. els a:a::a alar seea;:_J �;nc1R'•n:t 11.11, Sara IIJ;ry !e Ura dcii:cd yl sss- I CONDITIONS OF SALE ACID WARGA11 i r ' Is :.r•aect fullu 1 Illi a{tsl:u d usp•ats based•00 I!el: ura one +ails. The d113C1"113 sa billum is at ia,l:b.'z I 1 N;rarl:, It Is 1018 owi'+:a b el mlrali na nils lnh"Wii, aa;Sia::C -nit : US3 U., v4i vra 'i:L D:o 11twy, ifl .egCeacos n'lTl re;:R Ge_a153 c' XlY[ In."W; as w:alir vil ltl:ns• pramin Xf 3111c: S alatiat c? if,,; I a rr. tch we brcyuUl Ito cuulu o1 AL111L'0:1,'NC.,;•s ScpMcxmisl UhaNulm, a on Safer. Ail .r_ci 655.: U Olsl<.habse and Ilia Sar: %wratil that Lida PO:dSC :cdons ft' 11!0 chael el dE ralllFr ah:^.9 Iju! =-rn 11 a:er:a3 to 111 :ha e:rurtkP..; forlm sui:l:cl lo:is:d-.a.zrl dx:cs rci:irodio aia.U. h_ -H_RMOACr.J' ::'IL. NJR Xi$ IdAY.S ANY Uri ER EXPRESS OR :MPLIEO Ph1Rn,�OTY OF FITNESS FOR AI:T• PAR TICLLAR Pi 91705E F. ANY VOCAL EXPRESS OR fmPLIEC PJARRAOT'f; Tills d7AR'.Aurf OOr:S U7 EXTEND T0, ARD THE t•P03::IULE FUR, A%Y ,150 ALL LOSS Oli UAmmil, Y:ii:Cll OESULTS Fni.: I LIE USE O: TIIIS PRU07GT :CJ17:OSff:11 T''WITll TUE UMCL OUI EOL11rill. Y :•171! Tfir CXCI.U:;!V: LIABILITY OF AWANII, II:R„ ITS.SUPPI ESIFIITAL 1)j5TRIn11TI1RS•AIID THE ^ V..S, LOSSSS, DUMCES, OR IH7UrIES P`SULTIOG FR7h1 `4EIISE OR IlA iGU;:G OF T'r'IS PROCOCT, G'.'RL"lium,'IEumf10E,Sr;nCT LIABR.;TY IN MITIt'1i OTPERLIME,§O ALL D E LIYI TEE, At fHE MAJ• PI..C6151T OF OR TII RM31,1-IIT OFT;IE!'URCU;�SEPRICt FOR1119 RULhfirf OF PR0{IIISTlr:101 j iS ARE GIAIS1Eli. Y•Cir, OUyt1 sUildfa 13iizs Y caiii°r, IGGWIin7 hall IUy u:9 •1'li.:':I lids prvaLt ,aril. aaifl..ouco,a0ic111.'b.[g iroVe'lq;l!h:ed_a; UUTxnpisl p: m:p1)) r'.oll'yla l.v: yePl':C.�r;ai ;:a his 7 calc:7 slaic:! a`Oe:. E0110 :..LSE S{IirLL 1115111".II, IHC., ITS SUPPLEIIF•f:TAl. IflSrltlbeiq'S, d0 J8E 13"'Liu nAl., SPECIAL OU wGIREGr GaW.AGES RESULTR.G F11041 ME USE OR 11:10110; @F VVIS I,Un.R1a10:00liulurs, and ibe Sellor diel Urs ifxlucl, and Mi, Cuyel t I T 1 l W 1- k", 4l 111, y t ole may W Liu:..^..l X ill 57 cU .,:u:cn: 'p vemi11; a:Cred Ly a dl,l al z L rt v I+u MI., i C., It.. S•i_pio.ImeW' UId:ISUlX o: rr•: Se I�f's nim zed to r 1y 174 u'tu l..: vn,4 I a I. k,.e; L all: of Nei! Spec a•Ij 1 millie+a. . :1: c; Levi AUnyS-Lvu.a-, U. xX::9a cd UadoU:ar';s of EL dUFant dt' 0::11.1111 a'd (A:r.P,UU,. I R L ILUOT i Pago 20 4U,r59AL22 c[� pp Ag f Star" Aq �.t '= j. City of ;fflimlli ........ 'a- ------ Nr* 89TH -111 — ....... F 'Ademar-n*a'-biivis . Canal Cleaning Leciend Streets ------------ Municipal -._...._.-.--.a County --- — - -°--- --State --------------- Private Unknown Fl--ICleaning Area L --I 100 Feet Water City " Boundary V & Davis Canal -ST --------- ------ q4WH4T T )T - j .ST.' L L L - F7-`- 92. i-1 4 0 W E Baycrest an. 44 Tis, — —----------- ------------- --- _ _I_- - _ :1= �_�_ - - - -71 1-T litallpf Bill, R It 1, --.1.-IrdI-+.me3--'—V`"� I:m�!Tl-`. -WV . � k�*'� A -r+ T�.V' — Biscayne Bay CLitp of :ffIitimi-------- .� f Antonio-Maceo Banks Cleaning Legend �— i Streets i ------ ------- Municipal .�,� County »., r� w� ,..._.._..._...-- State i Unknown TamiamiCanal 'LJ City Park Cleaning Area 1 Water --- --- ------ -- BLUE LAGOON "' AIRPORT OR 0 i City ANTONIO y Bound... MACEO I PARK 0 j 100 I N --' .......�.r Cii� i Scale: WE - - - - - _....- �,.....d..,,................. 1 =200' - -- Feet L- _ - -- _ -. __ . - - - - — - - r.rr.war.:.rre.,.w.rear,.wlw.�;'�"'."•'m•w.onr.wi..+>a..�+••,w. r.w tr lr.ra.•r.w.raw.rt...r. _ _... ......... f t Public Woks 1 1_.-- - -'_.t-- --- - = _-._._Nw +�s ------.- - _ ...— - - -- - _.- C:nn!e if.+rt�u.l JinJ nu Slnv.•n Knl�nl.. 1:1 d1�(1: f. 1'�A1 �I1��..�.�.��..e. SKiei..:i c!v:,!iF�.e..i....�., n.,..._.. .....� o.... �. _.� Citp of 111i(IIIIi Biscayne Bay Frontii'yCleaninq`z Le_qend Streets ........... —.