Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ITB-19-136-06 Superior Landscaping & Lawn Service Inc
Si ex Denis Director Procurement Department CONTRACT NO. 19-136-06 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: ioterosuperiorlandscapinq.com August 8, 2019 Jesenia Otero Superior Landscaping & Lawn Service, Inc. 2200 NW 23 Avenue Miami, FL. 33142 Phone: 305-634-0717 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2019-136- AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND. Dear Ms. Otero: On April 1, 2019, Superior Landscaping & Lawn Service Inc., submitted to the City of Miami Beach, Florida (the "City") a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its May 8, 2019 meeting, approved the City Manager's recommendation, pursuant to the ITB, to award a contract to Superior Landscaping & Lawn Service Inc., (the "Contractor"), for awarded items see attached Contract Award Memo. No goods may be shipped, or services performed (as applicable) until such time as the City has issued a Purchase Order to the Contractor. Before proceeding with the issuance of a Purchase Order, the following items are required: 1. A completed W9. To create the Contractor's profile in the City's vendor system. 2. A certificate of insurance, with limits as indicated in the ITB, reflecting the City of Miami Beach as additional insured Congratulations on being awarded the contract for the above referenced item(s). If you have any questions regarding this letter of notification of award, you may contact Jorge Gueimunde, Contract Analyst, Procurement Department, at JorgeGueimundemiamibeachfl.clov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Jeremy Hinkle, Park Operations Supervisor, Parks and Recreation Department, at ieremyhinklemiamibeachfl.qov or (305) 673-7730. AD/ME/AG We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community MIAMIBEACH CONTRACT AWARD PROCUREMENT DEPARTMENT MEMO SECTION 1— GENERAL INFORMATION SOLICITATION TITLE: FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND CONTRACT # ITB 2019-136-AY CONTRACT TERM: Initial Term: May 8, 2019 through May 7, 2021 The Contract may be renewed for up to (3), one (1) year options at the City Manager's sole option. In the event the contract is renewed, the Procurement Department will issue an addendum to this Contract Award Memo. CONTRACT MANAGER: The Primary Contract Manager is Jeremy Hinkle, Warehouse Supervisor, Public Works (305) 673-7730, or JeremyHinklemiamibeachfl.qov. Other Departments may utilize this award at their discretion and may assign another contract manager. SECTION 2 UTILIZING THIS CONTRACT FOR ITEM AWARDS The City awarded vendors in a primary, secondary, and tertiary basis, as available, by line item, as indicated in Exhibit A. Departments should endeavor to utilize vendors in order of award. However, the departments may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. When not utilizing vendors in order of award, the purchase requisition must state the reasons. 2019-136-AY FOR PURCHASE AND DELIVERY OF AGGREGATE, TOP SOIL, AND SAND EXHIBIT A BID TABULATION PRIMARY SECONDARY TERTIARY UNE ITEMS 1 AGGREGATE Description Crushed Lme Rod, Base U/M TN FOR REGULAR HOURS Vendor (MONDAY-FRIDAY Unit Cost PRIOR Vendor Soil Tech Distributors Inc. TO 3:30 PM) Unit Cost $17.05 Vendor True Haul, LLC Unit Cost 517.35 Austin Tupler Trucking, Inc. $16.75 2 Balast Rock 4 4 TN Soil Tech Distributors, Inc. 323 30 Austin Tupler Trucking, Inc. OR Tn.. Haul I C $23.90 N/A N/A 3 Pea Rook TN Soil Tech Distributors, Inc. $23.80 True Haul, LLC $23.90 Austin Tupler Trucking, Inc. $24.25 4 A.S.T.M. Rook 057 TN Soil Tech Distributors, Inc. $23.80 Austin Tupler Trucking, Inc. OR TrilA Haul IIC $23.90 N/A N/A 5 Semnoe Chips Deep Brownish Red, crushed It'. 1,3). (Bagged) Palms (60,40 b b.sg, Pro-Grounds Product, Inc. $12.55 Superior Landscaping & Lawn Service Inc. 5488.25 N/A N/A 6 River Rook Brown with cream and white, smooth rounded pebbles, Y.'- V. straight )4'. (Bagged) Palets (60, 40 b bags) Pro-Grounds Product, Inc. 57.99 Superior Landscaping & Lawn Service Inc. $367.35 N/A N/A 7 Mexican Beath Pebbles-Mad, 548* (Baggedl Palms (60.40 b begs) Pro-Grounds Product, Inc. $37.53 Superior Landscaping & Lawn Service Inc. $2,325.00 N/A N/A 8 Chattahoochee River Rod< (Bagged) Paters (6040 b bags) Pro-Grounds Product, Inc. $7.99 Super ior Landscaping & Lawn Service Inc. 5302.25 N/A N/A 9 318' Fhe Crushed Brick TN Pro-Grounds Product, Inc. $199.60 Superior Landscaping & Lawn Service Inc. $350.00 N/A N/A 10 Decomposed Creme TN Pro-Grounds Product, Inc. 597.50 Superior Landscaping & Lawn Service Inc. $144.15 N/A N/A 11 12 Crushed Coquina TOP SOIL • . , p ,.. ,,,• q.riz . •. I.0 organic Florida pear. must pass through a 4 4 sieve TN TN Soil Tech Distributors, Inc. 5a8.00 Florida Superior Sand Inc. Chin Diesel, Inc. MOP $28.00 True Haul, LLC $100.65 $38.45 True Haul, LLC $19.10 Florida Superior Sand, Inc. 13 14 Site Sot 80120. quaru sand. constituency of the mixture must pass through a 44 save. 20% organic Florida peat F.O.B. Pit SAND Humus Topthessing Material tested and approved Florida DOT Spec M r approved equal). TN TN . True Haul, LLC $20.00 $44:50 Chin Diesel, Inc. $28.00 Florida Superior Sand, Inc. $36.45 Florida Superior Sand, Inc. Pro-Grounds PrOdUCt, Inc. $58.69 Superior Landscaping & Lawn Service Inc. $115.32 15 Concrete &rennin Sand TN Austin Tupler Trucking, Inc. 52150 Florida Superior Sand, Inc. $23.65 True Haul, LLC _ $23.9. 16 Sand PGP 4 220 SILICA TRAP (Sire Saran TN Soil Tech Distributors, Inc. 527.00 Florida Superior Sand, Inc. $29.25 Pro-Grounds Product, Inc. $32.72 17 sand Spec 304 USCO TN Top dressing sand Soil Tech Distributors, Inc. Florida Superior Sand, Inc. $29.25 True Haul, LLC $31.15 18 Top dressem sand Spec 329 DOT TN Florida Superior Sand, Inc. $30.20 True Haul, LLC $34.50 Austin Tupler Trucking, Inc. $35.50 19 Sirs (Quartz) Beads Sand TN True Haul, LLC $28.90 Florida Superior Sand, Inc. $29.25 Austin Tupler Trucking, Inc. $31.25 20 vaawalsellye rscs.. neseues mum/ Clay/Sand. Red in oobr. approxinateN 30% clay 70% sand. typical of red clay «terra mita. Composition for basebat 1606 surface use. free of rock. mots. sot sand pockets and any other foreign mane, TN Soil Tech Distributors, Inc. $26.00 Florida Superior Sand, Inc. $32.95 Pro-Grounds Product, Inc. $36.42 FOR NON-REGULAR HOUR DELIVERIES 1 Mobteation diange to open and operate pent on weekdays. weekends (Saturdays and Sundays), and hoidays after plant operational hours. Per Order Austin Tupler Trucking, Inc. Florida Superior Sand, !nc. Pro-Grounds Product. Inc. Sod Tech Distrbutors, Inc. LLC True Haul, Chin Diesel, Inc. $ 500.00 N/A N/A Superior Landscaping & Lawn Service Inc. 150% N/A N/A 2 Additional charge to delver on weekdays. weekends (Saturdays and Sundays). and hoklays after plant oPerational hours. Per Ton Austin Tupler Trucking, Inc. Florida Superior Sand, Inc. Pro-Grounds Product, Inc. Soil Tech Distributors, Inc. True Haul, LLC No -des Chin Diesel, Inc. S 501.00 N/A N/A Superior Landscaping & Lawn Service Inc. 250% N/A N/A 3 Emergency Deivery Change Per Oder Austin I upter I NOUN, Inc. Florida Superior Sand, Inc. Pro-Grounds Product, Inc. Sod Tech Distnbutors, Inc. Tntol-lard III' Chin Diesel, Inc. S 500.00 N/A N/A Superior Landscaping & Lawn Service Inc. 350% N/A N/A MIAMIBEACH CONTRACT AWARD PROCUREMENT DEPARTMENT MEMO SECTION 3 VENDOR CONTACT INFO Austin Tupler Trucking, Inc. Chin Diesel, Inc. Attn: Glen Tupler 6570 South West 47th Court Davie, Florida 33314 tuplerbellsouth.net Attn: Leon Chin-you 1820 North East 144th Street North Miami, Florida 33181 leonchindiesel.com 305-949-4148 786-229-3336 Florida Superior Sand, Inc. Pro-Grounds Product, Inc. Attn: Marion Jefferson 6801 Lake Worth Road, Suite 124 Greenacres, Florida 33467 fss5901(aol.com Attn: Kim Lautenslager 8834 South West 131st Street Miami, Florida 33176 pqp@progroundsproducts.com 561-969-3112 305-235-5101 Soil Tech Distributors, Inc. Superior Landscaping & Lawn Service Inc. Attn: Albert Luer 3355 North West 41st Street Miami, Florida 33142 bertluer@aol.com Attn: Jesenia Otero 2200 North West 23 Avenue Miami, Florida 33142 jotero@superiorlandscaping.com 786-367-1680 305-634-0717 True Haul, LLC Attn: Kevin Perez 201 South West 2nd Avenue, Suite 111 Florida City, Florida 33034 kevintruehaul.net 305-300-1749 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Competitive Bid Reports - C2 B MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: May 8, 2019 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2019-136-AY, FOR PURCHASE AND DELIVERY OF AGGREGATE, TOP SOIL, AND SAND. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to bids received, pursuant to ITB 2019-136-AY, Purchase and Delivery of Aggregate, Top Soil, and Sand. ANALYSIS The purpose of the ITB is to establish a contract, by means of sealed bids, with qualified firm(s) for the supply and delivery of aggregate, top soil, and sand required by the City on an as needed basis. All materials supplied to the City under this contract shall meet the requirements of the F DOT Standard Specifications for Road and Bridge Construction, most recent edition. ITB PROCESS The ITB was issued on February 28, 2019, with bid opening date of April 1, 2019. The Procurement Department issued bid notices to 2,458 companies utilizing wwwpublicpurchase.com website. 36 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of seven (7) responses from: Austin Tupler Trucking, Inc ("Austin Tupler"), Chin Diesel, Inc. ("Chin Diesel"), Florida Superior Sand, Inc. ("Florida Superior Sand"), Pro-Grounds Product, Inc. ("Pro-Grounds"), Soil Tech Distributors, Inc. ("Soil Tech"), Superior Landscaping & Lawn Service Inc. ("Superior Landscaping"), and True Haul, L LC ("True Haul"). See Attachment A for a tabulation of bids received. Staff has verified that the bids submitted by all seven (7) responses met the requirements of the ITB and can be considered. In order to assure items are available as necessary, it is in the City's best interest to award a primary, secondary, and tertiary vendor for each item. Accordingly, the lowest responsive and responsible bidders, for each respective item, meeting all terms and conditions of the ITB, are indicated in the table below Bid Tabulation Table Page 57 of 1291 Item Primary Vendor Secondary Vendor Tertiary Vendor 1 Austin Tupler Soil Tech True Haul 2 Soil Tech Austin Tupler; AND True Haul 3 Soil Tech True Haul Austin Tupler 4 Soil Tech Austin Tupler; AND True Haul 5 Pro-Grounds Superior Landscaping 6 Pro-Grounds Superior Landscaping 7 Pro-Grounds Superior Landscaping 8 Pro-Grounds Superior Landscaping 9 Pro-Grounds Superior Landscaping 10 Pro-Grounds Superior Landscaping 11 Soil Tech Florida Superior Sand True Haul 12 True Haul Chin Diesel Florida Superior Sand 13 True Haul Chin Diesel Florida Superior Sand 14 Florida Superior Sand Pro-Grounds Superior Landscaping 15 Austin Tupler Florida Superior Sand True Haul 16 Soil Tech " Florida Superior Sand PrcPGrounds 17 Soil Tech Florida Superior Sand True Haul 18 Florida Superior Sand True Haul Austin Tupler 19 True Haul Florida Superior Sand Austin Tupler 20 Soil Tech Florida Superior Sand Pro-Grounds Due to the large number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received. Pursuant to ITB 2019-136-AY for Purchase and Delivery of Aggregate, Top Soil, and Sand. KEY INTENDED OUTCOMES SUPPORTED Page 58 of 1291 Enhance Beauty And Vibrancy Of Urban And Residential Neighborhoods; Focusing On Cleanliness, Historic Assets, In Select Neighborhoods And Redevelopment Areas FINANCIAL INFORMATION The cost associated with aggregate, top soil, and sand is subject to the funds availability approved through the City's budgeting process Legislative Tracking Parks and Recreation/Procurement ATTACHMENTS: Description q Attachment A Page 59 of 1291 ATTACHMENT A Company Name: .01,10Alng. fix OM Algae, W. 4* Woe lu 1..M. Inc 1,1.110.1.