Loading...
Res No 157-17-14958RESOLUTION NO. 157-17-14958 A Resolution authorizing the City Manager to execute a contract with Mainguy Landscape Services for the Tree Planting Project, the cost of which is to be partially offset by funds from a Miami-Dade County grant. WHEREAS, Miami-Dade County, by and through its Office of Neat Streets Miami, has awarded the City a matching grant not to exceed $10,000. The grant will provide funding for the Community Redevelopment Area (CRA) Tree Planting Project which will allow the City to plant trees inside the CRA; and WHEREAS, the original scope anticipated that fifty (50) trees would be planted; and WHEREAS, after further consideration, and with County's approval, the City issued a' request for quotes for two quantities, fifty (50) and thirty-tree (33); and WHEREAS, on June 30th the City's Procurement Department received five (5) proposals in response to the Invitation To Quote #ITQ-PL20 17 -14; and WHEREAS, the lowest bid for thirty-tree (33) trees, from Mainguy Landscape Services, waS $2,200 above the budget of$20,000; and WHEREAS, Miami-Dade County through its Office of Neat Street Miami Program, has agreed to reduce the number of trees to reach a cost that approximates the grant amount; and WHEREAS, the final contract amount will not exceed $20,200 for the reduced number of trees (30 trees) for the City of South Miami CRA Tree Planting Project; and WHEREAS, the City will contribute $10,200 from the Tree Trust Fund which will match the County's $10,000 grant and it will pay the $200 difference between the matching funds and the contract price; and WHEREAS, the Mayor and City Commission authorize the City Manager to execute the contract with Mainguy Landscape Services for an amount not to exceed $20,200 for the City of South Miami CRATree Planting Project. NOW, THEREFORE, BE IT , RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The City Manager is hereby authorized to execute the contract with Mainguy Landscape Services for an amount not to exceed $20,200 for the City of South Miami CRA Tree Planting Project. A copy of the Contract is attached to this resolution. Res. No. 157-17-14958 Section 2: Severability. If any section, clause, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction,this holding shall not affect the legitimacy ofthe remaining portions of this resolution. Section 3: This resolution shall be effective immediately upon its adoption. PASSED AND ADOPTED this 1 st day of August ,2017. COMMISSION VOTE: 5-0 Mayor Stoddard: Yea Vice Mayor Welsh: Yea Commissioner Edmond: Yea Commissioner Harris: Yea Commissioner Liebman: Yea 2 . '(i1 , South'Miami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TH E CiTY OF PLEASANT LIVING , To: FROM: VIA: DATE: SUBJECT: BACKGROUND: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager Angelica Bueno, Planning & Sustain ability Administrator Agenda .em No.'3 August pt, 2017 A Resolution authorizing the City Manager to execute a contract with Mairiguy Landscape Services for the South Miami Community Redevelopment Area (CRA) Tree Planting Project _ as per Neat Street Grant agreement with Miami-Dade County in an amount not to exceed $20,200. Earlier this Spring, Miami-Dade County, through its Office of Neat Streets Miami, awarded the , City of South Miami a grant of $10,000 for the Community Redevelopment Area (CRA) Tree Planting Project (please see Resolution No. 069-17-14870). The City would contribute a $10,000 match and plant fifty (SO) trees of a variety of species. On June 6, 2017, the City published an Invitation To Quote #lTQ-PL2017-14 requesting landscape services for the project. Due to Miami-Dade County's concern that the $20,000 project budget wouldn't be enough to cover. the cost of fifty (50) trees, the solicitation , requested that each vendor submi,t two quote forms: Ql,Iote #1, for the initial goal offifty (50) trees and Quote #2, for an alternative of thirty-three (33) trees. ' On June 20th,_2017, five proposals were received for the ITQ. The results showed that Mainguy Landscape Services was the lowest bid for Quote #2, with a proposed cost of $22,200; an additional $2,200 above the $20,000 Grant Agreement budget. Miami-Dade County has agreed to reduce the number of trees to thirty (30) to reach a cost approximate to the Grant Agreement budget. The final contract amount will not exceed $20,200 with a reduced number of thirty trees. See chart below. Mainguy landscape Serv'ices: A.MOUNT ' TYPE OF TREE UNIT PRICE MAINTENANCE TOTAL 5 SOUTHERN LIVE OAK TREES 12 FEET $650 $150 $4,000 6 BLACK IRONWOOD 12 FEET $650 $150 $4,800 6 PIGEON PLUM 12 FEET $450 $150 $3,600 6 DAHOON HOLLY 12 FEET $450 $150 $3,600 7 CRAPE MYRTLE $450 $150 $4,200 30 TOTAL $20,200 SoutOOiami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING . VENDOR: CONTRACT AMOUNT: GRANT AMOUNT: MATCH AMOUNT: The price of the trees is higher than the City has paid for other tree planting projects recently. For example, a recent bid from Elegua's Nursery listed a price of $285 for a 12-foot Crape Myrtle and $185 for a 10-12-foot Southern Live Oak. Elegua's bid, however, did not include planting or maintenance, nor-did they provide a warranty. Mainguy's bid includes planting, three (3) months of maintenance, and a one (1) year warranty. The trees to be supplied by Mainguy will also be larger, with a minimum height of twelve (12) feet. The City will contribute a total of $10,200, two hundred dollars ($200) more than the original match of $10,000 mentioned in the Grant Agreement. The Trust Fund will se~ve as the City's matching fund source. Mainguy Landscape Services $20,200 $10,000 $10,200 MATCH ACCOUNT No.: City's Tree Trust Fund 118-1750-519-3450 with a balance of $19,680 ATTACHMENTS: Resolution, Abbreviated Contract~ MDC E-mail approval for a reduced number of trees, Mainguy Landscape Services submittal, Bid process documents, and Solicitation package CONTRACT FOR SUPPLY, INSTAlLATfON & MAINTENANCE OF NEW TREES IN THE COMMUNITY REDEVELOPMENT AREA (eRA) ITQ #PL2017·14 THIS CONTRACT, entered into this t--day of 20U, by the. CITY OF SOUTH MIAMI through its Manager, both of whom shall e hereinafter referred to as the "CITY" where applicable; located· St 6130 Sunset Drive, South Miami, FL. I E~mail: salexander@southmiamifLg.9..Y and Mainguy Landscape Services with an office and principal place of business located at . 1855 South Flamingo Road, Davie. FL., and E-mail address of maiJ@rnalngtiy.con1, Phone number of (877) 741-3030 and Facsimile transmission number of (877)741~3454 (hereinafter called the IICONTRACTOR"). WITNESSETH: WHEREAS, the CITY is· hi need of the Supply Installation &; Maintenance of New Trees in the Community Redevelopment Area (CRA); and WHEREAS, the CITY desires to retain CONTRACTOR to provide the required goods and/or services based on CONTRACTOR's·representations which reflect·that CO!,!TRACTOR is qualified and capable of providing said goods and/or services in a professional and timely manner and in accordance with the CITY's goals and requirements; and WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in accordance with the terms and conditions set forth herein. . NOW, THEREFORE, in consideration of thernutual covenants and agreements herein contained, the parties agree as follows: 1) Engagement of Contractor: Based on the representations of CONTRACTOR as set out in the following "checked" documents the CITV hereby retains CONTRACTOR to provide the goods and/or services set forth in said proposal, quote or response to solicitation, whichever is applicable, as modified by the Contract Documents, or as is otherwise set forth in the Contract Documents defined below (aU of wnlch is hereinafter referred to as the Work"). (Check the box immediately preceding the document described below to indicate that such document is part of this Contract) . X Contractor's response to the CITY's written solidtation, Exhibit 1, AttachmentS, Quote #2 and EXHIBIT 1, AttachmentS, Revised Quote #2. . , 2) . Contract Documents: The Contract Documents shall include this Contract and the follOWing "checked documents" I as well as any attachments or exhibits that are made a part of any of the "checked documents". (Check theboiC immediately preceding the document described below to indicate that such document is part of this Contract) o General Conditions to Contract, u Supplementary Conditions, o "Other Documents" referring to in this Contract and signed by the parties, X Solicitation documents ("hereinafter referred to as "Bid Documents" "- including any request for bid, request for proposal or similar request) Exhibit 3 X Scope of Services, Exhibit 1# Attachment A, C & D X Contractor's response to the CITY's Bid Documents, Exhibit 1, Attachment B, Quote #2 and EXHIBIT 1, Attachment 13, Revised Quote #2 X Contractor's proposal or quote, Exhibit 1, Attachment B, Quote #2 and EXHIBIT 1, Attachment B, Revised Quote #2 X CITY's Insurance & Indemnification Requirements, Exhibit 2 o Bonding of Employees (the term "employee", as used in this Contract, shall include volunteers) -$1,000,000 - Thomas F. Pepe 2016 07/29/16 o Payment Bond, o Performance Bond, This Contract and the General Conditions to Contract, Supplementary Conditions) the Solicitation, Scope of Services and "Other Documents", if any are "checked documents", shall take precedent over the response to the CITY's Bid Documents, if any, or the proposal or the quote, if any. The "checked documents/1 are attached hereto and made a part hereof by reference. 