- Municipal County ------•--- State --------------- Private Unknown FI-1Cleaning Area Water City Bounde Scale: I = 200 N - 0 '100 W E + Feet S ................. OP4 4%y _ tNCIR :A JL Ip 0 Public Works ;P L 11 C I Biscayne Bay I Bicayne Bay Front I City, of -410111i Comfort Canal Cleaning Legend Streets City County FDOT Unknown ------ — Private Cleaning Area Water city D r4 J: 'p, t NW 14TH 6T J NV MH liT\teaI Mvyi13T SALINI CONTRO� STRUCTUR I, INW -12T�4 5; 40"1 12TH T68 NW 12THS T 7' -NW11TH EF16, T4 ST !it i"4, ST -,p !T� HST� q OTH Uu" *49.. Scale: 1"=600 N 0 600 + E 1 COM10, Feet 4 3 1 1H 11l Glide Anglv 121H 1FR NW 122A TER ..loll J J; 4W 12TH ST --SRA 14W 11TH S; C41de Angie I N ji- o rE J, 'I.. A I it INCIA? RAM NW I kST ST NW 9�4 ST I, 11 Works Public MW OTH ST Crneic J'mudlllu 0 by Sl-crl K11 -h, 51151,016 L) G—I „Lawrence Canal ��- Canal Cleaning Le end_ i Streets Municipal — .rrr ■ W.W...rW., County Iavj i --"--"--" State i ------ Private _.__...._.__._.. Unknown Cleaning Area , Water City ! Boundary 0 — 100' 200 —}— �.�.�+ Scale: , —1 "_° 400 -- Feet :t_==. L n u Public Works VL__ _.. µ 14• 1631�AVG-._`._._._--.— III I Ffij iE �wasr+��,u�, it —_ _._•wwsr+�A��_ .__.. —__-_._ .. ��`. � �� � y..,,�: a r tor'” :� ■ tro+ r urrr. d trr • rr ■ �■ .•r • ■rrr ■ � i �Yr . fn Waterway ! ,+ - ..{- -- :�!ter .1C . - • _ _- oil.' T._._._._._say"r--------•--i T-11, t i av_—_._f o ._...� _ ae au AID T�= IM-] TT NW 4S�i►&� „ 1 f j +�� _ -• ...111111¢ ■' � L...�.. �..._._r-.:�._ .�T/�.�.. .�. .�. �. ME 20-21 and 28 ST- NE N' R t ME 28 ST Inlets Cleanen a T _. __._. E 2 THS In ` l i tt Legend { ! 2'7THTER :. i i I I , � , �i- !. .t } .1_._ ___ NE277HST Streets... _ City - I 1 County I ._ } -=NE 2 67H_., TER FDOTJ � 1 ii i Unknown ;. l--;! ------------Private r�� Cleaning �1 I , Areai�11(!� I �-NE 25TH ST- E I } { 1 1 Water L� L r _ . . Nfa 24TH•ST i i z Biscayne city Bay Boundary NE 23RD TER 0 100 200 1 5=400 Nfi. N sr z ---- j WE —" i, if4 NE22NDTER w- !! LU 1 i a i („ ;± 1 M .. -NE 22ND ST I I ' t , NE 1ST V OF NE 20.21 ST i inlet * IACt11 111111 ubi.�c,YVor�is- 428TH ST - • i N BAYSHORE DR ......� Lit)) of jl(c11111'r Creek-..tJW�3T}4ST-• AI4W37F�SX-•- - - I SOUth `��I++t•+tiYSeybold Canal Cleaning �.. 14#Ivo Legend �, %t9° _. --•-Nw42TN &I-----------Tl �Streets i '• I >. �' r i a -------- Municipal + County II"a.`� '���� - I i j l ii130Nw44T++TEfi-. --------------- State -----•-------•- Private - i Unknown City Park _ .. -a _ ----- IS i ii Cleaning Area-• �- -:- Water i -I$-_ HENRY S .J --� ` 5f \ / �.y/ I / I II CULARER/ �I REEVES 11' i'�`y,•Cf PARK I PARK City ,i i 1i I i .. Boundary ;'; rte•,,,- i i i i ,\ ', j i 0 400 200M&TI�-Qk.� N -- -- � , Sca400 W� �E���R. t \ �•, � , \ ,�\ �_ •�• `.I ._._._.-._._.NN18T'H-ST-- I- - •--._ Feet i - = y , 44 _ . ,.�,�... .,,.,......r+. a �_._y_._.�....-. .�... ��.-� I `•.,,�\.'^• SPRING y �l� I 1 I T ( . I _..__� i �.^.GARDENS i I `�i-� I T[ j 1 --- \ SEY3ULD ! _ I r - -- • i i i f i t- ' 1 i �•.h .,� / �J % CANAL,., HOUSE '.=-. ..1 SPRING ; !._.—.._._ NW 6TH-ST ._....... .,.:.:y 14W T8[F.77 \*,\ GARDENS _......_._._ _ _. 1 '* it Clip 01 Ila k 1 .._i..i— {.. 4•_ {�..�._i __� _1I. 1_ y -- 11_ i� .iI I I' ` I 11y '' ��•1.1 ( } ,I ` i'.. O R d ; 1 _ : 1 I 1 I 1 - .1 ,1- !'- �_ _'.-�1W SNS-. _•� _.:.\.•, i I� i `� I' T Geat. amoAihc ny S!-- Kohola. 3t15 2016. D!VAyDocommLLsSK1AcGIS1NPDES1Scyeow Canal Ct--gm,.d C.tl f o\\k NW 16TH TER i l A Wagner Creek [South]:,,,..,,j � L Canal Cleaning n Le end i l Streets''. _ --------------- Municipal �` _._:_. _.,w15TH8� ._. : II _.�._._ iI ._. ._._--f Nwasr+sT—.� County Wagner Creek 1 i n' w i ......_.. .._. State North ;i ! 1 .__.NWUTM"TER--••—._.i //•« ./ -------'- Private I Unknown i ( �t.;,��` /, .-•''�+ z------ --------_ C _ _..._._. ._.-•-.- _._ _._ _.'_. _�._._ - - _._Cleaning V44TST— —— _ .01 s Area i 1 } Wagner Creek i ti i } I South ✓�— I �7 i 4 j ✓°o 1` i' Water ' i NW-43TH ST ._-----NW'F3t7•�ST�—.�._._� ' j_. City E,__NW -;s' e ° p /,%'� k\.. Boundary N } 7 i NWI2THST —4• ---------- .��.. +• \•` ..�ti- 194 �`� —._._ �� r _. .— TM — — -0dW 12 ST 0 100_200 Scale \'\ ' N - — T1 ` W — E Feet 1 ' = 400' \ \,`�S �.y' •—•---•—•--•—•— — AN: QV � '{ l , \-NWl-10T 4 IlAkl I �`. ' ' '�. j\ Public Wdrks ! !