µ,OrtNan, 5...i.011...0...,Ang 14 Lawn True 11 u1.1.1.0 _. 11i t LOA MS .. I ALL.RMATE : 1/1.0.0n ' 21.1102111.11 21.01.2 Annual Own./ MO ,,,j.,, IN 1. C. ''11M53307‘r'1 WI 1002•1112 • UM Cu511 0011.0 21 . V.11..1 5 12 ' 5 LINE IS SO ITEMS Total Irlu.111( 2 W. Cn211 $ 17 710 00 LInli 4,0 5 ,,,. Tetal 1,1101•10(2 2 0:...25...1 um' Cou $ TAO OM C(N1 111611MINIMEENFIIINNE=Ir M1111.111.11 1 • latRI In'll n;e 1..00 1 um Carl $ $ Yawl 1.2.00/ 2 Und Cost I & 0.00 2 252.21.64 Pee Asa ISO 150 TN TN '' 16 213 26 oo 4,200 00 5 A20000 $ 14 00 24 45 7, 60 ..5 3 05012, I 722 52' ...11.Ju 011 $ IRMO D. 04 .1101., i 58)0 A 5,550 OU ;,5 :(1.(22.0 .-. -... S ____ __ 9. A 5 T16. Psi I 57 MOO TN U.K. 120.40 5 • 711 0 . 2 , U 00 5 S 21 MO (70 N1111114 1 C . CNN00u 0711.1515. ,.......0. I' %tar, .. . ,;:;.17C.1., .1.1210.41 1p pop, 5 $ $ $ 5 )19 ) ' R.. Lalai Sr 01112.21 7 11.42;60.11/ • &Al 5 5 (2 ,,, j I 5 31 03500 I 5 5 2.151.cueollgo 0e. 15 Ve. 02266... .7.1 g ' 5 5 i I _. 5 sr F.'s...la. IN 3 3 lo. peu5.222u00.6u Si1 T. 5 5 _ $ 5 • 5 11' Collo. a 3. TN 1 5 . 111 60 $ 3396000T I. 55 12 u 01 govc F.. .416W w6c1P•aqt• V .1 vee . TN $ uu,u 1 1.16150 ,...ie- • • '''' ' 16+5 5 15115 S 9310 5 Loll BO 5 5 5115 5 1 A25 00 1; 1 1.622;e2.... IT 1.14110....ano.....2o; Ito nu1.6 i.19.1.1....066. 4 "6. 201 orrlual.22 CB Pa 221. 4/ 20 5 1,160 DO 1 ( lu 27 1 5 .1 15 ,. .. ,. 1 .,, ,j, g 70.75 5; 5 5 & .1 . 1 51100 .011...1.. ,,, ,.,.. 0712225a722.2222 rea 05•0.1.1•52......05110.0 75 NC 5 gogo.N.4.001S.5•15227.2..5 1 O.6(Suge &col ce5 222.52 IN 5 sa so s Se.00o 00 .7 21 21 5 4 I, v l 0 Cu .; le. .,100.00 5 eu 59 5 ell ,1511 110 . 17 YNJ4roYIMMCARUPR4 So 1.065,6•05,3011/5. 25 400 TN I/1 $ 111,0 5 u l !Id/ 50 tan.. j 6000 • 5 1 SO4 21, $ $ ' at . 5 1 27 61.1 & 25 $ 1.1.0 00 S 21 70000 $ 31, -1111.1111.1111 10111111111, tlf, ull TueogueohANS IBDOT . TN ' ' S4 25 _5 21 700. 1$ 0&:065uJ 100 TN . 6000 601010 . A; 5 51 15 5 SS AO 511500 5 6.11500 5 +615 5 6.015 , 1.4021.6a NW 0..a..1110 6.2.61 0.../221....12 301. tley VW .4, x1..14 I wu cloy . .u.... C.y....... 6. bur.. ..1.1 125 51 30 0 4+11.50 5 5 . ADDITIONAL FEES 1.2.1.60.0+570256.2... 3.020.......1.1515.22•2•• Au 502.12222.21.1A(a&1I•ni u.(6.211.• 411 001 0 S 52000 5 5 5 ISOA I mound oe;07.621.4 moue., ovemSeugeys we 5.1.72.1 IA.,. 0.s..i......61.1...... 16 1. 5 50100 $ i5. 1 hueNee70.02.1. 40050 5 5 50210 5 _ $ 15010 5 LEGEND Page 60 of 1291 2019-136-AY FOR PURCHASE AND DELIVERY OF AGGREGATE, TOP SOIL, AND SAND ATTACHMENT A CompanyName: 1166184555.060.58.01.1.. 6,410. 1.7•00.85.8 187.0 Inc 0rue 1180.118 x. •fi.5.641i. lIM nik.15 04$400,06 1. 51.1 5.44. 101.540.8 Ann., 117/81111 um 5 1.001 060 316 1110111111114:11111 5001 "" '''' 5 a 1 I 1041 Olosouty • Ono ,M 5/2 7500) LINE SO 50 ITEMS 1001 ,..,,,,,,,,,,,,, , SI, 7 DO """'" SI TO111 100651117•115110•05 3111 00 4" '."' Si / 14 01)617111.8181701 0.11 S2 I 5)0 11 _ 18861 11100•1117 • lIntlIgoi I 45 145 ai "' '"" I TOO 10.01117 • 15.11 I c0. .-6.-_-. 1 97 4. .1015..55. 5•21•00 1.M. 111 1 577 50. 524 25 5.714480 5) WS 5161/ • '5h1111900 5430000 5410000 524 60 .1' 51 440 00 557..50 52404 51/15/ 55!)600 $5 .00 ," .° SI) 00 ti$0).$ $01,4eni $2S2o S14,0 1.34 14 S41.45 5!0/110 S6 2, So S7300 10.007051 $ 055 • &MEWL ., , 4, 4 .1.6 1 11 5014 52 0056 To $10 5. AMA), 5200(4, 92100 501 010 00 52,6o 5240)41. 141 Ou $450.0 $21.50 $23,300 )40 600.1 511. '35 /4111/0.1. 5.1) 500 . '5.100.71411•1100.40117•4052014•1. PO04140.40 50 00 92.00 50.00 51100 50 00 SO® Sloss ...., I SW 15 50.00 5000 $40 65. 504 25 ........ i 51..115 , 5000 5000 6 grat:.:2 " .... 10.0 6,10100.40 1051 SOW So uc 5000 5o0o 5000 5000 5799 i 0 41110105 I 55455 uo .600 5167.1 "‘5-^1/"'" 51016 /5 Sow Sow /. 43.T.Ltit. ...a Se 570140) 5 1..10,40 50 50 1.8. 50.00 00 SOU WOO 512.53 ."....,......2-' --.1 516165' 500. 5000 5/125 00....."1511.615.00 000 00 11- 0.411.0844•144•111001.568.01 521[1140 mu., S0.00 So ,n Sam sum So OU 5001 5 a 90 '.....___ 599.9: 0000 5000 5102 IS_ .. ..71 5151124 5000 So on 9. 7.5116•111•5•111581 111 5404 5000 woo Sow 50 00 500o 0..64 FikauxJ 599 $0o 00 ',.. 4, 9 ,,, 0, Sscood...1_51.750 ........,. 1 Woo SO. 10. 3.6500.85.111.14 150 xr, IN IN 5000 01 50 00 80 . SO 07 .15/ Woo 56100 So . u. 4.44.414 '14 W''..) 5915 t1010,--Jucr. 11.01500 saw ' 611•1 1,10 , 14 lull! :1411, toGn 14 CV you, 1111, So oy 10 105 110 4554,601,41 000 Ono 44.0 2, T $0, ,,,, 55462 So 501 0. so c.4.05 51545•••• 59611. 54404 5 • 700. 51.07100 5001 5000 55/ 16 544 0, )0 SO 00 9,"." 54/7.0 12. 4144850 15. 9816000 14507 a. 44541•05580110•5•100 I 01/5•18 P..U. 58.x 001,111•55.2016 1 1 1 0, .i.:1:1 ,.. f 0 • .0 za 1 54720 $50.0. q.,..,., I I .15150 40 8 I 5911 76 51361 51.090.75 5000 5000 558 na 51.411.t5. I 5.20 CO7,0,47,i 550000 Soto S. too oo 14 78878 „77, 11.00 08•80•521.10015170011741 so uu fuld.00i Kw 414”..4048! 7 5 TN 5001 5000 I SO CP Saw 141•8•0, I i 51.2)5 54.401.2S ... SOGIVIIIIIIIII•rV 1 to cx, sow $115.12 A um, 1 WOO 501 tu, .., $5.1019.0) ,5. 5...m, I • Woo.,. 5711.10 556.0001. 521. .=.2.1557.11/0 0: 511730 562,0000 514.06 .30050 540 49 551.38040 52390 ....=' 6I. 5,81000 6 178.11115 4 NO 11.1585 051.6 55, 25 51150 5821/ sp 550.00 so. 51.57000 so. 529.26 ss,„ ........r. 571125 $52.72 ....,1 1 511111.0-: 12 1 00 ''''•••••1' 56750 549 60 51.24060 511. 583501 15 1.5 06015•701 40 .11.A 1.500.5 ....0.56, 10001 480 O. 516151 511400 su No .. .0. 510 It. ,laukaaux h.. 511 No u ,,,,,,,,„ $42.25 50 co 5160)1_( Saco 516/S 500o plow. WO 200 08 So $54.15 554.75 $/1 /0003 521200.00 5 , 1 0 1 ,0 15 = .176651501..1 4 . 601 ‘, 2 52 soo. 56.01555 19 .4.4.1.680 "4.00 Set.7 06.. 103 IN $1111 $35sursuas__.1 511151 S60 1141 .00000 ' 11 ''' '1 52925 0/. 535.1• WI SO 011 SSI . IS SS Its oa 511. .15 ov 566 day 70, 550 .10,10•0101' ...• •60066,074600,0•00086 056.• 16 W 55130 56.412.50 500 ol 144.13 Cal 1.1,0.111.4.A4 5000 547, 3..11615 51442 Mme ' 5/600 .2.44n4 I 55500 56.97500 54.55150 51./50011 ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139. vreescrniarnibeachil.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax 786-394-4002 ADDENDUM NO. 2 ITB 2019-136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND March 25, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RESPONSES TO QUESTIONS RECEIVED. Ql: We would like to get a copy of last year's tabulation sheet. Can you help me with that please? Al: Please refer to Addendum No. 1 "Exhibit A". Q2: In order to quote this bid accordingly on the aggregates I need an idea of the material needed and approximate quantities. A2: Refer to Cost Proposal. Q3: Is the term of this contract two years? Does the bidder have a right to not extend the contract after two years? A3: The term contract is for two (2) years, and the bidder has the option to not renew the contract after the initial two year term. Q4: is the delivery address 451 Dade Blvd. aradior anywhere in the City of Miami Beach? A4: Deliveries may be made Citywide. There is not one specific location. Q5: Will the orders be based on full load or partial load? A5: Orders will be based on full loads. Q6: Do we have to bid on all the items listed in the Cost Proposal form? A6: The bidder does not have to bid on all the items. Q7: In the Instructions to Bidders, in Section 2. Purpose; and Section 3. Solicitation Timetable; the dates given indicate that responses are due on April 1 ADDENDUM NO. 2 INVITATION TO BID (ITB) No. 2019-136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND and a tentative decision by the Commission is expected on May 8, and yet the existing contract does not expire until March 2, 2020 (10 months later)? Do you intend to have such a long lead time or is the existing contract to be terminated early? A7: The City may replace the existing contract prior to the contract's expiration date. Q8: There was a question during the pre-bid meeting regarding the process for a contract renewal or extension, but the answer/clarification given at the meeting was not included in Addendum 1. The language of the ITB (Special Conditions, Term of Contract) states that "The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional three (3), one (1) year periods, on a year to year basis." The answer given at the pre-bid meeting indicated that approval was also secured from the contractor for any extension. Please clarify. A8: Refer to response A3 above. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado6fNuniamibeachfl.cov. Procurement Contact: Arju Yudasto Telephone: 305-673-7490, ext. 6695 Email: ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sin erely, enis P ocurement Director 2 ADDENDUM NO. 2 INVITATION TO BID (ITB) No. 2019-136-AY FOR THE PURCHASE OF AGGREGATE. TOP SOIL, AND SAND o ers are reminded to acknowledge receipt of this addendum as part of your ITB submission. ent Director 1 ADDENDUM NO. 1 INVITATION TO BID (ITB) No. 2019-136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139, www.miamibeaclagcv PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 ITN 2019-136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND March 7, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined)., I. REVISIONS. Section 0200, Instructions to Bidders, is hereby revised as follows: 72. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies soecific goods, services or facilities ("items") it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of $50.000 or less may be approved by the City Manaqer. City Commission approval is required for additional items with a cumulative value greater than $50,000. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. II. ATTACHMENTS. Exhibit A: Previous solicitation ITB No. 2015-042-JR bid tabulation Exhibit B: Pre-Bid Sign-in Sheet A forthcomin . addendum will contain responses to questions received Anyquestions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7490, ext. 6695 ArjuYudasto@miamibeachfl.gov EXHIBIT A: ITB No. 2015-042-JR bid tabulation 2 ADDENDUM NO. 1 INVITATION TO BID (ITB) No. 2019-136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND Description Qty/Tons ABC Transfer PRO Grounds Fla. Superior Price Total Price Total Price Total I Concrete Screening Sand 2000 S 25.50 $ 53,000.00 $ - $ - $ - $ - 2 Crushed Lime Rock Base 1500 5 20.35 s $ 30,525.00 $ - $ - $ - $ - 3 Ballast Rock g 4 150 $ 25.50 5 3,975.00 $ - $ - I $ - $ - 4 Pea Rock 150 $ 25.50 $ 3,975.00 $ - $ - $ - $ - 5 ASTM Rock g 57 1000 $ 2650 $ 26,500.00 $ - $ - $ - $ _ P.W. Total $ 117,975.00 $ - $ - 6 Mix Soil 70/30 25 $ - $ - $ - $ - $ 33.50 $ 837.50 7 Mix Soil 80/20 25 $ - 5 - 5 - $ - $ 32.25 $ 806.25 8 Seminole Chips 5 $ - $ - $ - $ - $ - S - 9 River Rock 5 $ - $ - $ - $ - $ - $ - 10 Mexican Beach Pebbles 5 $ - $ - $ - $ - $ - S - 11 Chattahoochee River Rock 5 $ - $ - $ - $ - $ - $ - 12 Sand PGP 25 5 35.00 $ 875.00 $ - $ - 5 25.20 $ 630.00 13 80% Sand / 20% Peat 75 $ - $ - $ - $ - $ 38.10 $ 2,857.50 14 Top Dressing 400 $ 35.00 $ 14,000.00 $ - $ - $ 25.20 $10,080.00 15 3/8" Fine chrushed brick 5 $ - $ - $ - $ - $ - $ - 1C+ Silica 100 $ 35.00 $ 3,500.80 $ - $ - $ 25.20 $ 2,520.00 17 Florida Native Red Baseball Clay 125 $ 35.00 $ 10,625.00 $ - $ - 5 3230 $ 4,062.50 P&R Total $ 29,000.00 $ - $ 21,793.75 1 Concrete Screening Sand 500 $ 23.50 $ 14,250.80 $ - $ - $ - $ - 2 Crushed Lime Rock Base 1000 S 22.35 $ 22,350.00 $ - $ - $ - $ - 3 Ballast Rock if 4 50 5 23.50 $ 1,425.00 $ - $ - $ - $ - 4 Pea Rock 50 S 23.50 $ 1,425.00 $ - $ - $ - $ - 5 ASTM Rock # 57 500 $ 23.50 $ 14,250.80 $ - $ - $ - $ - Emergency Total $ 53,700.00 $ - $ - Grand Total $ 200,675.00 $ - $ 21,793.75 3 i ADDENDUM NO, 1 INVITATION TO BID (ITB) No. 2019-136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND EXHIBIT B: Pre-Bid Sign-in Sheet 4 ADDENDUM NO. 1 INVITATION TO BID (ITB) No. 2019-136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND B EA C CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET 10:00 AM Procurement Departrrent 1755 Meridian Ave, 31'-' Floor Miami Beach, FL 33139 DATE. March 7. 