3) Date of Commencement: CONTRACTOR shall commence the performance of the Work under this Contract on NIA or a date to be specified in a Notice to Proceed, or Purchase Order, {hereinafter referred to as the "Work Commencement Date"lt and shall complete the performance hereunder within . TSO days or the length of time set forth in the Contract Documents, whichever is the shorter period of time. Time is of the essence. 4) Primary Contacts: The Primary Contact Person in charge of administering this Contract on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the Manager's designee, who shall be designated in a writing Signed by the Manager. The Primary Contact Person for CONTRACTOR and his/her contact information is as follows: Name: Robert Mainguy e-mail: mail@mainguy.com ; Phone: {8771741-3030 Street Address: 1855 South Flamingo Road, Davie. Flo 5) Scope of Services: The goods and/or services to be provided are as set forth in the "checked documents". 6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's performance under the terms and provisions of this Contract, shall be rxlTwenty Thousand Two Hundred ISlO,lOO) Dollars as set forth in CITY's approved Resolution of this Contract. A onetime lumpsum compensation will be issued by the CITY, upon completion of the entire project scope of work from CONTRACTOR, and to the CITY's complete satisfaction. i) Hours of Work: In the event that this Contract requires the performance of services, it is presumed that the cost of performing the Work after regular working hours, and on Sunday and legal holidays, is induded in the Contract Price. However, nothing contained herein shall authorize work 6n days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City Manager, the Manager's assistant or designee. S} Time Provisions: The term of this Contract shall commence on the Work Commencement Date and shall continue for N/A or until it expires on September 30, 2017! or unless earlier terminated according to the Contract Documents. Notwithstanding the foregoing, 'this Contract may be extended by N/A if the extension is in writing and signed by the City Manager. An extension of the term of this Contract is at the CITY's sole and absolute discretion. 9) Termination! This Contract may be terminated without cause by the CITY with 30 days of advanced written notice, This prOVision supersedes and takes precedence over any contrary provisions for termination contained in the Contract Documents. 10) Applicable law and Venue: Florida law shall apply to the interpretation and enforcement of this Contract. Venue for all proceedings shall be in Miami-Dade County, Florida. ll} Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws, ordinances, codes, rules, regulations, and health and safety standards of any governmental body having jurisdiction over any matter related to this Contract or the goods and/or services to be performed hereunder, and shall commit no trespass on any private property in performing any of the work embraced by this Contract, Each and every provision and/or clause required by law to be inserted in this Contract shall be deemed to be inserted herein Thomas F. P~pe 21n6 07129/16 and this Contract shall be read and enforced as though such· provisions and/or clauses were included herein. 12) Change Orders: No additional Work or extras shall be done unless the same is duly authorized in writing and in advance of the work by appropriate action by the City Manager and in accordance with the Contract Documents. 13) J..icenses ana Certifications: Contractor shall secure all necessary business and professional licenses at its sole expense prior to executing this Contract or commencing the Work. 14) Insurance, Indemnification & Bonding: CONTRACTOR shall comply with the insurance, indemnification and bonding requirements set forth in the Contract Documents. 15) Liquidated Damages: In the event that CONTRACTOR shall fail to complete the Work within the time limit set forth in the Contract Documents, or the extended time limit agreed upon, in accordance with the procedure as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rate of ilUA dollars per day until the Work is completed, 16) Jury Trial Waiver: The parties waive their right to jury trial. 17) Entire Agreement, Modification, and Non-waiver: The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may not be modified or amended except in writing, Signed by both parties hereto and if this Contract is required to be approved by the City Commission, all amendments thereto must be approved in the same manner and with the same formality as this Contract. The Contract Documents, in general, and this paragraph, in particular, shall not be modified or amended by any acts or omissions of the parties. No failure to exercise and no delay in exercising any right, power or privilege shall operate asa waiver. No waiver of the Contract Documents, in whole or part, including the provisions of this paragraph, may be implied by any act or omission. 18) Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (5.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agenE:Y with a copy of the requested records or allow the records to be inspected or copied within a reasonable time 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 for the duration of the Contract term and following completion of the Contract if CONTRACTOR does not transfer the records to the public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency aU public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service. If CONTRACTOR transfers all public records to the public agency upon completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Contract, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency, IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES9 TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTR.£\.CT~ CONTACT THE CUSTODIAN Thomas F. Pepe 2016 07/2911(, 3 OF PUBLIC RECORDS AT 305-663·6340; E-mail: mmenendez@southmi"mit1.gov; 6130 Sunset Drive, Soutb Miami, FL .33143. 19) Background Screening. All personnel and volunteers that will provide any service . with vulnerable persons, as defined in Section 435.02, Fla. Stat. I involving the City or its Agency in such related activity or who may have access to secure or sensitive areas of the City, must be in compliancewith Levell! Background Screening and fingerprinting requirements as per, Florida Statute Ch. 435 prior to the scheduled start of any employee or volunteer. CONTRACTOR shall prevent any and all of its personnel, including volunteers, from engaging in any suth related activities without having passed a background screening to the satisfaction of the City. A violation of this requirement shall constitute a substantial breach of this Contract. 20) Drug Free Workplace. CONTRACTOR snail comply with the Drug Free Workplace policy setforth in the City of South Miami's Personnel Manual which is made a part of this Contract by reference. 21} Transfer and Assignment. None of the work or services under this Contract shall be subcontracted or assigned without prior written consent from the CITY which may be denied without cause. 22) Notices. All notices given or required under this Contract shall be deemed sufficientifsent by a method that provides written £'!vidence of delivery, including a-mail and facsimile transmission and delivered to CONTRACTOR or his designated contact person. Return of mail, sent to the address contained herein for the parties or their contact persons, as not deliverable or for failure to claim the mail shall be deemed received on the date that the mail is returned to sender. IN WITNESS WH ,OF, the parties, have executed this Contract, on or before the date first above written, ~. nowledge of its content and significance and intending to erms t:G reof. f { I Read and Approved as to Form, Language, legality and Execution Thereof: Thomas F. Pepc 2016 07129'/16 {IndiVidual or entity's name] Mainguy Landscape S rvices Robert Mainguy, President [name ofsignatoryl EXHIBIT 1 Scope of Services Attachment A IISupp ly, Installation, and Maintenance of New Trees in Community Redevelopment AfE~a (tRA)" ITQ #Pl2017-14 Background and Scope of Services The City of South Miami is seeking proposals from experienced and capable parties to supply, plant and maintain Florida native trees in the City of South Miami, Community Redevelopment Area (CRA); refer to Scope a/Services, Attachment ~ {'location Map." The work specified in this Invitation to Quote (lTQ) shalf consists of furnishing aU goods, materials, supplies and planting services and a period for maintenance services. This includes, but is not limited to, furnishing all labor of Contractor and all allowable subcontractors, disposal of materials, and cost of machinery, tools, transportation, equipment rental, supervision, and required permits to provide and install trees throughout the City of South Miami eRA. The work shall meet all the needs described in this Scope of Services. Work shall include but not be limited to installing trees, planting soil, and mulch. Permit fees are waived for permits required to be issued by the City of South Miami. Permit fees from other government entities, if required, shall be the responsibility of the Respondent/Contractor. It is the responsibility of Respondents/Contractors to secure all permits that may be required for this project. Scope of work shall include: installation, backfilling, fertilizing, mulching, staking and guying where required, watering, pruning, weeding, cleanup, maintenance and guarantee for one~year period. ThefoUowing Native Tree Species Shall Be Provided: Black Live Oak: Black Ironwood: Pigeon Plum: Dahoon Holly: Crape Myrtle: Balled and burlapped (6&6) or Container Grown (CG), 14 to 16 ft. height Balled and burlapped {B&8} or Container Grown (CG), 14 to 16 ft. height Container grown (CG), 12 ft. to 14 ft. height Container grown (CG), 12 ft. to 14 ft. height Container grown (CGt 12ft. to 14 ft. height Planting and Tree Specifications: Trees provided and planted by the Contractor must be in height specified above and must be 4' to 6' of clear trunk. Tree species shall be governed by the terms dictated by the State of Florida and Miami-Dade County Best Management Practices. 