` ! �_ ... °R- .,� Up of 9li,Turi Margaret Pace Park Banks Cleaning PARCEL HO.3 PICNIC ISLANDS Le end Streets -._._-. City Biscayne Bay ._ .n.... m.� „... County -._. • - -�-. • FDOT Unknown ------ ------ Private City Park Cleaning Area Water City Boundary 0 0 Scale W Feet 1 "=200' z+cn Tom• ��..:,... , N-� NE 21ST ST `ivy O n� Public Works .tl..IC OIniUU011C(I I:y :.,. c K UI.l. Y.....1., e.,l ..'Al (:11•.1110,(1.111.4 MARGARET PACE PARK E tD —4 /T t S .,�',u ......-n ? n u.... wn . fv.•w.+..r ............ s uw.4w. w — E, 41 n A -E.....�:2w, c-r....w.... - i _ �' eitp of Alliami---__! A Albert Pallot Park j �'j•� '� Banks Cleaning __ _. _ II�U,.x-'"'�-`'. Legend - Streets i _._._._._..._•_. City ----- • --w- • w---. County � —._.._... FDOT— Unknown Private City Park j j J Cleaning Area - . a » O-NE-39TH.ST----..._.,,. e �.....� rw Water Z AL BERT City -_ LO -- PARK Boundary m NE:38TH ,ST�....�.;.-�. y .. �� m w . 0 100 .,u..:..oN ,.:.....Scale: 1"� 200 ' '` Feet l- --- W E t IC 1 y : F-7, Jjj J � iii r w_._-- -- - ---' NE.37-TST—,-- • ( �TU� th MP "A4 JC '•�L; "k"�J� 4A • 'j- x CO- �t � • 11.1 \- Public- Works _ 2 _ _ .._..._ .__. _•_... � �Ys'w. nmµA R'n T"ewMdl'LRM_Y'�ii Guale,LmOJ:hrU by Sluvnn Kubula, 41Q2016. D VAyD.. umc nu SKV—GJMNPDESV%Ibetl Pallid Va:k hanks Glcumny ii—I Biscayne Bay Kennedy Park'-'-. Banks Cleaning-',�� Legend Streets City County -- - — - — - MOT Unknown ------------ Private City Park Cleaning Area City Boundary 0 100 Scale: N ,L"6 M6 1 200' Feet W E S y. 4i Ntf r So I to Public Works —iy P..1 13-k, C1...... Z m DAVID T KENNEDY PARK Biscayne Bay 01 L Citp Of Morningsid, 4, rk,7_ F, NE -M] .�.,-�Winks,Cfeanin V Le end Streets ...... City County FDOT Unknown ------ Private City Park Cleaning Area VVater City ji Boundary 0 100 Scale: Feet 400 Y Qp CNN All. 01tx Public Works ,VE — ... .. ..... I :m, ,W!, ;_ �� Q" Z4; ti NE-7-THAVE.—A tp In i--:NE-7TH--AVE.� - AA L-3 Waplz( �)ORNING /or S PARK C I 018'a". BAY . . . ....... FARC NO. I PARCEL NO PIC JC� S N SLANDS ,, 2 PICti.1C ISLA,NIDS trit!)—_.•_. . . . . . . . . . . . of Al am 11_. __._�._ .._.... { .__. {� i 4 � �� ' I __ � 1 l_.I j."I- � � `_, •1 LeI ,1gion'Memo� � I ,d 1 7 (Park Banks Clea in Legend City Streets — - — - — - County ... .... `-.—r..... - FDOT Unknown iT ...... Private - - - --i �► -] . J.--� —:'�—NEVTH City Park i' --- Cleaning ,14 ►--I __. �_ .� 1_! _L I.1.1 1.4 _�!. �_..L _ Area -NE-67Tl-l-ST------ Water 71 LEGION MEMORIAL PARK City UNNAMED Boundary 'N E:64191' 0 1100 NJ ... yo. INY iN Scale mm. -- -- I .. * I c4l) W L I �� Feet ........ . 64 C= r, T S - - ' I � I ^1 I !I i _� I t ... 1_ .�.._I _ .._....I -1- r .. �.f'`I , ..r ._r.J � .f"r '1....., f �i_.—__.'; {_ J_1� {...1` I �-- I----�.. -..� –L. it ..... ....... Aj - ...... D.ST. [Nepal#I '4T it It A ` ` f Publc S EArONPARK Z—ti,dnnoddled by Sl-- K.b.W, 41412016. D:ViVO.c a,,1sSKiA,.G1S%NPDES1Liiqi*n Mcinotial Park Batiks Civationg.inied J B01- DET A IL NO SCALE Nw. 1-7 Plc.ce AW. 1,B Menu e N n ftv, N vJ• I STreet DI,AM TER F10-f-DIPP D 12" GA-VANI?ED CHAIN F, EYE \ SCLL.AgO NOTES; BOLLAP,OS TO BE PLA..^,E7 AT 0,-01 C.C. '( G 1p 3/B"x2 1/2" SHOULDER EYE I I C.HAIFFt 3/6" AINCH^R ChAIN, 10 LENGThS BOLTS SET IN CONCRETE (` P=R FOOT. CHAIN TD HaNG BETWEEiJ I I BDLLAA�-5 AT A DISTANCE OF 2--0" ABCVC MA,KHEA.D. 3/4" DEEP x 2 114, HIGH J FiFVEAL FTNSTH: ACI 30±, SkCOTF FORM F1I4:aF. PAINT: DiE COAT TH:RUSEAL 1853? (1YD SPRAY APPLI:ATION' A;_..:]itED) I i EPDX'� COAT 4- #4 VE-ITTCAL THIS REINFoRcS-m'cN"f 3- #4 HJ3P3 3, OCC psi CONC-;ETE 3'_cgvF,R I'YPICAL J B01- DET A IL NO SCALE Nw. 1-7 Plc.ce AW. 1,B Menu e N n ftv, N vJ• I STreet IFB 816382 Citywide Canal Cleaning Services Attachment B - Price Sheet ITEM tt DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Fumishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, up to 7" 1 d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the i EACH 50.00 canals Furnishing all labor. material and equipment for the complete removal and disposal of one (1) overgrown tree. 8" to 20' 2 