2019 TTTLE: INVITATION TO 510 (ITS) 2019-136-AY FOR PURCHASE OF AGGREGATE, TOP SOIL AND SAND NAME COMPANY NAME EMAIL ADDRESS PHONE NO. IPLEASE PRINT) Ariu YJclasto City of Miami Beach! rilio bzIcasgy 305.673-7490 Procurement Depart:lent! ext. 6695 2 8-6124- LI) Eg 5 11E eq.+ oistz=svves 6ertzL4Ezea-a4-r-04A I-7u. -34744 So 3 AwYczy Fr7,441. eZ...4 yraryE27. 711 - 77! / -",',- 1 . 64 r _J,,' , 1 4 " h 'EX.% ' -." 756 77? rsie, r 0 ." - .., f , Li • ill' C . r : i .- if ..R? „.. I 1, 5 x6,311 1' 1L} ,4.iCeS. t,./1.j Pc00240a1,-.trex ,Q ,Lt4.43keeeside-E49... ecai 6 2 3C Cio LYLA !rat, C.rect-4 04.,3 ..Lbto; .7 viff elreleke, Q ft i -101- adit,C i id 4 7 a 11 1 2 13 IA 1 16 S ADDENDUM NO.1 INVITATION TO BID (ITB) No. 2019-136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND le _it VC 12r ICS 0",•C CM 3 I.; rW,A0-1),I.e....i.c....by A 1 8 4 esd! CeCiC 71%, -Gto-0 3 y, INVITATIO\ TO 3 ( ire FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND 2019-136-AY BID ISSUANCE DATE: FEBRUARY 28, 2019 BID DUE: APRIL 1, 2019 @ 3:00 PM ISSUED BY: MIAMI /\CH ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 x 6695 I ArjuYudasto@miamibeachfl.gov I www.miamibeachfl.gov MIAAAi BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 16 APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS B 2019-136-AY 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the "contractor[s]") if this ITB results in an award. The City utilizes PublicPurchase (www.publicourchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) for the supply and delivery of aggregate, top soil, and sand for the City of Miami Beach on an as needed basis. All materials supplied to the City under this contract shall meet the requirements of the FDOT Standard Specifications for Road and Bridge Construction, most recent edition. On November 25, 2014 the City issued Invitation to Bid (ITB) 2015-042-JR for Aggregate, Top Soil, and Sand. On February 11, 2015, the Mayor and City Commission awarded contracts to the lowest bidder(s). The existing contract is scheduled to expire March 2, 2020. The City of Miami Beach estimates the annual budget for this project to be $170,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued February 28, 2019 Pre-Bid Meeting March 07, 2019 at 10:00am Deadline for Receipt of Questions March 22, 2019 at 5:00pm Responses Due April 1, 2019 at 3:00pm Tentative Commission Approval Authorizing Award May 8, 2019 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Telephone: Email: A u Yudasto 305-673-7490 x6695 ArliYudasto • miamibeachfl •ov additionally, the City Clerk is to be coiled on all communications via e-mail at: RafaelGranado • miamibeachfl. ov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All ITB 2019-136-AY 3 M I AM 1, B EAC H responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&statelD=9&statename=Florida . Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: httb://www.miamibeachfl.qov/citv-hall/orocurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE • PROTEST PROCEDURES • DEBARMENT PROCEEDINGS • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES • CAMPAIGN CONTRIBUTIONS BY VENDORS • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES ITB 20 1 9-1 6-AY CITY CODE SECTION 2-486 CITY CODE SECTION 2-371 CITY CODE SECTIONS 2-397 THROUGH 2-485.3 CITY CODE SECTIONS 2-481 THROUGH 2-406 CITY CODE SECTION 2-487 CITY CODE SECTION 2-488 .111111•111110, 4 MAN ! BEACH • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2.371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allowed. The City will only ,contract with the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, ITB 2019-136-AY 5 .11A 1AM BEACH services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis ITB 2019-136-AY 6 ,AA AM BEACH through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder 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 shall maintain and retain any and all of 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. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be ITB 2019-136-AY 7 MAI BEACH submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard 118 2019-136-AY 8 PrVA,V BEACH production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturers standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidders facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidders bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidders record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidders performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. ITB 2019-136-AY 9 (\A AM ! BEACH 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. NOT USED. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for ITB 2019-136-AY 10 VIA& BEACH purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement 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. The above indemnification provisions shall survive the expiration or termination of this Agreement. ITB 2019-136-AY 11 M,AMI BEACH 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of ITB 2019-136-AY 12 MIAMI BEACH these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139. ITB 2019-136-AY 13 MIAMI BEACH 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any ITB 2019-136-AY 14 IAM I BEACH profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. ITB 2019-136-AY 15 V AM BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non- responsive. All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NO RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A). The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non- responsive. Non-responsive bid packages will receive no further consideration. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. ITB 2019-136-AY 16 APPENDIX "A" MIAMIBEACH Proposal Certification, Questionnaire & Requirements Affidavit ITB 2019-136-AY For the Purchase Aggregate, Top Soil, and Sand PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-136-AY 17 Solicitation No: 2019-136-AY Solicitation Title: For the Purchase of Aggregate, Top Soil, and Sand Procurement Contact. Arju Yudasto Tel: 305-673-7490 x6695 Email: ArjuYudasto@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 2019-136-AY 18 1. Veteran Owned Business. Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to l atef i rformance by rapillic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (induding your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.qovicity-halVprocurement/procurement-related-ordinance-and-procedures/ ITB 20 1 9-136-AY 19 8. Living Wagc. Pursuant to Section 2 408-of-the City of Miami-Beach-Cede, as same may be amended from time to lime, covered ": e^ •e: :.e t• •e e •e- •,1 e- same-(in-a-pailisular--year), • ee:.- - tee e• ••••-e - e -:•• e.r. _ - - - - - 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://vvww.miamibeachfl.aovicity-hall/orocurement/orocurement-related-ordinance-and- procedures/ ITB 2019-136-AY 20 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that 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 proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. - 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Receipt Initial to Confirm Receipt Initial to Confirm Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. ITB 2019-136-AY 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipients convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of-a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disdaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disdosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2019-136-AY 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposers Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposer's Authorized Representative: Date: ITB 2019-136-AY 23 APPENDIX B M AMII3EAL. "No Bid" Form ITB 2019-136-AY For the Purchase of Aggregate, Top Soil, and Sand PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for those vendors who have received notification o this solicitation but have decided not to respond, to complete and subml the attached "Statement of No Bid." The "Statement of No Bid" provide ihe City with information on how to improve the solicitation process failure to submit a "Statement of No Bid" may result in not being notified tore solicitations by the City. ITB 2019-136-AY 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Arju Yudasto, Procurement Contracting Officer I PROPOSAL # 2019-136-AY 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 ITB 2019-136-AY 25 APPENDIX C MIAMIBEACh Specifications ITB 2019-136-AY For the Purchase of Aggregate, Top Soil, and Sand PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-136-AY 26 1. Minimum Eligibility Requirements. Intentionally Omitted. 2. Specifications. The following specifications shall be considered the minimum acceptable requirement for each item. In cases where the specification is silent or unclear, all items, as applicable, supplied to the City of Miami Beach pursuant to this ITB shall comply with the standards or specifications established by the Florida Department of Transportation (FDOT). The Florida Department of Transportation Standard Specifications for Road and Bridge Construction is incorporated herein by reference. 3. Aggregate. When applicable, materials shall comply with the requirements of FDOT Standard Specifications for Road and Bridge Construction: DIVISION III • MATERIALS Section 901 (ALL) — Coarse Aggregate Section 911 (ALL) — Base and Stabilized Base Limerock Base 3.1. Crushed Lime Rock: As per FDOT specification 911, Based and Stabilized Base Limerock Base. This limerock shall be obtained from pits from which all overburden has been removed prior to blasting. It shall show no tendency to air slake or undergo chemical change under exposure to weather. For purposes of geological designation, all limerock mined below the 28th degree parallel of latitude in the State of Florida shall be considered only under the classifications of limerock — Miami Oolite Formation. The minimum percentage of carbonates of calcium and magnesium in the limerock material shall be 70. The maximum percentage of water-sensitive clay mineral shall be 3. The maximum percentage of organic matter shall be 0.5. Any constituents other than the above shall be silica or inert material. The material shall be non-plastic. The material shall be uniform in quality and shall not contain cherry or other extremely hard pieces, or lumps, balls, or pockets detrimental to the proper bonding, finishing or strength of limerock base. At least ninety-seven (97) percent (by weight) of the material shall pass a 3'/% inch sieve and the material shall be graded uniformly down to dust. The fine material shall consist entirely of dust fracture. The fragmenting or breaking up shall be done in the pit or elsewhere, prior to being loaded on bidder's truck, provided the specified gradation requirements are obtained. 3.2. Ballast Rock #4: As per FDOT specification 901, for course aggregate. 