5 .. Trees shall have a minimum overall height of 12 feet and 2-inch caliper at time of installation. • When installed in roadways, trees shall have a maximum average spacing of 35' on center, and be placed within 7' of the, edge of the hardscapes: curbs, sidewalks, roadway pavement and/or where present, within 7' of the sidewalk. .. Ensure that trees are installed in a way that comply with site triangle re.gulations, and not planted within no planting zones. • ·If trees are proposed under overhead power lines, these shall have a minimum 9verall height of 8 feet and a minimum caliper of 1}~-inch at time of planting. The maximum average spacing in this case shall be 25 feet. • All trees shall have and be maintained with a trunk clearance of 4 feet. " All trees must conform to the standards for a Florida No.1 or better, as provided in the most current edition of the "Florida Grades,and Standards for Nursery' Plants". • Contractor will find a' method of installation in the .attached Resolution No. 069-:1.7- 14870,Stope 0/ Sel1lices, Attachment 0, and as part of this solicitation. .. Contractor is encouraged to review the Miami Oade County Landscape Ordinance, Chapter 18 A ~ Sec. l8A-G. -Minimum standards, find all references at: \httb/lwv.~v'!.:.rniamtdade.gbvhm::iJnglli.brarv/studlesl!andscape-code-d1apter18AitHm, to ensure that the tree installation will be in full compliance with the County's requirements. If this chapter conflicts with any statement in this scope of work, the more stringent limitation or requirement shall govern or prevail to the extent of the conflict NOTE: CONTRACTOR Will BE DIRECTED BY THE CITY'S PROJECT MANAGER FOR THE SPECiFIC LOCATION AND NATIVE TFtEESPECIES TO BE PLANTED IN THE eRA AREA. REFER TO Scope of SefVices~ Attachment c,. "Location Mop.;1 Maintenance and Warranty: 1he contractor shall provide a maintenance service for a minimum period of 3-months to ensure a healthy and long life of the tree. Maintenance shall include: watering, mulching, fertilizing (if needed). Watering schedule shall be provided with a minimum but not limited to 3 times per week over the 3-month period. Should the trees planted by the Contractor die of,is beyond reasonable health during the one- year period, Contractor-s~all replace the tree at no charge to the City. In this case, Contractor will remove the unhealthy or dead tree, dispose of the tree as appropriate and plant a replacement tree, as directed by the City, in or near the same location. The City will make the sole determination should a tree need to be replaced. Trees replaced in this case shall be warranted for one year. The City will indicate ageneral area where the tree{s) should be planted. At a minimum, Contractor shall warranty the planted trees for a period of one (.1) year from the installation/planting date. 6 . Project Duration: The current estimate to complete the project is 30 calendar davs from issuance of a Purchase Order. Work Activity is limited to the hours from 7:00AM to 5:00 PM, on weekdays from Monday through Friday. NOTE: THE CITY RESERVES THE RIGHT TO ENTER IN AGREEMENT WITH THE CONTRATOR AT THE QUOTEO PRICES PROVIDED BY THE RESPONDENTS TO THIS SOLICITATION. THEREFORE, RESPONDENTS ARE TO QUOTE THE COST OF THE TREES, INSTALLATION, AND 3-MONTHS MAINTENANCE AS THE SCOPE OF WORK IN THISSOUCITATION. PLEASE REFER TO SCOPE OF SERVICES, ATTACHMENT B. "BID FORM. II '. EXHffiIT 1 Scope of Services "lurnp Sum ProposaV' Attachment B "SU1Jply, im;t;;!latkm, and Mahitena1'lce of New irees at eRA South Miami n ITQ # PL2017 -14 RESPONDENTS SHALL COMPLETE BOTH QUOTE #1 & QUOTE #2. THE CITY WiLL SEl~CT EITHER QUOTE #1 OR. QUOTE #2 AND AWARD THE PROJECT TO A SINGLE. CONTRACTOR. fAlLURE TO COMPLY WITH THE TERMS Of THe "BID FORM" Will RENDER YOUR PROPOSAl. NON- RESPONSlVE QUOTE #1: Number TREE UNIT COSTOI! Unit Price n':rrAL COST OF 01 Trees TREES malht€nanCe TREES •••• " .. '" :V:-." •. • ......•• ,,' • .'.~ •.• e"~' ". .,'-.•.... , . ' .. ..... , . "-_. :to 8lack Live Oak A $ $ ~ 650.00 150.00 8j OOO,QO ~ 650.00 {:; 150.00 $ 8.000.00 ." ¥ 10 Pigeon Plum $ 450,00 .$ 150 . .00 ¢ ~. 6.000.00 $ 450.00 (; i 50,00 .:; ~lOOO.OO .' "" ~~ ~" 4,50.00 $ '150,00 $ 6~OOO.OO U.H\~P SUM TOTAl..: 34,000.00 .--- Nurnber TREE UNIT COST OF Utdt Pdce TerrAL COST \)F ofTrees TREES ·mairr~etlance Tr{EES S B~ar:.k Live Oak. :;;. $ .,.;. , ~350,OO 150~DO ." 4 t OOO,OO $ ~ $ 650.00 " 50,00 1 .5 1 600.00 '1 Pigeon Plum ¢ $ < .• ". 450.00 '1 50,00 :;:. 4~200.00 • ·7 Dahoon rioBy $ ·4:50.00 $ 1 50.00 :;; 4,200.00 $ 450.00 $ ~1 :50.00 $ .4!20Q.O(} 8. NOTE: THE CiTY RESERVES THE RiGHT TO PURCHASE THE TREES AT THE QUOTED PRICES PROVIDED BY THE RESPONDENTS TO THIS souCrrt\ iiON. THEREFORE} RESPONDENTS ARE TO QUOTE THE COST OFTHf TREES AND INSTAllATION. SUBMiTIED THIS 22nd DAY OF June -----------.------~------- preSident Titie 20 17 9 From: Sent: To: Subject: EXHIBIT 1, Attachment B, Re'Vised Quote #'2 [TQ #PL2017·14 Rob Mainguy <rmainguy@mainguy.com> Thursday, July 06. 2017 9:36 AM Kulick, Steven P RE: ITQ #PL2017-14 From: Kulick, Steven P [mailto:SKu!ick@southmiamifl.gov] Sent: Thursday, July 6, 2017 9:29 AM To: Rob Mainguy Cc: Webster, John; Tompkins/ Jane; Bueno, Angelica; Menendez! Marla M. Subject: FW: ITQ #PL2017-14 Importance: High 6J30 Sunset {Jrive -SL7[!th ,~" From: Bueno, Angelica Sent: Thursday, July 06, 2017 9:23 AM To: Kulick, Steven P -.">,:;, .. ,,:.;,;;:;~:c.;;;';~"':;;:.:::~'.''':':,'-::':::C;''-;",;C.C'";C;>,:~' Cc: Webster, John -"_::'::~:":::~L'>""-.""::: •• ::;;_:":":=C:=;:C"-"t:";:.'" M. Subject: RE: ITQ #Pl2017·14 Hello Steve, Tompkins, Jane Excuse the error, this chart has been revised and saved many times, i copied an old draft. Find the corrected chart below, please forward to and ask Mait1guy to reply his acceptance. Menendez, Maria '10 A.MOUNT TVPEOFTREE 5 SOUTHERN LIVE OAK TREES 12 FEET 6 BLACK IRONWOOD 12 FEET 6 PIGEON PLUM 12 FEET 6 DAHOON HOLLY 12 FEET 7 CRAPE MYRTLE 30 TOTAL Thank you very much' Angelica Bueno Planning & Sustainability Administrator T: 305 668-2514 .; >.J .. ' C",. tk~'i ~; ~Xl'\.ld I ,\t,'}" " From: Kulick, Steven P Sent: Thursday, July 06,2017 9:00AM UNIT PRICE $650 $650 $450 $450 $450 To: Bueno, Angelica <ABueno{~Q!Ahr!lli!Jr!if!:KQ~> MAINTENANCE TOTAL $150· $4,000 $150 $4,800 $150 $3,600 $150 $3,600 $150 $4J200 $20 /200 Cc: Webster, John <.iWebst~lC@.~Q..i!lhrnlamifLgov>; Tompkins, Jane <jToffij2.kln~iip':s.qgllll:tijaiTJifl.gqy'>; Menendez, Maria M. <fv1iiljerrendez@southmiamifLgQy> Subject: FW: ITQ ItPL2017-14 Importance: High f"Jlahlguy tidS agreed to th.e reduced arnou.nt hO\lveVer j tttey h~ave t:.H)ihted out a poteT1ti"ai error in the calculatio!ls. Pleaseconflrm the amounts and totals on vouragenda item. Chief Pfocurernent O)~fJcer.IProcure.rnent Divlsiori CitY"t;/50uth !V?lor71.i .. 6130 SUf1S.C!t" DrIve .~ So.uth 1\!/iarniJ FI 33143 {:Jh: 3{)5j /663 w 6339.: Fax: 3[)5,!663-6346 ~ Etnai!: 1kutfCk@5Dpth(nk1.DILf!J5Q~ From: Rob Mainguy Lrri2ii1to:~ii1gu\(@n;<'i;1stuV.s;.£[!}J Sent: Thursday, July 06, 20178:53 AM To: Kulick, Steven P <SKuii~}J±~2d!2£I.li9D2!.fj.g'2L> Subject: RE: ITQ #PL2017-14 2 \!Ve ~~votJh:l gLadtv Bgt(::e to fnodif~( our ptGpos.;;;;1 for Q,uote #2 "to n~dutf? the tDta! nurnbi.?f of trEes 25 exp~~inf2d tJe~r)vv~ Ho\:veve r ; l beHeve there ~s an errOf ~n your 5tJrDtnary befovv-Frrst.. t~1e total cost 'Of the Pigeon .plum l DahooD Hany 2nd Crape f\/lvrUe trees shoutd be $3;-600 rather th$n ~;3.'800 {6 tref?S x $600,OO/each), That v,/oiJld render a totaf rE~Vr5ed cost of S.19 J 500. H{n~,/eVer~ the total nUff}';)er of tfees ddds up to 29 ~ather than 3n. So} 1 tbink you lntended to i.H:ld {)fH2' addtth)nc~ of either Pigeon P!.urn,1 Dahoon Hofiy or Crape f\/i.vrt!e tre'~5} vihic.b V·ltJHld ti'len totat $20.1 ~OO. ~ he pe that rnakes sense. Thank you v.E~rv rnuch and p~ease !et rn,e kno\;v if there ~s anything (~i5e f can do. from: Kulick, Steven P [m~Hto:SKuJ.i£ls!;i!s(}uthmi\lmifl.aQK] Sent: Wednesday, July 5, 2017 4:59 PM· To: Rob Mainguy 0:: Webster, John; 8ueno, Angelica; Tompkins, Jane; Menendez, Maria M. Subject: ITQ #PL2017-14 Importance: High Re: Tree Installation Proposal Rob . I Attached is Mainguy Landscape Services proposal and the Bid Opening Report for the referenced ITQ. As referenced in the IT~ the project will be funded through a Grant Agreement from Miami-Dade County, ($10 /000) in addition to City matching funds for a total of $20,000. The City is prepared to move forward with an Award Recommendation, scheduled for the July 12, 2017 Commission Meeting, for a total amount of $20,200 for this project. Therefore, the City is requesting your acceptance to modify and reduce the number of trees for Quote #2, using Mainguy's quoted prices) for a total of 30 trees totaling $20,200. Please review the modified version of Quote #2 and advise your acceptance by return email to my attention: TREE PLANTING PROJECT as per MAINGUY Unit Price Submittal Amount Type of Tree unit price maintenance Total 5 Southern Live Oak Trees 12 Feet I $650 $150 $4,000 6 Blac:;k Ironwood 12 Feet $650 $150 $4,800 6 Pigeon Plum 12 Feet $450 $150 $3,800 6 Dahoan Holly 12 Feet $450 $150 $3,800 6 Crape Myrtle $450 $150 $3,800 30 Total $20,200 Your reply is required by no-later than 10 AM tomorrow to meet the deadline for the July 12 Commission Meeting The Cone of Silence is in effect. All cOrDmunication relating to this ITO must be in writing. 