d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 1 EACH 50.00 canals Furnishing all labor. material and equipment for the complete removal and disposal of one (1) overgrown tree, 21" to 35" 3 d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 1 EACH SO.00 canals Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, more than 4 36" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the 1 EACH $0.00 canals Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and 5 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $0.00 and shallow surface waters on a monthly basis Wagner Creek North Canal (3.750 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and 6 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 12 MONTHLY SO.00 right of way and shallow surface waters on a monthly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary 7 for spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment 4 QUARTERLY SO.00 method, on a quarterly basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary SEMI - 8 for the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a 2 ANNUALLY SO.00 minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek North Canal (3,750 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary SEMI - 9 for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in order to 2 ANNUALLY 50.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) 10 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY 50.00 way and surface waters on a monthly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) 11 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 12 MONTHLY SO.00 canal right of way and surface waters on a monthly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment 12 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical a QUARTERLY 50.00 treatment method, on a quarterly basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI - 13 necessary for the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to 2 ANNUALLY SO.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Wagner Creek South Canal (2,050 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI - 14 necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in 2 ANNUALLY SO.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 15 necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $0.00 waters on a monthly basis Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 16 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 4 QUARTERLY 50.00 and surface waters on a quarterly basis Seybold Canal (2,300 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for the SEMI - 17 removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a minimum 2 ANNUALLY SO.00 of two (2) feet of free water flow, on a semiannual basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 18 necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY SO.00 waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material (including trash bags) and equipment 19 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 12 MONTHLY SO.00 and surface waters on a monthly basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for spraying 20 the banks or upland areas within the canal right of way, using approved weed control chemical treatment method, on a 4 QUARTERLY SO.00 quartedy basis Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for spraying 21 the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal, six ., EACH SO.00 times a year IFS 816382 Citywide Canal Cleaning Services Attachment B - Price Sheet ITEM 9 DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Comfort Canal (8,070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for the SEMI - 22 removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) in order to maintain a minimum 2 ANNUALLY S0.00 of two (2) feet of free water flow, on a semiannual basis Comfort Canal (8.070 linear feet of bank, one way) - Furnishing all labor, material and equipment necessary for the SEMI - 23 removal and disposal of any obstruction (shopping carts, tires. appliances, furniture, etc.) in