3.3. Pea Rock: As per FDOT specifications 901-1.1 through 901-1.4, for course aggregate. Rock size #89 unless otherwise specified at the time order is placed. ITB 2019-136-AY 27 3.4. A.S.T.M. Rock # 57: As per FDOT code #10, for coarse aggregate. NON-FDOT MATERIALS 3.5. Seminole chips: deep brownish red, crushed (1", 1"-3") (Bagged) 3.6 River rock: brown with cream and white, smooth rounded pebbles, W - 1/2", straight 3/4" (Bagged) 3.7 Mexican beach pebbles: -Black 5-8" (Bagged) 3.8 Chattahoochee River Rock: decorative natural stones or marble (bagged) 3.9 Fine Crushed Brick: 3/8" fine crushed brick (by tons) 3.10 Decomposed Granite: grey colored granite rock that is broken down 3.11 Crushed Coquina: mix of 50% crushed limestone and 50% crushed sea shell 4. Top Soil. Topsoil shall consist of natural loam, sandy loam, silty loam, silty clay loam or clay loam humus-bearing soils adapted to the sustenance of plant life and such topsoil shall be neither excessively acidic nor excessively alkaline. The organic content of the topsoil shall be not less than 5% or more than 15%. 4.1 Mix Soil 70/30: Silica quartz sand, 30% organic Florida peat, must pass through a # 4 sieve. 4.2. Mix Soil 80/20: quartz sand, constituency of the mixture must pass through a # 4 sieve, 20% organic Florida peat F.O.B. Pit 5. Sand. When applicable, materials shall comply with the requirements of FDOT Standard Specifications for Road and Bridge Construction: DIVISION Ill - MATERIALS Section 902 (ALL) — Fine Aggregate 5.1. 80% Divot Mix Sand and 20% Peat Humus Topdressing: Material tested and approved FDOT Spec (or approved equal) NON-FDOT MATERIALS 5.2. Concrete Screening: Crushed limerock and natural sand, course grade. Sieve size #4 screening to be no larger than .187 of an inch. ITB 2019-136-AY 28 5.3. Sand PGP: # 220 SILICA TRAP (Silica Sand) 5.4. Top dressing sand (304): Spec 304 USGA 5.5. Top dressing sand (329): Spec 329 DOT 5.5 Silica (Quartz) Beach Sand: shall be composed only of naturally occurring hard, strong, durable, uncoated grains of quartz, reasonably from coarse to fine. 5.6.Florida Native Red Baseball infield ClaylSand: Red in color, approximately 30% clay 70% sand; typical of red clay or terra cotta. Composition for baseball infield surface use, free of rock, roots, soil, sand pockets and any other foreign matter. ITB 2019-136-AY 29 APPENDIX D MIAMIBLA Special Conditions ITB 2019-136-AY For the Purchase of Aggregate, Top Soil, and Sand PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-136-AY 30 1. TERM OF CONTRACT. This contract shall remain in effect for two (2) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional three (3), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the two (2) year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an additional three (3), one (1) year terms, on a year to year basis, at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the vendors responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendors request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. 3. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty (30) calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the City in advance of the services being provided. In addition the invoice shall reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment. 4. DELIVERY REQUIREMENTS: The vendor shall have cement concrete plant-mix products, asphalt concrete, or aggregate, top soil, and sand, available for delivery, within 2 calendar business days after the date the order is scheduled by authorized City personnel, unless otherwise ITB 2019-136-AY 31 agreed to by the parties. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the vendor(s); except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the City of the delays, in advance of the original delivery date, so that a revised delivery schedule can be appropriately considered by the City. Upon delivery, all materials shall be unloaded by the vendor. Delivery shall be prior to 3:30 PM, Monday through Friday with-in the City of Miami Beach, which are considered REGULAR HOURS. From time to time the City may place orders for NON-REGULAR HOURS which are emergency orders to be delivered after hours (weekdays after 3:30 pm), weekends (Saturdays and Sundays) and/or Holidays. Should the vendor(s) to whom the contract(s) is awarded fail to deliver in the number of days stated above, the City reserves the right to cancel the order seek the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. Certain City employees may be authorized in writing to pick-up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact the appropriate user department to confirm the authorization. 5. BACK ORDER ALLOWANCES: The City shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the City within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, the City reserves the right to cancel the order, seek the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. 6. WARRANTY/GUARANTEE REQUIREMENTS: 6.1 TYPE OF WARRANTY COVERAGE REQUIRED: In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its product and/or service against faulty labor and/or defective material upon delivery of material to the City. This warranty requirement shall remain in force for the full period identified above; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. 6.2 CORRECTING DEFECTS COVERED UNDER WARRANTY: The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, upon delivery, and after the City notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the ITB 2019-136-AY 32 period specified, the City may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a City bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within 2 calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. 7. QUANTITIES. The quantity or amount specified herein are estimated only and not a commitment or guarantee of the amounts required by the City under this Bid. Vendor is not authorized to manufacture, produce, ship or perform unless it has received a release or request for a specific quantity for items/materials specified in the contract ordered pursuant to this bid by an authorized representative of the City. All invoices must be equal to or less than the cost specified in the contract. The City shall not be obligated or liable for any payments in excess of the amounts released or requested pursuant to this bid or for unit prices that exceed those stipulated in the contract. ITB 2019-136-AY 33 APPENDIX E MIAMIBEACH Cost Proposal Form ITB 2019-136-AY For the Purchase of Aggregate, Top Soil, and Sand PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-136-AY 34 APPENDIX E COST PROPOSAL FORM Failuie to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal bein . deemed non-res • onsive and bein . re'ected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Estimated Annual Item . Description, Quantity U / M Unit Cost AGGREGATE— Aggregate to be delivered to the City at the following unit prices in accordance with the bid s Total (Quantity X Unit_Cost) mcifications. 1 Crushed Lime Rock Base 1,500 TN $ $ 2 Ballast Rock # 4 150 TN $ $ 3 Pea Rock 150 TN $ S 4 A.S.T.M. Rock # 57 1,000 TN $ $ 5 Seminole Chips Deep Brownish Red, crushed (1", 1"-3"): (Bagged) 5 Pallets (60, 40 lb bags) $ $ 6 River Rock Brown with cream and white, smooth rounded pebbles, 1/4" - Y2", straight 3/4": (Bagged) 5 Pallets (60, 40 lb bags) $ $ 7 Mexican Beach Pebbles -Black 5-8" (Bagged) 5 Pallets 40 (60, bags) lb m $ $ 8 Chattahoochee River Rock (Bagged) 5 Pallets 0, 40 (6 bags)lb $ $ g 3/8" Fine Crushed Brick 5 TN $ $ 10 Decomposed Granite 150 TN $ $ 11 Crushed Coquina 300 TN $ $ TOP SOIL — Top Soil to be delivered to the City at the following unit prices in accordance with the bid specifications 12 Mix Soil 70/30, Silica quartz sand, 30% organic Florida peat, must pass through a # 4 sieve 25 TN $ $ 13 Mix Soil 80/20, quartz sand, constituency of the mixture must pass through a # 4 sieve, 20% organic Florida peat F.O.B. Pit 25 TN $ S SAND— Sand to be delivered to the City at the following unit prices in accordance with the bid specifications. 14 80% Divot Mix Sand and 20% Peat Humus Topdressing Material tested and approved Florida DOT Spec (or approved equal). 75 TN $ S 15 Concrete Screening Sand 2,000 TN $ S 16 Sand PGP # 220 SILICA TRAP (Silica Sand) 25 TN $ $ 17 Top dressing sand Spec 304 USGA 400 TN $ $ ITB 2019-136-AY 35 ADDITIONAL FEES FOR NON-REGULAR HOURS (REFER TO APPENDIX D, Section 4) Item Description U I M Unit Cost Mobilization charge to open and operate plant on weekdays, weekends (Saturdays and Sundays), and holidays after plant operational hours. Additional charge to deliver on weekdays, weekends (Saturdays and Sundays), and holida s after slant oserational hours. Per Order Per Ton 3 Emer enc Delive Char .e Per Order $ $ 1 2 18 Top dressing sand Spec 329 DOT 400 TN $ $ 19 Silica (Quartz) Beach Sand 100 TN $ $ Florida Native Red Baseball infield Clay/Sand. Red in color, approximately 30% clay 70% sand; typical of red clay or terra cotta. Composition for baseball infield surface use, free of rock, roots, soil, sand 20 pockets and any other foreign matter. 125 TN $ $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: B 2019-136-AY 36 APPENDIX F NA AM Insurance Requirements ITB 2019-136-AY For the Purchase of Aggregate, Top Soil, and Sand PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-136-AY 37 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. X)0( 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value .00 Liquor Liability .00 Fire Legal Liability .00 Protection and Indemnity .00 Employee Dishonesty Bond .00 Other .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2019-136-AY 38 ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by FEI/EIN Number Page 1 of 3 Flonda Department of State DIVISION OF CORPOP.- -NS 1.317l1;1,_,I trjl 0".."7.01011 ;! t! 1,2! irure f.,c ,'I Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation SUPERIOR LANDSCAPING & LAWN SERVICE INC. Filing Information Document Number P98000044604 FEI/EIN Number 65-0838100 Date Filed 05/18/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 02/16/2017 Event Effective Date NONE Principal Address 2200 NW 23RD AVE MIAMI, FL 33142 Changed: 01/12/2005 Mailing Address PO BOX 35-0095 MIAMI, FL 33135 Changed: 03/22/2012 Registered Agent Name & Address OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142-6551 Address Changed: 01/04/2005 Officer/Director Detail Name & Address Title PD OTERO, ORLANDO 2200 N W 23 AVENUE MIAMI, FL 33142 Title TD http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 5/29/2019 Detail by FEI/EIN Number Page 2 of 3 VALDES, MARIA 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title QCO MOREL, MICHAEL P.O. BOX 35-0095 MIAMI, FL 33135 Annual Reports Report Year Filed Date 2017 01/17/2017 2018 03/07/2018 2019 02/27/2019 Document Images 02/27/2019 — ANNUAL REPORT 03/07/2018 — ANNUAL REPORT 02/16/2017 — Amendment 01/31/2017 — Amendment 01/17/2017 — ANNUAL REPORT 01/22/2016 -- ANNUAL REPORT 01/11/2015 — ANNUAL REPORT 09/09/2014 — AMENDED ANNUAL REPORT 07/09/2014 -- Amendment 02/10/2014 — ANNUAL REPORT 11/13/2013 -- AMENDED ANNUAL REPORT 03/04/2013 — ANNUAL REPORT 03/22/2012 — ANNUAL REPORT 02/22/2011 — ANNUAL REPORT 04/01/2010 -- ANNUAL REPORT 03/12/2009 -- ANNUAL REPORT 04/25/2008 -- ANNUAL REPORT 01/15/2007 -- ANNUAL REPORT 01/17/2006 — ANNUAL REPORT 01/11/2006 -- ANNUAL REPORT 04/19/2005 — ANNUAL REPORT 01/04/2005 -- ANNUAL REPORT 01/30/2004 -- ANNUAL REPORT 03/24/2003 — ANNUAL REPORT 04/01/2002 -- ANNUAL REPORT 02/12/2001 -- ANNUAL REPORT 01/24/2000 — ANNUAL REPORT 02/19/1999 -- ANNUAL REPORT 05/18;1998 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format mage in PDF format http ://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 5/29/2019 Detail by FEI/EIN Number Page 3 of 3 si State 17/1;151,:0 or Car'oorat:o,s http://search.sunbiz.org/Inquiry/CorporatioriSearch/SearchResultDetail?inq... 5/29/2019 APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in Iroposal bein • deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Item Description AGGREGATE— Aggregate to be delivered to the City at the Estimated Annual Quantity following unitprices 1,500 U I M TN in accordance Unit Cost with the bid specifications. $ 30 23 Total (Quantity_X_Unit Cost) $ 45,337 50 1 Crushed Lime Rock Base 2 Ballast Rock # 4 150 TN $ 39.14 $ 5,870.63 3 Pea Rock 150 TN $ 41.85 $ 6,277.50 4 A.S.T.M. Rock # 57 1,000 TN $ 40.69 $ 40'687'50 5 Seminole Chips Deep Brownish Red, crushed (1", 1"-3"): (Bagged) 5 Pallets oo, ao tb bags) $ 488.25 $ 2 ' 441.25 6 River Rock Brown with cream and white, smooth rounded pebbles, W - 1/2", straight 3/4": (Bagged) 5 Pallets (60, 401b bags) la7 eag $ '-'`-' ' •'-''-' d. 1 836 75 41 ' ' 7 Mexican Beach Pebbles -Black 5-8" H.ged) 5 Pallets (60, 40 ib bags) 2,325.00 $ 11,625.00 $ 8 Intahoochee River Rock (Bagged) 5 Pallets , (6 b 40 l ags) b $ 302.25 $ 1,51 1.25 9 3/8" Fine Crushed Brick 5 TN $ 350.00 $ 1,750.00 10 Decomposed Granite 150 TN $ 144.15 $ 21,622.50 $ 33,480.00 11 Crushed Coquina 300 TN $ 1 1 1.60 TOP SOIL — Top Soil to be delivered to the City at the following unit prices in accordance with the bid specifications 12 Mix Soil 70/30, Silica quartz sand, 30% organic Florida peat, must pass through a # 4 sieve 25 TN $ 57.16 $ 1 ,429.1 0 13 Mix Soil 80/20, quartz sand, constituency of the mixture must pass through a # 4 sieve, 20% organic Florida peat F.O.B. Pit 25 TN $ 58.84 $ 1,470.95 SAND— Sand to be delivered to the City at the following uni prices in accordance with the bid specifications. 