3 Regards, Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City o/South Miami -6130SunsetDrive -: South Miami, FJ 33143 Ph: 305/663-6339; Fax: 305/563-6346 -Email: sla.J!ic~@:s9uthmiomif!;SJ2.Y. Email secured by Check Point Email secured by Check Point 4 EXHIBIT 1 Scope of Services Attachment C IlSupply, Installation, and Maintenance of New Trees in Community Redevelopment Area (CRA)" ITO. #P1.2017 u 14 LOCATION MAP LOCATION MAP >, w~~, , Not To Scale e • • e e ,b,ANDSCAPE PLAN Attachment C fj • o I b,9cation of Planting I SW 68th Street betv\!een 62 Ave & 57 Ave SW 67 Street . between 59 PI & 58 PI Between 66 to 64 streets. &59 Ave to 57 Ct. J SW 69 Street betlJveen 62 Ave & 59 PI . SW 72 Street between 62 Ave & 61 Ct. : .... ---~---- EXHIBIT 1· Scope of Services Attachment 0 "Supply, Installation, and Maintenance of New Trees in Community Redevelopment Area (eRA.)" ITQ #PL2011-14 RESOUl TION NO. 069 .. 17-14870 16 A Reso[ution iluthorizing the Oty :\'hn,Jger to execute a grant <!greemcnt ,yith Miami-Dade County for til.:: City of South rVHami eRA" 'free Planting Project in an amount not to exceed SHlJlOO. VilHEREAK ivliami-Dadc Counly, hy and through its Ofl'icu or Neal Streds !viiami. has awarded the City a matching grant nol \0 exceed S I 0,000, The grunt wili pro\'ide funding ror the C'RA Tree Planling Project which wili allow tht: City to plant a lorai ofthllt:'J-tbrc~ (33) trees inside the C'RA: and 'WHEREAS. the City is required to contribute equal amount of funds f)J' the grant program: . . and \VHEREAS. the City will use tb.!;: tr~lliUl~nd <lc(,;()unl i\4,;:-,}'(},l,-l-+;.{h':;4-±--€~f!-w+~a·lane€ of~4h-9-:~4A{}: and \VHEREAS,< the Mayor ami City C'ommissilln auth()ri:t:c the Cily ;vlanager to execute the agreement \vith Miami-Dade County's Oftkc of0ieat Streets ;vii:Hni and accept the funding amount ot'S 10,000 for the City of South ]'vliami eRA Tree Planting Project. NOYV, TlIERE.FORl~. B£ IT RESOL\?ED BY THE }'1:1,. \'OR ,\1\\) CITY COMMISSION OF THE GTY OF SOUTH l'vHAMI. fLORIDA THAT: Section !: The City ivianager is hereby authorized to execute ihe ::U.!l'ccmCni with Mi~lmi~ .~ .. ,.,........ ...... Dade County's Office of :--.iCtH Stw~{s ivliami !br the City of South rAiarni eRA Tree Planling Project ,vith an expiration date of August 31 "'. 2017 ill1d acccpl the funding amount not to exc:eed S 1 0,000. The grant agreement is attached \n this l"t.!scl[ution. Section 2:4:, This resolution shall be cneciiv~immcdiatdy ailcr th-.: adopiion h'~rcof n ,\ <'S'-D "NO "DOr'·· .. ·~D " I'll I .. > 'l "(" '7 1 i'\.;:)"C .. h] "P. .I! 1:::.1 U"liS '1.:._, cny oj lip,n ... !.}j , ":", , READ A\D ;\PPROVED ,'\S TO POWvl LANGU;\GE~ LEGALiTY AND EXECUTION THEREOF:· .,': -- APPRO\/ED: CO\'l\!1SS10\ VOTE: :'-0 !via>\H~ St(H..ld~ird: '~yVea Vice iVi;(\'c'll' W,.;:J:.;h: Y(::J ('ornrnjsstoncr Edn1ond: \·ca C'ntl11nis~ion(:r i-farris: ""{ea '17 Bob's Tree Planting Method 3.. The top roots of the planted tree must at or no more than 2" above ground 1evel. They must never be below ground level 2. The root ball hole must b~ 4" wider on each side and 4" deeper than the root ball :3. A tap root hole 18" deep and 6 I. diameter must be excavated below the root ball hole, most easily done with an electric jackhammer and post hole digger. The tap root hole may not be necessary if a solution hole in the oolitic lime rock has been discovered by digging the root ball hole. 4. A 20" X 3/4" diameter hole must be drilled below the tap root hole" this is done with a percussion drill 5. The tap root hole is filled with 70 % sandI 30% organic and compacted, usually with a 2X4. 50/50 may be used but it should be light in color. Very dark 56/50 indicates that it has too much organic and not enough sand 6. 3" of loose 70/30 is placed in the bottom of the root ball hole and compacted down to 2"., usually by stomping on it 7. A gently sloping mound of 70/38 3" high in the center is placed in the root ball hole 8. The tree is placed in the hole. One person holds the tree vertical while another person crawls around the tree and pushes dirt under the rootball, feeling with his fingers where voids and air pockets are and pushing the dirt into them. It is best if the person has extra long gloves. The person holding the tree little by little adds dirt around the tree while the other person pushes that dirt under the rootball. No water shall be used to move the dirt under the rootball,a as this softens dirt. It is better for stabilizing the tree if the dirt under and on the side of the root ball has been packed solid. 9 ~After the dirt has filled the air pockets under the rootball load up the sides around the rootball with 70/30 halfway high, and then pack it with a 2X4 •. Repeat: add dirt around the tree and pack . it. Pack as much dirt as possible with the heel of your boot (tennis shoes won't pack the dirt tight enough) . le. Finish filling and packing the hole and then build a watering crater around the tree. Pack that~ too with the back of a shovel. 11. Fill the crater with mulch. Place mulch around the crater. 12. Water the tree 18 EXIDBIT2 INSURANCE &: INDEMNIFICATION R.EQUiREMENTS Supply, Installation &: Maintenance of New Trees in the Community Redevelopment Area (eRA) ITQ #P12017·14 Insurance Requirements Without limiting its liability. the contractor. consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the COntract or the performance of the contract with the City of South Miami, whether such claim is against t.he FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be nable. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shail be at the CITY's sole and absolute discretion. The fiRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of florida. on forms approved by the State of Florida. as will protect the FIRM, at a minimum. from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable. whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them. or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation. disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness 'or disease. or death of the FIRM's employees; (c) ciaims for damages because of bodily injury, sickness or disease. or death of any person other than the FIRM's employees: (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property. including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for boday injury or property damage arising out of .completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the ContraCt. Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the 'Workers' Compensation Law· of the State of Florida including Chapter 440. Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. tn addition, the policy (les} must include: Employers' liability at the Statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. Commercial Comprehensive General Liability insurance with broad form endorsement. as well as automobile liability. completed operations and products liability. contractual liability. severability of interest with cross liability provision~ and personal injury and property damage liability with limits of $1.000,000 combined single limit per occurrence and $2.000,000 aggregate. including: • Personal Injury: $1.000,000; • Medical Insurance: $5.000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000.000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of 19 the Comprehensive General Liability policy, without restrictive endorsements. as filed by the Insurance Sel"Vices Office, and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion. Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f)Broad Form Contractual Coverage applicable to this specific Contract, including any hold· harmless and/or indemnification agreement. . (g) Personal Injury Coverage with Employee and Contractual Exclusions removed. with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1.000.000.00) plus an additional One Million Dollar ($1,000.000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest .edition of the Business Automobile liability policy. without restrictive endorsements. as filed by with the state of Florida. and must incliJde: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership Subcontracts: The FIRM agrees that jf any part of the Work under the Contract is sublet. the subcontract shall contain the same insurance provision as set forth in these insurance and indemnification requirementS, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where applicable. Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY. "Broad" form/All Risk Insurance on bUildings and structures. including Vandalism & Malicious Mischief coverage. while in the course of construction, including foundations. additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery. if the cost of machinery is included in the Contract, or if the machinery is located in a. building that is being renovated by reason of this contract. The amount of insurance must, at all times. be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the trfr and the CONTRACTOR. as their interest may appear, and shall also cover the interests of all Subcontractors performing Work All of the prOVisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. Miscellaneous: If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation. change. or expiration so as to provide ,continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. The policies shall contain waiver of subrogation against CITY where applicable. shall expressly provide that such policy or policies are primar.y over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a 20 "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify the City as provided in this Agreement. Before starting the Work. the FIRM shall deliver to the CITY and CONSULTANT, if any, certificates of such insurance, acceptable to the CITY. as well as the insurance binder, if one is issued, the insurance policy. including the declaration page and all applicable endorsements and provide the name. address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue insurance in 1:he State· of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in fun force and effect for the duration of the contract period with the CITY. The FiRM maybe required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver. at the time of delivery of the insurance certificate. the following endorsements: a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage' • or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage Bn; a policy provision or an endorsement with substantially similar provisions as follows: "This policyshaU not ~ cancelled (including cancellation for non-payment of premium). terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." Contractor's Responsibility Prior to Receiving a Notice to Proceed Prior to the City issuing a Notice to Proceed, the contractor shall deliver a copy (either hard copy or •. preferably. electronically) of the policy, including the declaration page of the policy and all endorsements to the policy and provide the City with the name, address. including email address, and phone number of the contractor's insurance agent. The Contractor's insurance agent must provide the City with evidence that the insurer issuing the policy is licensed and authorized to do business in Florida. that the form of the policy being issued has been approved by the State of Florida and that the insurance carrier that is issuing the policy is not issuing the policy as a surplus lines carrier. The agent shall also provide a citation to the page number of the policy. or the form number of the endorsement, and highlight the relevant language of the portion of the policy and/or the endorsements that, in his or her estimation, meets the following City insurance requirements: a) the city is an additional insured; b) coverage includes contractual liability; c) the City will be provided at least 10 days advanced notice of any cancellation of the policy, including cancelation for non-payment of premium, and at least 30 days' advanced notice of any material changes to the policy or of cancellation for any reason other than non-payment; and d) either a policy provision or an endorsement providing that the policy is primary and non-contributory, such as an endorsement that provides that the vendor's policy is primary over all of the city's applicable insurance and that treats the city's pOlicies as excess coverage. It may be that some of these prOVisions are combined into one endorsement or contained in the policy itself. If the policy does not have a provision or endorsement that provides the City with advanced notice of cancellation as required by the City. the contractor may still comply with the City's insurance requirement if the 21 contractor provides the City with proof that the policy premium has been paid in full and provided the contractor makes arrangements with its insurance company to allow the City to confirm. monthly. that the policy is in full force and effect. In addition, the Contractor must either pay the City a monthly monitoring fee, currently set at $25 per month. or have the amount deducted from the Contractor's draws/payments. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries. damages. or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify. defend. save and hold CITY. its officers, affiliates; employees. successors and assigns, harmless from any and· all damages, claims. liability, losses. claims. demands. suits, fines, judgments or cost and expenses, indudingreasonable attorney's fees, paralegal fees and investigative tosts incidental there to and incurred prior to, during or following any litigation, mediation. arbitration and at all appellate levels. which may be suffered by. or accrued against, charged to or recoverable from the City of South Miami. its officers, affiliates, employees, successors and assigns. by reason of any causes of actions or claim of any kind or nature, including daimsfor injury to. or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officerS, directors, agents,representatives, employees, or assigns, or anyone acting through or on behalf ·of any of them. arising out of this Agreement, incident to it, or resulting from the performance ornon-performance of the Contractor's oblisations under this AGREEMENT. C. The Contractor shall pay all claims. losses and eXpenses of any kind or nature whatsoever, in connection thereWith. including the expense or loss of the CITY and/or its affected offiCers. affiliates. employees. successors and assigns. including their attorney's fees, in the defense of any action in law orequity brought against them and arising from the negligent error. omission, or act of the Contractor. its Sub-Contractor or any of their agents. representatives, employees, or assigns. and/or arising OUt of. or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. D. The Contractor agrees. and recognizes that neither the CITY nor its officers. affiliates, emplOyees. successors and assigns shall be held liable or responsible for any claims, includirig the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents. representatives, employees. or assigns, or anyone acting through or 01'1 behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing. approving or rejecting any submissions or aCts of the Contractor. CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its . contractor/subcontractor or any of their agents, representatives. employees. or assigns, or anyone acting through or on behalf of them. E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to design professional contraCts, and pursuant to Section 725.08 (I). Florida Statutes. none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sale responsibility of the design professional concerning indemnification. Thus, the design professional's obligations as to the City and its agencies. as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses. and costs. including, but not limited to, reasonable attorneys' fees. to the extent caused by the negligence. recklessness. or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. 22 EXHIBIT 3 SUBMITIEDTO: Office of the City Clerk NAME: Marla Menendez, CMC ADDRESS: 6130 SUnset Drive . ClTV/:>rATE: . Miami. florida 33143 CITY OF SOUTH MIAMI INVITATION TO QUOTE ITQ IIPLZ017-14 LUMP SUM PROPOSAl.. PHONE: 305-663-6339 MANDATORY PRE-Q::U':'::O:'::T::';e M~EETI=N~G:-~-------N""O""N""E"""'---- gUOTE SU8MISSION REqUIREMENTS: PROJECT: Supply, Installation & Maintenance of New Tree in the Community Redevelopment Area (CRA) ADDRESS: 6130 Sunset Drive CITY/STATE: ____ .;;;So;;;;u;;,th~M;;;,;;;ia~in~if..;.;FI;.;;3;.;.3:.14;,:3---- I~UEDATE: ________ ~F~ri~d;ay~;~Ju~n~e~9.~2=0;17~ ______ _ E.MAlL: skuHck(ctlsi)uthmiatnHLg 0\1. DUE DATE: 10 AM. Friday, June 23. 2017 The Proposal Paekage shall conslst of one (1) Original hard copy proposal and one (1) digital (or comparable medium including; Flash Drive, DVO or CD) all which shall be delivered to the Office of the City Clerk Quotes submitted after 10 AM On the due date will not be accepted unless otne/,\v!se specified in the quote document of Ii time c::nange. All quotes will be submitted to the City Clerks Office in a sealed envelope. The label on the on the envelope needs to read as follows: City of South Miami Maria M. Menendez, eMe 6130 Sunset Drive South Miami. Fl •. 33143 Project Name: Supply. Installation & Maintenance of New Tree in the Community RedeveloDmehtArea {eRAl Must input project name. If label does not have all information above your quote will not be accepted. INSURANCE REQUIREMENTS: (EXHIBIT 1) The CITY'S insurance requirements are attached as (Exhibit 1). AFFIDAVITS REQUIRED WITH SUBMITTAL: (Exhibit 2) Respondents must complete and submit with your qoote affidavits prOVided in Exhibit 2. SIGNED CONTRACT DOCUMENTS WITH SUBMITrAl, (Exhibit 3\. aUESnON~: Any Requests for additiona.l information or questions must be in writing. emalled by 10 AM IoI:llI time on June 20, 2017 to the attention of Mr. Stevenl<ulick, Purchasllt$ Manager at skullck@sOuthmiamlfl.gov. . SCOPE OF WORK DESC«IPTION, Attachment A, St C & D: Item Number Item DeSCription Lump Sum Amount l LUMP SUM PROPOSAL RESPONDENTS SHAll SUMBlT PRICING REFER TO AITACHM£NT"B" SCOPE OF SERVICES ON ATTACHMENT "13" nLUMPSUMPROPOSAl,." .. Contractor shall furnISh all matenals and equipment necessary to secure completion of the work. COntractor shall be cpmpensateci according to the quote submitted. Contractor may choose to submit a quote on company letterhead but must be attached to this form. Questions must be submitted in writing, emailed by 10 AM lOcal tIme on June 20, 2017 to the attention of Steven Kulick, Purchasing Manager iJt skulick@southmlamifl,gov. DEADUNE TO SUBMIT IS June 23, 2017 AT 10 AM PrlntlType Name: Phone: Signature: Date: E-mail: Fax: Firm Name: F.E.I.N. No.: Address: City: State: 1lt£ exeCUTION Of 'flIIS FORM c.oNSTIJ1JTES 'flIE UN£QUIVOCAL 0l'F£R Of P!tOPOWllOSE BOUND BYlliE 'ISIMS OF ns PROPOSAl.. FAILURE TO SIGN lIliS 5OUOTAlIDNWHER£ INDICATED AeOVE BY AN AUTHORIZ!O REPReS£NTAl!VE SHAU, ReNDER THE PROI>OSAl. fION.RUPONSl1it. THE ctTYMAV, HOWMR, IN ITS SOLE D!SCREt!ON. ACCEPT ANY PROl'OSAL THAT INClUDES AN EXEa/TEt) DOCUMENT WHICK UNEIlUIVOCALlY BINDS THE PROPOSER TO THE TaIMS OI'ns 0Il'E1l. THE 01'/'5 REctUm FOR QUOTES i$ FOR THE l.OWEST AND Mon R£SPONS1Ve PitiCE. THE CITY RESEIIVES THE IIIGliTTOAWARO THe PROlECf TO 'flIE FlIlM CONSIDEReD THE·6ESTTO SERVE THE arrs II'mIIEST. 