order to maintain a 2 ANNUALLY $0.00 minimum of two (2) feet of free water flow, on a semiannual basis Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material (including 24 trash bags) and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the 16 EACH $0.00 canal right of way and surface waters on a monthly basis, please note that the pickup will be twice a month for the months of July through October Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material (including 25 trash bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas 4 QUARTERLY $0.00 within the canal right of way and surface waters on a quarterly basis Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material and SEMI - 26 equipment necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in 2 ANNUALLY $0.00 order to maintain a minimum of two (2) feel of free water flow, on a semiannual basis Ademar Canal (1,650 linear feet of water one way and 375 linear feet of bank) - Furnishing all labor, material and SEMI - 27 equipment necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats. 2 ANNUALLY 50.00 furniture, etc.) in order to maintain a minimum of two (2) feel of free water flow, on a semiannual basis Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material (including 28 trash bags) and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the 16 E S0.00 canal right of way and surface waters on a monthly basis, please note that the pickup will be twice a month for the months of July through October Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material (including 29 trash bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas 4 QUARTERLY S0.00 within the canal right of way and surface waters on a quarterly basis Davis Canal (1,350 linear feel of water one way and 200 linear feet of bank) - Furnishing all labor, material and SEMI - 30 equipment necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in 2 ANNUALLY $0.00 order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis Davis Canal (1,350 linear feet of water one way and 200 linear feet of bank) - Furnishing all labor, material and SEMI - 31 equipment necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, 2 ANNUALLY S0.00 furniture, etc.) in order to maintain a minimum of two (2) feet of free water flow, on a semiannual basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material (including trash bags) and equipment 32 necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface 12 MONTHLY $0.00 waters on a monthly basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material (including trash bags) and equipment 33 necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way 12 MONTHLY 50.00 and surface waters on a monthly basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 34 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of - ANNUALLY S0.00 two (2) feet of free water flow, on a semiannual basis NE 28th Street Cove (480 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 35 removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) in order to maintain a 2 ANNUALLY $0.00 minimum of two (2) feet of free water flow, on a semiannual basis NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 36 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $0.00 and surface waters on a monthly basis NE 20 -21st Street Cove (450 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 37 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal .- MONTHLY S0.00 right of way and surface waters on a monthly basis NE 20 -21st Street Cove (450 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 38 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of - ANNUALLY 50.00 two (2) feet of free water flow, on a semiannual basis NE 20-21 st Street Cove (450 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 39 removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) in order to maintain a 2 ANNUALLY 50.00 minimum of two (2) feet of free water flow, on a semiannual basis Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 40 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHLY S0.00 way and surface waters on a monthly basis Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 41 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY 50.00 canal right of way and surface waters on a quarterly basis IFB 816382 Citywide Canal Cleaning Services Attachment B - Price Sheet ITEM 9 DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Bayfront of Rickenbacker Causeway (750 linear feet of total bank) - Furnishing all labor, material and equipment 42 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 SEf,n- 50.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis 'ANINUA"v Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material (including trash 43 bags) and equipment necessary for collecting litter, trash and debris in the banks. swales and upland areas within the 12 'MONTHLY 50.00 canal right of way and surface waters on a monthly basis Lawrence Waterway and Swell Canal (2.068 linear feet of bank, one way) - Furnishing all labor, material (including trash 44 bags) and equipment necessary for mowing and trimming all overgrown vegetation in the banks, swales and upland 12 MONTHLY 50.00 areas within the canal right of way and surface waters on a monthly basis Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI - 45 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chemical 2 ANNUALLY x0.00 treatment method, two times a year Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI - 46 necessary for the removal and disposal of any vegetation obstruction (logs, branches. seaweeds, etc.) in order to 2 ANNUALLY $0.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Lawrence Waterway and Swell Canal (2,068 linear feet of bank, one way) - Furnishing all labor, material and equipment SEMI - 47 necessary for the removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) in order to 2 ANNUALLY SO.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis 48 Lawrence Waterway. Seawall Portion - Furnishing all labor, material and equipment necessary to pressure clean a total 2 SEMI- 50.00 of 144 existing concrete bollards and the seawall area, twice a year ANNUALLY Lawrence Waterway, Seawall Portion - Furnishing all labor, material and equipment necessary to pressure clean and paint a total of 144 existing concrete bollards. Paint to be used calls for a one coat Thoroseal #8532, or approved equal. 49 This item includes maintenance and welding of 1.400 feet of hot -deep galvanized 3/8" anchor chain, 10 ft. in length, as 1 YEARLY 50.00 per detail on Division 5. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth forth finish before painting Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material (including trash bags) 50 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of 12 MONTHL" $0.00 way and surface waters on a monthly basis Waterfront of Antonio Macao Park (235 linear feet of total bank) - Furnishing all labor, material (including trash bags) 51 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the a QUARTERL` 50.00 canal right of way and surface waters on a quarterly basis Waterfront of Antonio Macao Park (235 linear feet of total bank) - Furnishing all labor, material and equipment 52 necessary for spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide. 4 QUARTERLY 50.00 or approved equal, on a quarterly basis Waterfront of Antonio Maceo Park (235 linear feet of total bank) - Furnishing all labor, material and equipment SEMI - 53 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 50.