14 80% Divot Mix Sand and 20% Peat Humus Topdressing Material tested and approved Florida DOT Spec (or approved equal). 75 TN $ 115.32 $ 8,649.00 15 Concrete Screening Sand 2,000 TN $ 40.69 $ 81,375.00 16 Sand PGP # 220 SILICA TRAP (Silica Sand) 25 TN $ 49.60 $ 1,240.00 17 Top dressing sand Spec 304 USGA 400 TN $ 54.25 $ 21,700.00 ITB 2019-136-AY 35 ADDITIONAL FEES FOR NON-REGULAR HOURS (REFER TO APPENDIX D, Section 4) Item Description U I M Unit Cost 1 Mobilization charge to open and operate plant on weekdays, weekends (Saturdays and Sundays), and holidays after plant operational hours. Per Order 150% 2 Additional charge to deliver on weekdays, weekends (Saturdays and Sundays), and holida s after .lant operational hours. Per Ton 25% 3 Emer enc Delive Char .e Per Order $ 65% 18 Top dressing sand Spec 329 DOT 400 TN $ 54.25 $ 21 700.00 19 Silica (Quartz) Beach Sand 100 TN $ 51.15 $ 5,1 15.00 20 Florida Native Red Baseball infield Clay/Sand. Red in color, approximately 30% clay 70% sand; typical of red clay or terra cotta. Composition for baseball infield surface use, free of rock, roots, soil, sand pockets and any other foreign matter. 125 TN $ 55 80 $ 6 975 00 Bidder's Affirmation Company: Superior Landscaping & Lawn Service, Inc. Authorized Representative: Jesenia Otero Address: 2200 NW 23 Avenue Miami, FL 33142 Telephone: 305-634-0717 Email: jotero@superiorland caping.com , a Authorized Representative's Signature: e . — 4 , • IT B 219 136AY 41.011..121/i .1111..6111 VilEALIMMIG 36 Solicitation No: 2019-136-AY Solicitation Title: For the Purchase of Aggregate, Top Soil, and Sand Procurement Contact: Arju Yudasto Tel: 305-673-7490 x6695 Email: ArjuYudasto@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Superior Landscaping & Lawn Service, Inc. NO. OF YEARS IN BUSINESS: 35 NO. OF YEARS IN BUSINESS LOCALLY: 35 NO. OF EMPLOYEES: 250 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: NIA FIRM PRIMARY ADDRESS (HEADQUARTERS): 2200 NW 23 Avenue CITY: Miami STATE: FL ZIP CODE: 33142 TELEPHONE NO.: 305-634-0717 TOLL FREE NO.: 1-800-759-4156 FAX NO.: 305-634-0744 FIRM LOCAL ADDRESS: 2200 NW 23 Avenue CITY: Miami STATE: FL ZIP CODE: 33142 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Jesenia Otero ACCOUNT REP TELEPHONE NO.: 305_634_0717 ACCOUNT REP TOLL FREE NO.: 1-800-759-4156 ACCOUNT REP EMAIL: jotero@superiorlandscaping.com FEDERAL TAX IDENTIFICATION NO.: 65-0838100 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 2019-136-AY 18 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/storesIsemlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- erformance by an ublic sector agency? YES I X I NO SUBMITTAL REQUIREMENT: If answer to above is "YES,' Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfimov/citv-hall/procurement/procurement-related-ordinance-and-procedures/ ITB 2019-136-AY 19 - • er-which-the City may, at esumentrPrepeser-agrees-te ...•• • e ••. e• e• ng-Wage-requirernent-is se-and-procedures/: finesi-as-provided-in-the-Gity!s-Living-Wa • .t• : • et e• •••••: - t•••• t • eta - •:• • te•. d-may-further-subj ::: • : ,:•. ::•. SU rm shall-b 8. Living-Wage. Pursuant-te-Section-2-408-ef-the City-ef-Miami B ash-Cede,as-sa empl. • • . - - -* - ge-rates-listed-bele 1. Effective January4201-8rsevered-employees-must-be paid-a-living-wage rate of no-less than $11.62 per hour-with-health safe-benefits-of at least $2.26 per-lieurr, 01-a-Ovin • • ut-health-care-benefits. r-hour-with-health- sare-benefits of-at-least $2.74 per-hourrer-a-living-wage-rate-of-ne-less-than-$44:44-per-heur-witheut-health-sare-henefits, 3,—Effective-January 1, 2020, covered-empleyees-mus - . . • . • . • • . . : • • e 'th-health- 0-per-hour-without-health care-benefits, The-living-wage-rate-and-health care-benefits rate may, by Resolution of the City Commiscion-be-in4exe4-annually-for4riflation-ising the-Consurner-Prise-i• • e _ LI:t_•••:• e .tte-6-13ufeat4 nnual-ind shall exceed-three-percent (3%). The City may also, by re.olutieni-elest-not-te-inclex-the-living-wage rate-in-any-partisular-yearr, if it woul same-(in-a-eartieular-year), City's-electronic-serne 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive, proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? X YES NO • ..•..•. ' • •••:: •-. . . • : • . •.• • e: •:. •5 ••.1:••:• C. Please check all benefits that apply to your answers above and list in the 'other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and- procedures/ ITB 2019-136-AY 20 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that 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 proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm ipt Initial to Confirm Receipt Initial to Confirm Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. ITB 2019-136-AY 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any•differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2019-136-AY 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Jesenia Otero Title of Proposer's Authorized Representative: Estimator Sig ture of Proposer's Authorized Representative: i Ani, Date: 3/29/2019 --- v I il, ITB 201.9-1 36-A7 23 RESOLUTION NO. 2000-23879 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS PRIOR TO ENTERING INTO A CONTRACT WITH THE CITY OF MIAMI BEACH WHEREAS, the Greater Miami Chamber of Commerce ("GMCC") adopted a Model Code of Business Ethics (the "Model Code"); and WHEREAS, the City of Miami Beach is a member of the GMCC; and WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of principles to help guide decisions and actions based on respect for the importance of ethical business standards in the community; and WHEREAS, the GMCC encourages its members to adopt the principles and practices outlined in the Model Code; and WHEREAS, the Commission believes that each entity which does business with the City of Miami Beach should be required, as a condition of doing business with the County to adopt a Code of Business Ethics. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: Section 1. Each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the City Manager or his or her designee prior to execution of any contract between the contractor and the City. The Code of Business shall, at a minimum, require the contractor to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provisions of the City Code. Section 2. The Commission urges the Greater Miami Chamber of Commerce to require that all of its members adopt the Model Code of Business Ethics. Section 3. This resolution shall become effective immediately upon its adoption. PASSED and ADOPTED this 12th day of April 2000 ATTEST: YOR 47-,AAAk 0,A CITY CLERK APPROVED AS TO FORM & LANGUAC,17: & FOR EXECUTION GREATER MIAMI CHAMBER OF COMMERCE, MODEL CODE OF BUSINESS ETHICS STATEMENT OF PURPOSE The Greater Miami Chamber of CommerCe ("GMCC") seeks to create and sustain an ethical business climate for its members and the community by adopting a Code of Business Ethics. The GMCC encourages its members to incorporate the principles and practices outlined here in their individual codes of ethics which will guide their relationships with customers, clients and suppliers. This Model Code can and should be prominently displayed at all business locations and may be incorporated into marketing materials. The GMCC believes that its members should use this Code as a model for the development of their organizations' business codes of ethics. This Model Code is a statement of principles to help g uide decisions and actions based on respect for the importance of ethical business standards in the community, The GMCC believes the adoption of a meaningful code of ethics is the responsibility of every business and professional organization. Compliance with Government Rules & Regulations • We will properly maintain all records and post ail licenses and certificates in prominent places easily seen by our employees and customers; ▪ In dealing with government agencies and employees, we will conduct business in accordance with all applicable rules and regulations and in the open; • We will report contract irregularities and other improper or unlawful business practices to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. Recruitment, Selection & Compensation of Vendors and Suppliers • We will avoid conflicts of interest and disclose such conflicts when identified; Gifts which compromise the integrity of a business transaction are unacceptable; we will not kick back any portion of a contract payment to employees of the other contracting party or accept such a kickbadk. Business Accounting • All our financial transactions will be properly and fairly recorded in appropriate books of account, and there will be no "off the books" transactions or secret accounts. Promotion and Sales of Products and Services • Our products will comply with all applicable safety and quality standards; We will promote and advertise our business and its products or services in a manner which is not misleading and does not falsely disparage our competitors; Doing Business with the Government We will conduct business with government agencies and employees in a manner Which avoids even the appearance of impropriety, Efforts to curry political favoritism are unacceptable; • Our bids will be competitive, appropriate to the bid documents and arrived at independently; Any challenges to contracts awarded will have a substantive basis and not be pursued merely because we are the, unsuccessful bidder; We will, to the best of our ability, 1:3rform government contracts awarded at the price and under the terms provided for in the contract. We will not submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed. We will abide by all contracting and subcontracting regulations, • We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, their family members or business associates. • We will not seek or expect preferential treatment on bids based on our participation in political campaigns. Publid Life and Political Campaigns We encourage all employees to participate in community life, public service and the political process; We encourage all employees to recruit, support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues; Our