1IIE t!TI'RaEitVES TK£ RtGfIT TO AWARO THE PROJECrTO THE PEllSOI'I WITH '!liE I.OWEST. Mon 1I£Sl'ONSIVE, RaPOl'/SlS!£ PROPOSAL. AS DEmIMIN£IISV Tlif CITY TO WAIVE ANY IIIIIfGUt.ARlTY IN THE PROPOSAlS OR 50UCITATlDN AAOceouR£AND SUilJ£CT AJ.SOTO 1IIE RIGIiT 0' THEOTYTO AWARD'flIE PROJECT. AND EXECUTE ACONTllAtT WITH A R£SPONO£NTOR R~PONDENT5,OTHeR THANTOTH£ DNIi WHO PRDVIDED '!liE LOWEn PROSAL OR PRICE OR. IF '!liE SCOPi! OF WORK IS DIVIDED INTO DIST1NCT SUSDMSICfIS. TO AWARri EAC!1 SUBDMSION 10 A S£PAllATE R£SPO!>IO£NT. R£SPONDENT ACCEPTS AU OF '!liE TERMS AND CONDITIONS OF THE SOUClTAlION AND QUOTE SUBMISSION REc.UIltEM£NT5. THIS P!tOPOSAI. WIU-REMAIN SUllJECTTO ACCOPTIINCE FOR 180 CALENDAR DAYS MT£R THE PROPOSALOPEliING. THE RESPONDeNT, BY SIGNING AND SUBI\IIl11lNG THIS PROPOSAl, AGRiES TO ALL '!IIE'ISIMS AND CONDmoNS OFilie FORM CONTRACT THAT IS A PART OF 'Tl1E SOUClTATlon PAO<AG£ WITH APPRDPlATE CHANGS.O CONFORM TO THE IN'OlIMAllON CONl'AlNEO IN '!II1SltlVlTATION TO QUOTE. 23 Scope of Services Attachment A "Supply, Installation, and Maintenance of New Trees in Community Redevelopment Area (eRA)" ITQ #P12017-14 Background and Scope of Services The City of South Miami is seeking proposals from experienced and capable parties to supply, plant and maintain Florida native trees in the City of South Miami, Community Redevelopment Area (CRA); refer to Scope of Seroicesi Attachment c.. "Location Map." The work specified in this Invitation to Quote (lTQ) shall consists offurnishing all goods, materials, supplies and planting services and a period for maintenance services. This includes, but is not limited to, furnishing all labor of Contractor and all allowable subcontractors, disposal of materials, and cost of machinery, tools, transportation, equipment rental, supervision/and required permits to provide and install trees throughout the City of South Miami CRA. The work shall meet all the needs described in this Scope of Services. Work shall include but not be limited to installing trees, planting soil, and mulch. Permit fees are waived for permits required to be issued by the City of South Miami. Permit fees from other government entities, if required, shall be the responsibifity of the Respondent/Contractor. It is the responsibility of Respondents/Contractors to secure all permits that may be required for this project. Scope of work shall include: installation, backfillingl fertilizing, mulching, staking and guying where required, watering, pruningJ weeding, cleanup, maintenan~e and guarantee for one~year period. The Following Native Tree Species Shall Be Provided: Black Live Oak: Black Ironwood: Pigeon Plum: Dahoon Holly: Crape Myrtle: Salllad and burlapped (8&B) or Container Grown (CG), 14 to 16 ft. height Balled and burlapped (8&8) or Container Grown (CG), 14 to 16 ft. height Container grown (CG), 12 ft. to 14 ft. height Container grown (CG), 12 ft. to 14 ft. height Container grown (CG), 12 ft. to 14 ft. height Planting and Tree Specifications: Trees provided and planted by the Contractor must be in height specified above and must be 4' to 6' of clear trunk. Tree species shall be governed by the terms dictated by the State of Florida and Miami-Dade County Best Management Practices. • Trees shall have a minimum overall height of 12 feet and 2-inch caliper at time of installation. • When installed in roadways, trees shall have a maximum average spacing of 35' on center, and be placed within 7' of the edge of the hardscapes: curbs, sidewalks, roadway pavement and/or where present, within 7' of the sidewalk. • Ensure that trees are installed in a way that comply with site triangle regulations, and not planted within no planting zones. • If trees are· proposed under overhead power lines, these shall have a minimum overall height of 8 feet and a minimum caliper of llHnch at· time of planting. The maximum average spacing in this case shall be 25 feet. • All trees shall have and be maintained with a trunk clearance of 4 feet. • All trees must conform to the standards for a Florida No.1 or better, as provided in the most current edition of the "Florida Grades and Standards for Nursery Plants". • Contractor will find a method of installation in the attached Resolution No. 069·17- 1.4810, Scope of Services, Attachment D, and as part of this solicitation. • Contractor is encouraged to review the Miami Dade County Landscape Ordinance, Chapter 18 A -Sec. 18A-6. -Minimum standards, find aU references at: (http://www.m!amjdade.go.v/J.9nlnf./librafvlstudie~{land~caQe:-code-chaoter18A·pti.f), to ensure that the tree installation will be in full compliance with the County's requirements. If this chapter conflicts with any statementin this scope of work, the more stringent limitation or requirement shall govern or prevail to the extent of the conflict NOTE: CONTRACTOR WIltSE DiRECTED BY THE CITY'S PROJECT MANAGER FOR THE SPECIFIC LOCATION AND NATIVE TREE SPECIES TO BE PLANTED IN THECRAAREA. REFER TO Scope of Services; Attachment c:. "I.ocation Map." Maintenance and Warranty: The contractor shall provide p maintenance service for a minimum period of 3-months to ensure a healthy and long life of the tree. Maintenance shall include: watering, mulching, fertilizing (if needed). Watering schedule shall be provided with a minimum but not limited to 3 times per week over the 3-month period. Should the trees planted by the Contractor die or, is beyond reasonable health during the one- year period} Contractor shall replace the tree at no charge to the City. In this case, Contractor will remove the unhealthy or dead tree, dispose of the tree as appropriate and plant a replacement tree, as directed by the City, in or near the same location. The City will make the sole determination should a tree need to be replaced .. Trees replaced in this case shall be warranted for one year. The City will indicate a general area where the tree(s) should be planted. At a minimum, Contractor shall warranty the planted trees for a period of one (1) year from the installation/planting date. Project Duration: The current estimate to complete the project is 30 calendar days from issuance of a Purchase Order. Work Activity is'limited to the hours from 7:00 AM to 5:00 PM, on week,days from Monday through Friday_ NOTE: THE CITY ~ESERVES THE RIGHT TO ENTER IN AGREEMENT WITH THE CONTRATOR AT THE QUOTED PRICES PROVIDED BY THE RESPONDENTS TO THIS SOLICITATION. THEREFORE, RESPONDENTS ARET9 QUOTE THE COST OF THE TREES, INSTALLATION, AND 3-MONTHS MAINTENANCE AS THE SCOPE OF WORK IN THIS SOLICITATION. PLEASE REFER TOSCOPE OF SERVICES; ATTACHMENT S. HSID FORM.I ; Scope of Services "lump Sum Proposal" Attachment B tlSupply,lnstallation, and Maintenance of New Trees at CRA South Miami" ITQ# _____ _ RESPONDENTS SHALL COMPLETE BOTH QUOTE #1 & QUOTE #2.. THE CtTY WILL SeLECT EITHER QUOTE #1 OR QUOTE #2 AND AWARD THE PROJECT TO A SINGLE CONTRACTOR. FAILURE TO COMPLY WITH THE/ TERMS OF THE "810 FORM" Will RENDER YOUR PROPOSAL NON- RESPONSIVE OU01E:#1: ,-- Number TREE UNIT COST OF Unit Price TOTAL COST OF of Trees TREES maintenance TREES '"10 ,... 'BI~~k li~~ oak-.,-T--------~----~--~' 10 10 10 10 OUOTE#2.: Number of Trees Slack Ironwood $ Pigeon plum $ Dahoon Holly $ Crape Myrtle $ TREE $ $ $ $ $ $ $ $ LUMP SUM TOTAL: $ ______ _ UNIT COST OF TREES Unit Price maintenance TOTAL COST OF TREES 5-"Bi~·c~k'-'·l-·i~-e-O-ak--~-$-----r----~M$-.-~-' 7 Black Ironwood 1 -Pigeon Plum 7 Dahoon Holly 7 Crape Myrtle $ $ $ $ $ $ $ $ $ $ $ $ LUMP SUM TOTAL: $ ______ _ 27 NOTE: THE CITY RESERVES THE RIGHT TO PURCHASE THE TREES AT THE QUOTED PRICES PROVIDED BY THE RESPONDENTS TO THIS SOLICITATION. THEREFORE, RESPONDENTS ARE TO QUOTE THE COST OF THE TREES AND INSTALLATION. SUBMITTED THIS DAY OF ---__ ~ ________ ~ _____ w~ __ ~ PROPOSAL SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Proposal Fax Number Signature Email Address Title 28 Scope of Services Attachment C tlSupply, Installation, and Maintenance of New Trees in Community Redevelopment Area (eRA),' ITQ #PLZ017-14 LOCATION MAP 29 LOCATION MAP " '"1~" " Not To Scale G • • e e LANDSCAPE PLAN ~ocation of .P.lsnti,!lll Attachment C e 4) • • 8 SW 68th Street between 62 Ave & 57 Ave sVV 67 Street between 59 PI & 58 PI Between 66 to 64 Streets & 59 Ave to 57 Ct. I SW 69 Street beUiveen 62 Ave & 59 PI SW 72 Street between 62 Ave & 61 Ct.. c ___________________________ __ 30 Scope of Services Attachment 0 "Supply, Installation, and Maintenance of New Trees in Community Redevelopment Area (eRA),' IrQ #PL2017-14 RESOUlTION NO. 069-11-14810 31 RESOLCTION NO. 069-17-14870 !\ Reso~ution authorizing the City IV!anagt~r (-0 execute a grant agrccHlcnt with 1VHami-Dade County for the City of South lVHamfCRA Trc('PhmtingProJcct ,in an amount not to exceed ${O,()OO. \VHEREAS, Miami-Dade C'ounty_ hy and through its Of/Ice of "Neat Streets Miami, has mvarded the City a matching grant not to exceed S 1 OJ)OO. The grant \'I'ill prm'ide funding for the eRA Tree Pianting Project which will allow the City \0 plant u total ofthtrty-thrce (33) trees inside the CRA; and W'HEREAS, the City is required to contribute cquai amount of fi..mds t{)]" the grant program: and \VHEREAS, the City w ill llSt;tlt~:J.nl~Lt~mJ account No. J.O-I--1-7-3,{B4l.,.,6#9-with a-lnlJa-i'1(;e (+f-&4h9$-~.QG: and \\'HEREl\S, the Mayor and City Commission Quthorlz(' the City Manager to execute the agreement >.vith ;'v1iami-Dade County's Office ofNe<H Streets rv1\ami and (lCCC1)t [he fundinu amount -, ~ ofS 10.000 forthe City of South l"hmui eRA Tree Planting Project. NO'V. THEREFORE, BE n RESOLVED BY THE MA.VOR AND CT.n:' COM!\HSSION Of<' THE ern' OF SOCTH i\HAML FLORH)A THAT: Section 1: The City Mtma~(~r is hereby authorized to eXecute the'aureement v.