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis ANNUALLY Waterfront of Antonio Macao Park (235 linear feet of total bank) - Furnishing all labor, material and equipment SEMI- 54 necessary for spraying the banks or upland areas within the canal right of way, using approved weed control chem 2 ANNUALLY 50.00 treatment treatment method, two times a year Weed Harvester Kelpin 800 Model, or approved equal - Furnishing all labor, material and equipment necessary for the SEMI - 55 renting of the harvester to remove sea -weed and hydrilla from all the canals and waterways including the Biscayne Bay 2 ANNUALLY 50.00 areas, as directed by the City Engineer, twice a year Waterfront of Margaret Pace Park (1,750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 56 and equipment necessary for collecting litter, trash and debris in the banks and upland areas within the right of way and 12 MONTHLY 50.00 surface waters on a monthly basis Waterfront of Margaret Pace Park (1,750 linear feet of total bank) - Furnishing all labor, material (including trash bags) 57 and equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the 4 QUARTERLY $0.00 shore right of way and surface waters on a quarterly basis Waterfront of Margaret Pace Park (1,750 linear feet of total bank) - Furnishing all labor, material and equipment SEMI - 58 necessary for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to 2 ANNUALLY 50.00 maintain a minimum of two (2) feet of free water flow, on a semiannual basis Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 59 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY 50.00 and surface waters on a monthly basis Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 60 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY $0.00 right of way and surface waters on a quarterly basis IFB 816382 Citywide Canal Cleaning Services Attachment B - Price Sheet ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST Waterfront of Pallot Park (430 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 61 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 ANNUALLY $0.00 two (2) feet of free water flow. on a semiannual basis Waterfront of Kennedy Park (1,650 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 62 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY 50.00 and surface waters on a monthly basis Waterfront of Kennedy Park (1,650 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 63 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY 50.00 right of way and surface waters on a quarterly basis Waterfront of Kennedy Park (1,650 linear feet of total bank) - Furnishing all labor, material and equipment necessary for SEMI - 64 the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum 2 ANNUALLY 50.00 of two (2) feet of free water flow, on a semiannual basis Waterfront of Morningside Park (2.000 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 65 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY SO.00 and surface waters on a monthly basis Waterfront of Morningside Park (2,000 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 66 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY 50.00 right of way and surface waters on a quarterly basis Waterfront of Momingside Park (2,000 linear feet of total bank) - Furnishing all labor, material and equipment necessary SEMI - 101 -50.00 67 for the removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a 2 ANNUALLY minimum of two (2) feet of free water flow, on a semiannual basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 68 equipment necessary for collecting litter, trash and debris in the banks and upland areas within the canal right of way 12 MONTHLY $0.00 and surface waters on a monthly basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material (including trash bags) and 69 equipment necessary for mowing and trimming all overgrown vegetation in the banks and upland areas within the canal 4 QUARTERLY 50.00 right of way and surface waters on a quarterly basis Waterfront of Legion Park (550 linear feet of total bank) - Furnishing all labor, material and equipment necessary for the SEMI - 70 removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) in order to maintain a minimum of 2 ANNUALLY $$0.00 two (2) feet of free water flow, on a semiannual basis 71 SPECIAL PROVISION = Contingency Allowance $50,000.00 LEGEND: LS - lump sum, SF - square feet, CY - cubic yard, SY - square yard, PCY - per contract year TOTAL S 50,000.00