contributions to political parties, committees or individuals will only be made in accordance with applicable law and will comply with all requirements for public disclosure. All contributions made on behalf of the business must be reported to senior company management; • We will not contribute to the campaigns. of persons who are convicted felons or those who do not sign the Fair Campaign Practices Ordinance. • We will not knowingly disseminate false campaign information or support those who do. 1 Jesenia Otero 1. , We" Company Name Corporate Officer 3/29/2019 Date Superior Landscaping & Lawn Service, Inc. ti 00 APR -6 PH 3: 9 CITY OF MIAMI BEACH OFFICE OF THE MAYOR & COMMISSION MEMORANDUM TO: LAWERENCE LEVY CITY MANAGER FROM: JOSE SMITH 1p COMMISSIONER " DATE: APRIL 4, 2000 RE: RESOLUTION REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS BEFORE ENTERING INTO A CONTRACT • WITH THE CITY OF MIAMI BEACH Please place the attached resolution on the agenda at the next meeting of the Mayor and City Commission on April 12, 2000. JS/jm Agenda Item (1 Date Ob References of Similar Work Project Description Start Date / End Date Final Project Cost Client Name Contact Person Information Providing excellent care to coastal and Rights-of-ways. Challenges include doing all the work with many rainy days 2017-2018 $1,300,000.00 City of Miami Beach Grounds Maintenance Coastal Areas 1700 Meridian Avenue Miami Beach, Fl. 33139 Jose del Risco / Assistant Director Ph: 305-673-7000 Ext 6276 Fax:786-394-4448 JoseDelRisco@miamibeachfl.gov Providing citywide landscape maintenance. No challenges encountered 2014-2017 $190,000.00 City of Hollywood Citywide Grounds Maintenance Services 2600 Hollywood Blvd. Hollywood, FL 33022-9045 Xavier Leal / 187,000 Contract Compliance Coordinator Ph: 754-208-8796 Email: XLeal@hollywoodfLorg Providing citywide landscape maintenance. No challenges encountered 2017 - 2018 $434,322.00 City of Miramar Landscaping, Irrigation Maintenance and Litter Control Services 2801 S.W. 186th Avenue Miramar, FL 33029 Billy Neal / Parks Superintendent Ph: 954-602-3344 bdneal@miramartgov Providing maintenance for vacant parcels, medians and rows. No challenges encountered 2016-2017 2015-2016 $ 60,000.00 $ 561,000.00 City of Bonita Springs Mowing & Maintenance of Vacant Parcels, Medians & ROW East Terry Street Landscaping and Maintenance 9101 Bonita Beach Road Bonita Springs, Fl. 34135 Joel Langaney / Project Manager 239-478-4614 F:239-949-6245 JoeLlanganey@cityotbonitasprings.org providing maintenance for certain medians and right of ways for the city. No challenges encountered. 2016-2017 $172,000.00 City of Boynton Beach 2 Year landscape Maintenance 100 E. Boynton Beach Blvd. Boynton Beach, Florida 33435 Glenda Hall / Forestry & Grounds Manager Ph: 561-742-6228 HalIG@bbfLus Providing citywide landscape maintenance. No challenges encountered 2017-2018 $439,862.00 Town of Miami Lakes ITB 2017-23 Grounds maintenance for city parks and ROWs 15150 NE 79th Court Miami Lakes, Fl 33016 Jose Orellana Green Space Maintenance Superintendent (305) 364-6100 Ext 1139 Fax: (305) 558-7974 Orellanaj@miamilakes-fl.gov Titt,2 17f ATintui POST THIS DOCUMENT IN A CONSPICUOUS PLACE. NOT TRANSFERRABLE OR VALID AT ANOTHER ADDRESS UNLESS APPROVED BY THE FINANCE DEPARTMENT, CITY OF MIAMI 444 S.W.2 AVE 6," FLOOR, MIAMI, FL 33130, PHONE (305)416-1918. THIS IS NOT A BILL DO NOT PAY Effective Year Oct. 1 2018 Thru Sep. 30 2019 RECEIPT FOR SUPERIOR LANDSCAPING & LAWN ISSUED Oct 01, 2018 TOTAL FEE PAID 215.00 ACCOUNT NUMBER 20790 RECEIPT NUMBER 13473 NAME OF BUSINESS SUPERIOR LANDSCAPING & LAWN DBA SUPERIOR LANDSCAPING & LAWN LOCATION 2200 NW 23 AV IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: LANDSCAPING This Issuance of a business tax receipt does not permit the holder to violate any zoning laws of the City nor does it exempt the holder from any license or permits that may be required by law, This document does not constitute a certification that the holder Is qualified to engage in the business, profession or o,.:_:upation specified heroin. The document Indicates payment of the business lax receipt only. 2019 Erica T. Paschal Finance Director FDOT RICK SCOTT GOVERNOR Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 MIKE DEW SECRETARY August 9, 2018 SUPERIOR LANDSCAPING & LAWN SERVICE, INC. 2200 NW 23 AVENUE MIAMI, FLORIDA 33142 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2019. However, the new application is due 4/30/2019. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DEBRIS REMOVAL (EMERGENCY), GRASSING, SEEDING AND SODDING, LANDSCAPING, IRRIGATION, TREE TRIMMING. You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, Alan Autry, nager Contracts inistration Office AA:cj www.fdot.gov V. Florida Irrigation Society Be it known that Orlando Otero Superior Lan r-] has- been (fury admitted as 9t4E/914EX of the Eforida Irrigation Society, and is entitled to the rights and privileges as provided in the constitution and bylaws of The Society, and is hereby presented this CYFRT/TICAJA.,-' Ott914E).(A/KBE through December 31, 2019 td • i /'------'''\tf'-':-----''\/..,:''.';c•:l,.. . .?" .ifiZN,;,,;? --tiN. ..0%f-'.• ,,...iv . —4v ',.. Y, , .1, ," lib. A./ i, ff. r, • .t . . • , ":...• r"4"' ' • ''- ---''7•}".. -\V"-----fr"------>l,. .t.. .51-1," .z.y.t. .,,, - r"---.77 N,-.---7-7';_ .:%:' 0. ‘,4 '1%.,.., •-• , .:?::‘‘'. .%- -N.', -411. 4ii:: ::"‘ ;' .. -it-.., 41*1 1;,. 1, e"ek---." ,-,-,--...\ - , t" .` (4-1.8 ' • 471,C1., . ,•';g8 .,-ifits,4,,, ,. •-4 .2.,.., , .p.4- -- '- 1;1. * if, %.1.1• '''. %1;%-A ` ". • • -...-k Z4 1 Y r$,*%11 ,-,f1 ,,,, V, ^, \ , P" .. ."•.‘,.. 4' .,., :•....: . 10.. 1.-: -----7-N\. V-------'"\t.e` -- \,..'" \t 41:14. ...2:',•:. \ \S!" _,4',;-1, /4- ••;44 i? ' Is,- 4?"'";-. '$').;'.;' P 4' '.1i.:, -% .... , .'4-,, '4 if ,'" ",z1 ''" -• ..iss... ,,•' -,,„. ,,,, . , , -,„„ • 6, 1 ,I,k \ 1 ' f; rf ' . ' qt . ' 1 ' i ' . ,, :.... , , "IX. 'Xis. '6W,...:.ZZ4q *N.N \-' -.. e ,, ..-„,. .,,,, F ..,. , 6,- •, . .......„ ,.......,„ ,...„..._ t. ,....?..7.,_ - --+L , .,_ •, ... - ,. .i., \ v. ,..- Kr • : : : :, , .- ' . = . , ,.. ..... Florida The mission . ____ ...... .)._ of ------ the SUPERIOR Nursery, Florida LAWN Nursery, Florida's Growers Growers & i s a through c.? . . .„ ..„,........i. ,, nursery Landscape and member , SERVICE, June & N6LA LANDSCAPING Association landscape is industry of the 30 2019 Landscape to promote INC.INC and protect the interests of & Association ',.: ? :•,,,' \N,- ,2 ..... i V S1.-)4 4.2 •. •.4 ._ . ..,„ ... •„<cust ,,,,„3 „,...:h • A., :'' ' ' 4*. f. 4 .,-./ ji, -.7 te " - • . 4- ,,....., .. 4. % -.. Member in good 2011 ', .‘ i , -,.-1; ' standing since ''' V\ ., 4 .,:. Ben Bo/usky, Executive Vice President FLORIDA NURSERY, GROWERS AND LANDSCAPE ASSOCIATION Leading Florida's Green Industry /.• ,(' -t-._„ -:, ' ;.:. '',., -,..,,,., ...„ -.',1; • , P ....1:.,.% ....1 . • • \ N., , ',„,k,,,. ..,,,,,,v /•,+, (.1. 'is -,::" -ea}44- --1 1,' -. -'%.,k,',/...;.- ,...,.. Ao,b .4,1)11 3 ::'..: ''• - -' A\ .,..: , 4' , if , .,. , 0 ,, l'• ... sk., s 41'.....t, ,. k :41, .•;,? t ,...$ , • ,,,,, e".%,' d',"40 ' g21 " 41:t .....04. -r,,; . .;,,, .gt 1... -4 i'1, at' 41 ,, 0,-- V'. ' -' •____IN,...., _.....,4,_ _AN.,_-24.-.:./N._ 4.7..A\•,...e., '',A\••.: •••;-_,4\,_" •.• L.......?.:;:r, ..4;74; • . •:, 41 ,- ,.. .. „, \\A , , 1 `;' 111- .:),., . .• ' ,,, .1N ,,,r,i '' \' 1 A')/'';'s• 04 \ I. I: s •is - - ,..,•: • - 't.-‘ 1, ,— -,,,::"•.0. :,:',%.-- • ,•4\ '"1-_A\,_ ....4\•,-.• ...4\:•••!"' '' '''. .•. fr ., , I Si, , 11 .."'''' ',44 $1.‘./ ,..• SUPERII OP ID: C7 ACC:PREY CERTIFICATE OF LIABILITY INSURANCE kbirag 1... DATE (MMIDDIVYYY) 11 /3 Oi 2 01 8 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must 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 BROWN & BROWN OF FLORIDA INC 14900 NW 79th Court Sulte#200 Miami Lakes, FL 33016-5669 Eric WoodlIng CONTACT Amag; Broderick Ureel PHONE FAX 305 714 4401 No, Est)* 306 -7'14-4400 (Ale, N91: - - _IALC. E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC II INSURER A :United States Fire Ins. Co. 21113 INSURED Superior Landscaping & Lawn Services Inc 2200 NW 23rd Ave. Miami, FL 33142 INSURER C: INSURER a:Bridgefield Casualty Ins Co 10335 INSURER D : INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL [NM SUDR WVD POLICY NUMBER POLICY EFF HAIWDO/YYYY1 POLICY EXP IMMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY 5432227605 S 12(0112018 12/0112019 EACH OCCURRENCE :MADE-TO-RENT ED- PREMISES (Ea occurrencel_ S 1,000,000 — — S 300,000 — I CLAIMS-MADE I X j OCCUR MED EXP (Any one person) S 10,000 PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I POLICY X 1j7 I J i LOC OTHER: PRODUCTS - COMFVOP AGG S 2,000,000 A X — X AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOSW NED NON-OWNED 1337448204 12/01/2018 12(01/2019 COMBINED SINGLE LIMIT (Ea accident) s 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per occident) s S A X UMBRELLA LIAB EXCESS LIAB X _ OCCUR CLAIMS•MADE 5238094185 12/0112018 12/01/2019 EACH OCCURRENCE S 1,000,000 AGGREGATE S 1,000,000 S BED RETENTION S B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE I OFFICER/MEMBER EXCLUDED? 1 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A BINDER 12/01(2018 12/01/2019 OTH- X I STATUTE ER E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE -EA EMPLOYEE S 1,000,000 E.L. DISEASE -POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS fi S ample" I LOCATIONS / uFfile ES fACORD 101, Additional Remarks Schedule, may be attached If more space Is required) CANCELLATION I I I sample, I 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 Brown end Brown of Florida, Inc. ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD 011251 Local Business Tax Receipt Miami-Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7179924 LBT BUSINESS NAME/LOCATION - RECEIPT'NO- " SUPERIOR LANDSCAPING & LAWN SERVICE INC RENEWAL 2201 NW 23RD CT 7460242 MIAMI FL 33142 EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter 8A - An. 9 & 10 OWNER SEC. TYPE OF BUSINESS SUPERIOR LANDSCAPING & LAWN SVC 106 PLUMBING CONTRACTOR C/O ORLANDO OTERO, PRESIDENT CFC1425682 Worker(s) 80 PAYMENT RECEIVED BY TAX COLLECTOR $255.00 .07/05/2018 - ECH ECK-1FC-200370 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or e certification of the holder's qualifications, to do business. Holder must comply with any governmental eteungovernruentat regulatory taws and.requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami-Dade Code Sec Sa-276. For more information, visit www.miamtdade,aositexcollector 010935 Local Business Tax Receipt Miami—Dade County, State ofFlorida -THIS IS NOT A BILL - DO NOT PAY 7202537 BUSINESS NAME/LOCATION RECEIPT NO. SUPERIOR LANDSCAPING & LAWN SERVICE INC RENEWAL 2200 NW 23RD AVE 7485323 MIAMI FL 33142 LBT EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS SUPERIOR LANDSCAPING & LAWN SVC NO GENERAL BUILDING CONTRACTOR BRIAN M DICKENS, QUALIFIER CGC1 507080 Worker(s) 10 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 07/05/2018 ECHECK-18-200370 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is note license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami-Dade Code Sec 8a-276. For more information, visit www.miamidademovitexcollector - LBT 010017 Local Business Tax Receipt Miami—Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 4050209 BUSINESS NAME/LOCATION RECEIPT NO. SUPERIOR LANDSCAPING & LAWN SERVICE INC RENEWAL 2200 NW 23RD AVE 5454996 MIAMI FL 33142 EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS SUPERIOR LANDSCAPING&LAWN SVC 0213 PEST CONTROL SERVICE LC116183 Employee(s) 1 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 07/05/2018 ECHECK-18-200370 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 requirementswhich apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami-Dade Code Sec 8a-276. For mere information, visit yvww.miamidade.00vitexcall ester 009781 Local Business Tax Receipt Miami—Dade County, State offlorida —THIS IS NOT A BILL — DO NOT PAY 4050209 LBT BUSINESS NAME/LOCATION SUPERIOR LANDSCAPING & LAWN SERVICE INC 2200 NW 23RD AVE MIAMI FL 33142 RECEIPT NO. RENEWAL 1593855 EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter BA — Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS SUPERIOR LANDSCAPING&LAWN SVC INQ13 SERVICE BUSINESS Employee(s) 1 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 07/05/2018 ECHECK-18-200370 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami—Dade Code Sec 8a-276. For more information, visit www.miamidade.govitaxcellecter CASIMIRO GORDILLO SUPERIOR LANDSCAPING & LAWN SERVICE INC P 0 BOX 35-0095 MIAMI, FL 33135 Regular Iiit‘V•VIJ7Arti • •;‘,. rrr Expires April 30, 2019 File No. Dale May 14, 2018 JE206456 Regular AGUSTIN RIVAS SUPERIOR LANDSCAPING & LAWN SERVICE INC P 0 BOX 35-0095 MIAMI, FL 33135 COMMISSIONER ATTACH PHOTO ON REVERSE Signature COMMISSIONER ATTACH PHOTO ON REVERSE 1 Wallet Card - Fold Here II VIAND 01.1r. IVY:AMU AV NW/ il.rer.Wiisi-11 V efRiT 111-4.Vl I ImilM.MOCX/ Afirm A gmal!..N.M.417/ 11..??To A weril.W.A"....W AMA .11.1s111KNANNYI7W.n.rs A acil.M.W.WA- Expires April 30, 2019 File No. Dale May 14, 2018 JB160603 SUPERIOR LANDSCAPING & LAWN SERVICE INC P 0 BOX 35-0095 MIAMI, FL 33135 Lawn and Ornamental Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Department of ggricutture anb Conlon' &erbIrca BUREAU OF LICENSING AND ENFORCEMENT SUPERIOR LANDSCAPING & LAWN SERVICE INC 2200 NW 23RD AVE PEST CONTROL COMPANY FIRM JB160603 HAS PAID THE PEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2019 Signature COMMISSIONER Y4 S 4 4 4 STATE OF FLORIDA epartment of Sgrictitture imb QCongtimer Stierbiref5 BUREAU OF LICENSING AND ENFORCEMENT THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT 2200 NW 23RD AVE MIAMI, FL 33142 ADAM H. PUTNAM, COMMISSIONER STATE OF FLORIDA Paepartment of Rgictitture anb congumer aerbials BUREAU OF LICENSING AND ENFORCEMENT CASIMIRO GORDILLO SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE153143 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2019 Signature 1 Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Zicpartment of Zgricutturc anb ComIumer &Mica BUREAU OF LICENSING AND ENFORCEMENT AGUSTIN RIVAS SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE206456 HAS PAID THE FEE. REQUIRED BY CHAPTER 482 FOR THE I'ERIOD EXPIRING April 30, 2019 BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD. BLDG. 8 TALLAHASSEE, FLORIDA 32399.1650 IGEM3222ZRIVikr• STATE OF FLORIDA epartment of Rgritutture nith Con5umer )erbice.g BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires May 14, 2018 JE153143 April 30, 2019 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC MIAMI, FL 33142 ADAM H. PUTNAM. COMMISSIONER STATE OF FLORIDA r)epartnient of Ogricutture nub Con5tinter g)crbicez BUREAU OF LICENSING AND ENFORCEMENT THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC MIAMI, FL 33142 ADAM H. PUTNAM. COMMISSIONER ATTACH PHOTO ON REVERSE Signature COMMISSIONER File No. Expires April 30, 2019 Date May 14, 2018 JE245271 JOSE ROMERO SUPERIOR LANDSCAPING & LAWN SERVICE INC P 0 BOX 35.0095 MIAMI, FL 33135 Regular ATTACH PHOTO ON REVERSE Signature COMMISSIONER COMMISSIONER Signature ATTACH PHOTO ON REVERSE tjrz.V.M5s01 T selfinlif*. t.. \Was ei g 0 STATE OF FLORIDA 13epartment of agriculture anti Congumer goerbicez BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires May 14, 2018 JE245269 April 30, 2019 P 4 .., 41 ".-.•': 4 gr THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT ., • SUPERIOR LANDSCAPING & LAWN SERVICE INC 4 MIAMI, FL 33142 t , Regular MARIO RODRIGUEZ SUPERIOR LANDSCAPING & LAWN SERVICE INC 2.,:`, t?, :.' P 0 BOX 35-0095 ,x MIAMI, FL 33135 1 6 ,.-----3Z,_.gf,..... '.,., $ ADAM H. PUTNAM, COMMISSIONER 1 ..,:, ,..4;'. A IstqAMN-4:"///.1. Al 1 Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Thepartmeut of agriculture anti Conounter berbirecs BUREAU OF LICENSING AND ENFORCEMENT MARIO RODRIGUEZ SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE245269 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2019 if am .i mry:twatoi mat menetwassokir " filLe,IANYVbso V anti% 11,12eMNitsmIr '1 MAN.. Wei 4. 0 STATE OF FLORIDA ill f i ;Department of agriculture nub Con5utner gerbireg BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires -, ., 1 ,, ie May 14, 2018 JE245268 April 30, 2019 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER • %,,_ THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 1 30, 2019 AT :; SUPERIOR LANDSCAPING & LAWN SERVICE INC MIAMI, FL 33142 .1. JOSE ARISTIDES RIVAS Regular SUPERIOR LANDSCAPING & LAWN SERVICE INC • P 0 BOX 35-0095 MIAMI, FL 33135 SI e e---212.—.1----, ADAM H. PUTNAM, COMMISSIONER NMInMOS&SSiZZ9 Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Vieuartm Arg ent Of icultuce dub C011011111¢r g)erOircid BUREAU OF LICENSING AND ENFORCEMENT JOSE ARISTIDES RIVAS SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE245268 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2019 Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA 7:Department of agriculture dub Congunter berbiceo BUREAU OF LICENSING AND ENFORCEMENT JOSE ROMERO SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE245271 HAS PAID THE FEE REQUIRED BY CI [AFTER 482 FOR THE PERIOD EXPIRING AprIl 30, 2019 ILLIIVIThritik WM' A 7 "NfficedtilaWM 7111....41111WAN1 4- itlitrePAVA3 VAIL retclIfir"ViVai —....1 STATE OF FLORIDA ;Department of Zfgriculture anb c[C otWunter aerbiceg BUREAU OF LICENSING AND ENFORCEMENT THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC MIAMI, FL 33142 ADAM H. PUTNAM, COMMISSIONER WAWA. ma. N.. ilia). -1 ccaaatuv x11 Mt! Au, r 1 maa1.1, a.f./.11A44 it_toYafre.:Weat.-10-mYffbrANAN11,‘ Ed mYtiiirrockWros 1I tolf/M'ANNWtti+ A/ mIeffirosValyi ,I File No. JE271886 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC MIAMI, FL 33142 OSMANY MARTINEZ SUPERIOR LANDSCAPING & LAWN SERVICE INC P 0 BOX 35-0095 MIAMI, FL 33135 STATE OF FLORIDA Bcpartnient of Agriculture club Cougunter &)erbiceiS BUREAU OF LICENSING AND ENFORCEMENT OSMANY MARTINEZ SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE271886 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2019 Signature COMMISSIONER ATTACH PHOTO ON REVERSE Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA oepartment of agriculture nub Conciunter aerbirecs BUREAU OF LICENSING AND ENFORCEMENT Regular I Date May 14, 2018 Expires April 30, 2019 ADAM H. PUTNAM, COMMISSIONER ATTACH PHOTO ON REVERSE Signature COMMISSIONER File No. JE271887 Date May 14, 2018 Expires April 30, 2019 Regular HEBERTO J RODRIGUEZ SUPERIOR LANDSCAPING & LAWN SERVICE INC P 0 BOX 35-0095 MIAMI, FL 33135 ADAM H. PUTNAM, COMMISSIONER -:' 7 t 7TC45iri7 vIAW.N.w./.0/1A04 fl-ts Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 • 4 STATE OF FLORIDA Kleuartment of Agriculture anb Comiumer anrbiresi BUREAU OF LICENSING AND ENFORCEMENT HEBERTO J RODRIGUEZ SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE271887 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2019 STATE OF FLORIDA Mepartment of agriculture nub Commuter atthite5 BUREAU OF LICENSING AND ENFORCEMENT THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC MIAMI, FL 33142 A sollANNVi_7141 Ara at Al .m1MA ,41,7"/AVrio A a -AWN., 1111,!?ra A orgl..V.A\NY WA 'Atria A issilk\INNY to A'. STATE OF FLORIDA Department of agriculture anb Commuter §5erbiceli BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires May 14, 2018 JE44120 April 30, 2019 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC MIAMI, FL 33142 J • Certified Operator DANIEL H ACKENBRACK SUPERIOR LANDSCAPING & LAWN SERVICE INC P 0 BOX 35-0095 MIAMI, FL 33135 COMMISSIONER Signature ATTACH PHOTO ON REVERSE VI MN:MAN fl. 14 1 STATE OF FLORIDA ;Department of agriculture imb Coosiumer aerbice5 , zi BUREAU OF LICENSING AND ENFORCEMENT ttl ..1 Date File No. Expires / May 14, 2018 JE271889 April 30, 2019 4 t< f - ; THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April .3 .-% 1 30, 2019 AT j SUPERIOR LANDSCAPING & LAWN SERVICE INC i MIAMI, FL 33142 ? i 0.. R DOLFO HAWKINS Regular SUPERIOR LANDSCAPING & LAWN SERVICE INC i% P 0 BOX 35-0095 t .4 E MIAMI, FL 33135 4 1 sc. ,I., ADAM H. PUTNAM, COMMISSIONER '': If. - i no A., rarta dIVANywri V rkrforitan.‘ \ %Yam •Y oraf1/40-4-M, Y tr • r im,,ryxj. yissr v • f 1 ("N U y ,_.,y . .4 1 STATE OF FLORIDA :c.' 5 :3eporttiteltt of Agrictature anb CotiMititer aierbiteg .'r., BUREAU OF LICENSING AND ENFORCEMENT ... Date File No. Expires P, May 14, 2018 .1E271888 April 30, 2019 1 ,..:;•• THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER c, THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2019 AT r SUPERIOR LANDSCAPING & LAWN SERVICE INC 1 MIAMI, FL 33142 ';.' i MARTIR M AMAYA Regular 'i :.: SUPERIOR LANDSCAPING & LAWN SERVICE INC P 0 BOX 35-0095 Yi I MIAMI, FL 33135 :: ----2a..........c,--,.... ,‘,..; ADAM H. PUTNAM, COMMISSIONER il.` 4 IN t"A 1•31In N".171/41..tar A r1-55ANN-4.71//),?Tra A .1-,..!M•47///1.rres A rISIN.VM57F/M. A 1•31.N1\A,V.Mht. Al Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA /department of Agriculture ant) Concsitiver &cairns BUREAU OF LICENSING AND ENFORCEMENT RODOLFO HAWKINS SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE271889 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2019 Signature COMMISSIONER ATTACH PHOTO ON REVERSE I STATE OF FLORIDA Isepartliteitt of Agriculture iut(1 Coituunter g)etticto BUREAU OF LICENSING AND ENFORCEMENT MARTIR M AMAYA SUPERIOR LANDSCAPING & LAWN SERVICE INC Ill CARD HOLDER JE27I888 HAS PAID THE FEE REQUIRED BY CHAPTER 012 FOR THE PERIOD EXPIRING April 30, 2019 Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD. BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Mcpartment of agriculture 410 Constituter &erbirecs BUREAU OF LICENSING AND ENFORCEMENT DANIEL H ACKENBRACK SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE44120 Certified Operator HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2019 Signature COMMISSIONER ATTACH PHOTO ON REVERSE I trANViissm wlef .1' It .0-4.1.Wiisve actisl 11.64,,\VCiaSsw'l ts • Vet 1.1:%.\\ VW ]. rlii'llife`tWiNitsr, ADAM H. PUTNAM, COMMISSIONER 'VOW Mira A rtSINNWSYMA!?ra asSIM1N-AMI.rint A urrOVANIurill.arra em1W.V4.07.fht•te August 8, 2018 BROWARD COUNTY TREE TRIMMER LICENSE STANDARDS FOR MAINTAINING YOUR BROWARD COUNTY TREE TRIMMER LICENSE I. The following shall be available for inspection at every work site where tree trimming is being carried out: • A copy of the company's Broward County Tree Trimmer license • Proof of the company's current insurance coverage • At least one person should possess a current Tree Trimmer training card. Current training cards reflect that training was completed within • the past two (2) years • Picture identification issued by a government entity or agency 2. At least one trained person must be available at every work site where tree trimming is being carried out. 3. The company's Tree Trimmer license number shall be prominently displayed on both sides of vehicles used in tree trimming. 4. Tree trimmer license number must appear in ads offering tree trimming and/or removal services. Advertisements include business cards, telephone directory advertisements, quotes for tree services, flyers and vehicles advertising tree services. 5. License holders shall ensure that all employees engaged in tree trimming are adequately trained regarding safety procedures in accordance with applicable federal and state law including the federal Occupational Saftey and Health Act of 1970 (OSHA). 6. Retraining is required before licenses can be renewed. Tree trimmer licenses are renewable every two years. 7. Each license holder shall notify the County, in writing, if there is a change in any of the standards required for licensure. BIVONARD COUNTY FLORIDA CLASS:A TREE TRIMMER LICENSE EXPIRES: A- 383 08/31/2020 SUPERIOR LANDSCAPING & LAWN SERVICE. INC. 2200 NW 23 AVENUE MIAMI, FL 33142 TRAINED EMPLOYEE- MICHAEL MOREL SUPERIOR LANDSCAPING & LAWN SERVICE, INC. 2200 NW 23 AVENUE MIAMI, FL 33142 204-4A (Rev. 10/12) PC201249985 14..4) STATE OF FLORIDA l)eporttitctit of Zfgriculturc aub Committer aerbicus BUREAU OF LICENSING AND ENFORCEMENT Date October 4, 2016 File No. LF2S1295 Expires October 4, 2020 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: October 4, 2020 MARCO ANTONIO MANZO 1434 SE 14 ST CAPE CORAL, FL 33990 ADAM H. PUTNAM, COMMISSIONER OT-724.i.WILte,4--4-trratt --TrIms),-8atplerrrsieTaxoty STATE OF FLORIDA lepartittetit of agriculture attb Coultinter aerbiceti BUREAU OF LICENSING AND ENFORCEMENT MARCO ANTONIO MANZO LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF251295 11AS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING October 4, 2020 Signature COMMISSIONER Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 IFlorida RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY 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. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,-FLORIDA STATUTES DICKENS; -BRIAN- MATTHEW SUPERIOR LANDSCAPING & LAWN SERVICE INC 't0`.), 2200 NW 23RD AVENUE S : MIAMI - FL 33142 LICENSE NUMBER: CGC1507080 . - - — - — EXPIRATION DATE:.LAUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com p4T IE . _., Or ,'' ' oll i 'tTNE, t, WE_ K. -4El• • • L--." - .1 • -1. '-:. • Fs ar. _--. RICK SCOTT, GOVERNOR • DEPARTMENT THE PLUMBING i This is your license. CONSTRUCTION-INDUSTRTLICENSING PROVISIONS JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA OF BUSINESS:AND-PROFESSIONAL REGULATION BOARD CONTRACTOR HEREIN IS CERTIFIED UNDER THE OF CHAPTER 4$9-,-FLORIDA STATUTES , In LEVY; :BERNARD -A - •, Florida SUPERIOR LANDSCAPING & LAWN SERVICE INC 11231 SW 1ST. COURT ,a, PLANTATION . FL 33325;426' ,z:i LICENSE NUMBER: CFC1425682 EXPIRATION-DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. It is unlawful for anyone other than the licensee to use this document. Florida Department of Agriculture and Consumer Services Pesticide Certification Office This card is your license. It authorizes you, the license holder, to purchase and apply Restricted Use Pesticides (RUPs). Please sign your card and keep it with you when applying or purchasing RUPs. floriba 3cparhocnt of Sgriculture ad Cornflour acciiittd Pesticide Certification Office Commercial Applicator License License # CM23229 SANDS ILL PAUL LEONARD Categories 3558 FLORIDA AVE 5A, 21, 6, 3 MIAMI, FL 33133 Issued: November 2, 2018 :Signature of Licensee . The &aye individual Is Licensed under the provisions of Cup. 417. F.S. to purchase .,d apply restricred use punkin.. Expires: October 31, 2022 ADAM H. PUTNAM, COMMISSIONER FDOT This Certifies that Julio Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. Date Expires: 05/09/2021 Certificate # 28649 Instructor. Messier R. Gilchrist FDOT Provider # 140 Metro Florida Safety Council Phone: 954-603-1900 Tri-County Dade,Broward,Palm Beach, metrofloridasafetycouncil.com mlyons@metrofloridasafetycouncil.com METRO Certificate of Completion Julio Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 05/09/2021 140 Messier R. Gilchrist 28649 Date Expires FDOT Provider # Instructor Certificate # Metro Florida Safety Council Tri-County Dade,Broward,Palm Beach, metrofloridasafetycouncil.com mlyons@metrofloridasafetycouncil.com FDOT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com INTERNATIONAL SOCIETY OF ARBORICULTURE CERTIFIED ARBORIST' Michael Morel Having successfully completed the requirements set by the International Society of Arboriculture, the above named is hereby recognized as an ISA Certified Arborist® Kevin Martl e Director of Credentialing International Society of Arboriculture FL-5372A Certification Number r Caitlyn Pollihan Executive Director International Society of Arboriculture #0847 ISO/IEC 17024 Personnel Certification Program ISA Certified Arborist" 28 Jan 2006 30 Jun 2021 Certified Since Expiration Date ,\070EC110A1 FLORIDA I rt" Org., VV ~II solevi % FLORI GV38971-1 Certificate # GV38971 Certificate of Training Best Management Practices Florida Green Industries UF IFAS UNIVERSITY of FLORIDA Department of Envll vonerneMa PriMection UF IFAS UNIVERSITY of FLORIDA GI-BMP Trainee ID: GV38971 Certification date: 1/29/2016 2600 Blair Stone Road, M.S. 3570 Tallahassee, Florida 32399-2400 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program. Your certificate of completion and wallet card are attached. If there are errors in the certificate, or if we can be of further assistance, please contact the GI-BMP Office of the UF/Florida-Friendly LandscapingTM Program at gi.bmp@ifas.ufl.edu or (352) 273-4517. Please note that this training certificate alone does not authorize you to apply fertilizer commercially after January 1, 2014. You must take additional steps to become licensed for commercial fertilizer application in the state of Florida. The Limited Urban Commercial Fertilizer Applicator Certification (state "Fertilizer license") is issued by the Florida Department of Agriculture and Consumer Services (FDACS). Apply online: https://aesecomm.freshfromflorida.com . The certificate number from this document is required to apply for Fertilizer Applicator Certification. For assistance contact: The Bureau of Licensing and Enforcement, (850) 617-7997 If your test score is 90% or greater, you may be eligible to become a GI-BMP Instructor: Test Score: 85% http://fyn.ifas.ufl.edu/professionals/instructor_program.html Beatriz Gerdts 12578 SW 125th Ter Miami, FL 33186 State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Beatriz Gerdts GV38971-1 GV38971 Certificate # Trainee ID # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM ir447112:14-77171e719fltrgt7ArigiffAgPMWAIVITIRAW17,57441.,1%7NAVA r--- ‘. , 4A1 ';-A411rWA 1 Efts: C. W1 014: #1/141\0Kwi*ArASih VP1;fifli ‘1/4N444 Zs*, ®~ -710 itOks, 7-X.41), ,f941114A kAk. D. Rainey Issuer Instructor Not valid without seal Trainee ID # P ta has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by the Florida Department of Environmental Protection with the University of Florida Institute of Food and Agricultural Sciences. The undersigned hereby acknowledges that II eatriz Gerdts 1/29/2016 Date of Class DI7 Program Administrator State of Florida DEPARTMENT OF Er....:VIRONMENTAL PROTECTiON Casimir° Gordillo GV24687-1 GV24687 Certificate TxaiuccID # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Instructor Department of Protectkm --77.1u I -sr As `LJ'} 11.F UNIVERSITY of FLORIDA Tallahassee, Florida 32399-2400 GI-BMP Trainee ID: GV399887 Certification date: 9/28/2016 2600 Blair Stone Road, M.S. 3570 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program. Your certificate of completion and wallet card are attached. If there are errors in the certificate, or if we can be of further assistance, please contact the GI-BMP Office of the Florida-Friendly Landscapingrm Program at gi.bmp@ifits.ufledu or (352) 273-4517. Please note that this training certificate alone does not authorize you to apply fertilizer commercially after January 1, 2014. You must take additional steps to become licensed for commercial fertilizer application in the state of Florida. The Limited Urban Commercial Fertilizer Applicator Certification (state "fertilizer license") is issued by the Florida Department of Agriculture and Consumer Services (MACS). Apply online: https://aesecomm.freshfromflorida.com. certificate number from this document is required to apply for Fertilizer Applicator Certification, For assistance contact: The Bureau of Entomology and Pest Control, (850) 617-7997 If your test score is 90% or greater, you may be eligible to become a G [-BM() Instructor: Test Score: 78% h ttp:/ / fyn.ifas.0 fl.edu/pro fessionals /instructor_program.html Marco A. Manzo Superior Landscaping & Lawn Services 6220 Topaz Ct Fort Myers, FL 33966 State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Marco A. Manzo GV399887-1 GV399887 Certificate # Trainee ID if GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Revavi TvirivdAtwkwyympiwAkimipligeirmigNaThrtAWNIWA' ii,e,a04-A !I! • Aors,A .113 uipiegkekviintlyeirAnvouvvy, kottwAt,_.;4,0awkNy4‘,/t,,(0,441,‘,44 f.14- 'evir.,,,S1 • tor- - f "- e • /: • " • VI A+ 4 p fl 44 Trainee ID # k1311 1 *4- .1"-49 1;>0 11,0 /-1) .zo..;i1 011 _ fr.),A110/7111111 • Alk."1,174111‘VilklA 1 ANVWK-1941111*.$17* 04,1 /4"10*_,4,46,4111--Mer:11 ,110. he.td kkeko.,Neyet-iii A MA. Ox.Narif.dii AA ‘‘Ax:Vd10 , A 4I ik1,..VVITO .11A abil ...chi 11AN:Iirif dt lik*I01 r • it+ Issuer Nut valid without seal FtoRnsr. GV399887-1 Certificate tr GV399887 The undersigned hereby acknowledges that Marco A. Manzo has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by the Florida Department of Environmental Protection with the University of Florida Institute of Food and Agricultural Sciences. D. Rainey 9/28/2016 Certificate of Training, Best Management PracticeS Florida Green. Industries UFIIFAS UN I V E WATT of 11.011 IDA Date of Class DP Program Achninistrator 8661_ sAvosso qivaelq013 NI MLR '1010130 eyeoossupIlei uppoH so elms eqs so lees tue.10 pue pueq Japan MAID TO91717000086d sl uomodion ells) Jequinu luownoop eqt 'ow) smi. so slalom aui Aq umoqs se `8661.181. Ally uo s uolltuodloo eppold u “0111301ALSS NMV1 vit NIcIVOSCIN11111:1011:13:111S so uoileiodiooui to selogiv eql so Adoo penoo puu Gong u minim eqs Appeo s .• •• c•4_,D) (....),•.) (....1....•>(«ts ig•• •• at.. •• 7(..! rIr••...•• 1.• , ... ',t9;1140 • "57 .6"19 ) (114161.4 \Yrite..);:rVi..10"." CV.I.:Vitt Vie \ WillVii)\ Vet% riari4riter7.7.((i\VArriA'A e) '. Mr • i 1 .. r/Owfolrele731171111.51•110,31r.*Ii1,4.W.rWtrigiA)11:o. z!A. / .lici...••• ..i. rtil. 74 ,: .",/, (1' ,., ap2.1Wp Inganag (96-z) ga03a10 'C'(1)1 4 :- ...--4, . I... muift.trrlite-d Izakramso ,.-,,,,,-Al., 2i)rcii: Myk; ..,,, (.. ti) 4.- • : ..: , ' 4"07-cs .7i", .z.w.t • w . C",g.A19 ,' 'r7P.-- .. ,-,, - 4: ,r,k1,4 .11 . -, . --,:t...- • J c.. 1 4!):: 720 ,..„, PIO r f A 6v: if "i l l ?01 '', *;;;,. .,4 „; -,- ' tp: .40, ;ri V 1•01: r I LI 41% :3)-4 !?.(01.-- .k . 1W tit 4I t • :;1( ki 47: .4 ? Zol'J t; I) "tr44 IP A Pcil 441.4)7 is *Li -101: 11 -0k1 di If -4‘ a Ini 0 JLT lUaltli3ntiaff 410 _AN 1,0 v-.t I, 7-1 4 4 :), k .1 h • e V. ft ff' iv g 4i " ld11stx ,.. olvefimx 7. .joaaroy i-pvfc 1.1krt.4 • 2c;• ••.7 pp•/,r 1l•.7?•1<1•• t\witWeitdeEv31741.‘. • ..;, 547(tIWIW4 ( ,*W. • Ot •1 g I tr e % ita itY f AT. ,c,C=t;s.r i , Rt; ;-:, tO r)A. lip); tit lo ci, 2 lz ;..' MP, 43) et 76) , Le- 4 0,,cir. 71:9 4.)/•1 Z(01 ..,C.i. 41)4. *.q.: t, ;:). -.;),(rt. 14,0) ;toik,. t.01,(1 1y1, ! - vf ti. if oi sl : a . .. 3,1 te- IP' r(61 ,k * it0e, ••4 • to ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F MIAMIBEACH Insurance Requirements ITB 2019-136-AY For the Purchase of Aggregate, Top Soil, and Sand PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 2019-136-AY 37 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value .00 Liquor Liability .00 Fire Legal Liability .00 Protection and Indemnity .00 Employee Dishonesty Bond .00 Other .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. 4,1.17S, ITB 2019-136-AY 38