-ith rVliami- .,,""" • • .... .. , ..!..,...~ "-' Dade Countv's Orlier of Net~l Streets Miami tbr the Citv -of St1Ulh Miami eRA Tree Planting ~ J _ PW'l'cct with an expiration date of Al..lllust 3 i st, 2017 and :lCccP1 tlK' ll.lnding amount not to exceed +' ...... :- SlO.OOG. The grant U!1;reement is attached to this rl;7soiution. --- Section 2: That "Bob's Tn:t PJJM},!imL_~:J£tJ}£L~C_L~m~li,;b"~~,gJ_~~~jJLh:Lillg(ltl2QLated into th~ ;;!gL~.c i'11,t;; n ~-'- Section 23: This resolu! inn shall be cftectin: immediately ath:r the adoption hereof PASSED AND ADOPTED this 4.:1~_ day ol'6nd!, 20J 7. RE.A.D AND APPROVED AS TO FORVI L/\.NGUAG,E, LEGAUT-Y-;\NI) EXECUTIO~ THEREOF;; i· .. · crrv ATfOkNE\' CO\!\llSSIO\: 'v'OTE: ;V\;.1;'"<)['· Stodcbrd: \tiCl~ IvIavor \\'elsh: C'olTHnissiont;:r Edmond: \"en 'y'C"l '{ca C()mmis~i()n{'r HnlTis: V-ea C\"H11 I 1"3 iss i rill (T L lctnT1an: \. G~l 32 Bob's Tree Planting Method 3.. The top roots of the planted tree must at or no more than 2t1 above ground level. They 'must never be below ground level ,2 .. The root ball hole must be 4" wider on each side and 401 deeper than the root ball 3. A tap root hole 18" deep and 6" diameter must be ~)(cavated below the root ball hole, most easily done with an electric jackhammer and post hole digger. The tap root hole may not be necessary if a solution hole in the oolitic lime rock has been discovered by digging the root ball hole. 4. A 20" X 3/4" diameter hole must be drilled below the tap root hole, thiS is done with a percussion drill 5. The tap root hole is filled with 79 % sandI 30% or~anic and compacted, usually with a 2X4. '50/50 may be used but it should be light in color. Very dark 59/59 indicates that it has too much organic and not enough sand 6. 3" of loose 79/30 is placed in the bottom of the root ball hole and compacted down to 2", usually by stomping on it 7. A gently sloping mound of 70/30 3 ft high in the center is placed in the root ball hole 8. The tree is placed in the hole. One person holds the tree vertical while another person crawls around the tree and pushes dirt under the rootball, feeling with his fingers where voids and air pockets are and pushing the dirt into them. It is best if the person has extra long gloves. The person holding the tree little by little adds dirt around the tree while the oth~r person pushes that dirt under the rootball. No water shall be used to move the dirt under the rootball" as this softens 'dirt. It is better for stabilizing the tree if the dirt under and on the side of the root ball has been packed solid. 9. After the dirt has filled the air pockets under the rootball load up the sides around the rootball with 70/30 halfway highJl and then pack it with a 2X4. Repeat: add dirt around the tree and paCk it. Pack as much dirt as, possible with the heel of your boot (tennis shoes won It pack the dirt tight enough) . 19. Finish filling and packing the hole and then build a watering crater around the tree. Pack that, too with the back of a shovel. 11. Fill the crater with mulch. Place mulch around the crater. 12. Water the tree 33 EXHIBIT I INSURANCE & INDEMNifiCATION REQUIREMENTS Supply, Installation Be Maintenance of New Trees in the Community Redevelopment.Area (eRA) ITQ #PLlOi 7·14 Insurance Requirements Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance an~ Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the typeS and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contractor the performance of the contract with the City of South Miami, whether such daimis against to"te FIRM or any sub-contractor, or by anyone direCtly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion, The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida. on forms approved by the State of Florida, as will protect the FIRM. at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a , Subcontractor or by anyone directly or indirectly employed by any of them. or by anyone for whose acts any of them may be liable: (a) . claims under workers' compensation. disability benefit and other similar employee benefit actS which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) cfaims for damages because of bodily injury, sickness or disease, or death of any person other than the FtRM's employees; (d) claims for damages insured by usual personal injury liability coverage: (e) claims for damages. other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury. death ·of a person or property damage ariSing out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (11) claims involving cbntractualliability insurance applicable to the FIP.M's obligations under the Contract. Firm's Insurance Generally. The FIRM shall prOVide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is othervvise specified hereinafter), the insurance coverage written on· Florida approved forms and as set forth below: Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the 'Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes. as presently written or here;;tfter amended. and all applicable federal laws, In addition. the policy (ies) must include: Employers' Liability at the StatUtory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. Commercial Comprehensive General Uabiiity insurance with broad form endorsement. as well as automobile liability, completed operations and products liability. contractual liability, severability of interest with cross liability provision. and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2.000.000 aggregate. including: • Personal Injury: $1.ooQ,ooO; • Medical Insurance: $5,000 per person; • Property Damage: $500.000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the pr'imary insurance policy but in the amount of $1 ,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of 34 the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must indude: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage . (f) Broad form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. . (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage liability. Business Automobile liability with minimum limits of One Million Dollars ($i.OOO,OOO.OO) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy. without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehides. (b) Hired and Non~Owned Vehicles (c) Employers' Non-Ownership Subcontracts: The FIRM agrees that if any part of the Work under the ConlJ-act is sublet, the subcontract shall contain the same insurance provision as set forth in these insurance and indemnification requirements. other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where applicable. Fire and Extended Coverage Insurance (Builders' Risk), !F APPLICABLE: In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptabie to the CITY, "Broad" formfAIi Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations,additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, jf the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name or the CITY and the CONTRACTOR, as their interest may appear. and shall also cover the interests of all Subcontractors performing Work. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be dearly not applicable. Miscellaneous: If any notice of cancellation of insurance or change in coverage is issued by the insurance. company or should any insurance have an expiration date that wi!! occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. All deductibles must be declared by the FIRM"and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. The policies shall contain waiver of subrogation against CITY where applicable. shall expressly provide that such policy or policies are primary over any other coflectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. AI! poliCies shall com:ain a 35 "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision c~vering the Contractors duty to indemnify the City as provided in this Agreement. Before starting the Work. the FIRM shall deliver to the CITY and CONSULTANT. if any, certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issue(!. the insllrance policy. including the declaration page and all applicable endorsementS and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVI! or better per AM. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at. its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage' • or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage S": a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium). terminated or materially modified without first giving the City of South Miami ten (10) days advanced Written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." Contractor's Responsibility Prior to Receiving a Notice to Proceed Prior to the City issuing a Notice to Proceed, the contractor shall deliver a copy (either hard copy or, preferably, electronically) of the policy, including the declaration page of the policy and all endorsements to the policy and provide the City with the name, address, including email address. and phone number of the contractor's insurance agent. The Contractor's insurance agent must provide the City with evidence that the insurer issuing the policy is licensed and authorized to do business in Florida, that the form of the policy being issued has been approved by the State of Florida and that the insurance carrier that is issuing the policy is not issuing the policy as a surplus Hoes carrier. The agent shall also provide a citation to the page number of the policy, or the form number of the endorsement. and highlight the relevant language of the portion of the policy and/or the endorsements that, in his or her estimation, meets the fol/owing City insurance requirements: a) the city is an additional insured; b) coverage includes contractual liability; c) the City will be provided at least 10 days advanced notice of any cancellation of the policy. including cancelation for non-payment of premium. and at least 30 days' advanced notice of any material changes to the policy or of cancellation for any reason other than non-payment; and d) either a policy provision or an endorsement providing that the policy is primary and non-contributory. such as an endorsement that provides that the vendor's policy is primary over aU of the city's applicable insurance and that treats the city's policies as excess coverage. • It may be that some of these provisions !ire combined into one endorsement or contained in the policy itself. If the policy does not have a provision 01' endorsement that provides the City with advanced notice of cancellation as required by the City, the contractor may still comply with the City's insurance requirement if the 36 contractor provides the City with proof that the policy premium has been paid in full and provided the contractor makes arrangements with its insurance company to allow the City to confirm. monthly. that the policy is in full force and effect. In addition, the Contractor must either pay the City a monthly monitoring fee. currently set at $25 per month. or have the amount deducted from the Contractor's draws/payments. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries. damages, or harm which might arise· during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The COntractor shall indemnify, defend. save and hold CITY, its officers. affiliates, employees, successors and assigns. harmless from any and all damages. claims, liability. losses, claims. demands, suits, fines. judgments or cost and expenses, including reasonableattorney'$ fees, paralegal fees and investigative costs incidental there to and incurred prior to,during or following any litigation, mediation. arbitration and at all appellate levels, which may be suffered by. or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees. successors and assigns, by reason of any causes of actions or claim of any kind or nature, including daims for injury to. or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omisSion, misconduct. or any gross negligence, intentional act or harmful conduct of the Contractor. its contractor/subcontractor or any of their officers. directors, agents, repreSentatives, employees. or assigns. or anyone acting through or on behalf of any of them. arising OUt of this Agreement, . incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C. The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever. in connection therewith. including the expense or loss ·of the CITY and/or its affected officers. affiliates, employees, successors and aSSigns. including their attorney's fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission. or act of the Contractor. its Sub-Contractor or any of their agents. representatives. employees, or assigns. andlor arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. O. The Contractor agrees and recognizes that neither the CITY nor its officers. affiliates; employees. successors and assigns shaH be held liable or responsible for any claims. including the costS and expenses of defending such claims which may result from or ariSe out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents. representatives. employees. or assigns. or anyone acting through or on behalf of the them. and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing. approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents. representatives, employees. or asSigns, or anyone acting through or on behalf of them. E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to design profeSSional contracts. and pursuant to Section 725.08 (I). Florida Statutes. none of the provisions set forth herein above that are in conflict with this subparagraph shalt apply and this subparagraph shall set forth the sole responSibility of the design professional concerning indemnification. Thus, the design professional's obligations as to the City and its agencies. as well as to its officers and employees. is to indemnify and hold them harmless from liabilities, damages. losses. and costs, including. but not limited to. reasonable attorneys' fees. to the extent caused by the negligence. recklessness. or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professionalln the performance of the contract. 37 EXHIBIT 2 AFFIDAVITS AND FORMS SUBMISSION REQUIREMENTS Supply, Installation &: Maintenance of New Trees in the Community Redevelopment Area (eRA) IrQ. #PL2017-14 This listing indicates the forms and documents required to be submitted for this soJicitationand to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation . .Additional documents may be required and, if so, they will be identified in an addendum to this ITQ. The response shall indude the following items: it Non-Collusion Affidavit e Public Entity Crimes and Conflicts of Interest @ Drug Free Workplace • Acknowledgement of Conformance with OSHA Standards lit Federal and State Vendor Listing e Related Party Transaction Verification Form it Presentation Team Declaration/Affidavit of Representation • Signed Contract Document (All. Including General Conditions and Supplementary Conditions if attached. £XHlalT 3 38 NON COLLUSIQN AFFIDAVIT STATE OF FLORIDA . ) ) COUNTY OF MIAMI-DADE } __________________ ~ beingftrst duly sworn, deposes and states that: (I) He/ShelThey is/are the ______ ~ ___ --....----------- (Owner. Partner, Officer, Representative or Agent) of ___________________ the Respondent that has submitted the attached Proposal; (2) He/ShelThey is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine andis nota collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers. partners. owners. agents. representatives. employees or parties in interest, including this affiant. have in any Way colluded, conspired, connived or agreed. directly or indirectly, with any other Respondent, firm. or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner. directly or indirectly. sought by agreement or collusion, or communication, or conference with any Respondent. firm. or person to fix any overhead. profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead. profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion. conspiracy. connivance. or unlawful agreement any advantage against (ReCipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion. conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners. employees or parties of interest, including this affiant. Signed, se.aled and· delivered in the presence of: By: Witness Signature Witness Print Name and Title Date ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE ) ) ) On this the day of , 20 __ , before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary} and whose name(s} is/are Subscribed to the within instrument. and he/she/they acknowledge that he/she/they executed it. Thomas F. Pepe 02·23·15 39 WiTNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: Thomas F. Papa 01-23-15 Notary Public, State .of Florida (Name of Notary Public: Print. Stamp or type as commissioned.) Personally known to me, or Personal identification: Type of Identification Produc;:ed Did take an oath. or Did Not take an oath. 40 PUBliC ENTiTY CRiMES AND CONfLICTS OF iNTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287. i 33, Florida State Statutes -"A person or affiliate who has been placed on the convicted vendor fist following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public wor-k. may not submit bids or proposals on leases or real property to a public entity. may not be awarded to perform VI/ork as a RESPONDENT, Sub.contractor, supplier. Sub-consultant. or Consultant under a Contract with any public entity. and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017. Florida Statutes. for thirty six (36) months from the date of being placed on the convicted vendor list", The award of any contract hereunder is subject to the provisions of Chapter !! 2. Florida State Statutes. Respondents must disclose with their Proposals. the name of any officer. direCtor, partner. associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to [print name of the public entit'/l by ____ ~ __ ~ __ ~ __ --~~~---------------------------------[print individual's name and title] for ________________________________________________________________ ~ __ ___ (print name or entity submitting sworn statementj whose business address is _______________________ _ and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individuai signing this sworn statement: --------------------.) 2. I understand that a "public entity crime" as defined in Paragraph 287.133 (I }(g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to • any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft. bribery, collusion, racketeering. conspiracy. or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime. with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after july I, 1989, as a result of a jury verdict, non-jury trial. or entry of a plea of gUilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (I) (a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natura! person who is active in the management or the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers. directors, executives. partners. shareholders. employees. members. and agents who are active in Thomas F. Pepe 01·23·1 S the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person. Of a pooling of equipment or income among persons when not for fair market value under an arm's length agreement. shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall. be considered an affiliate. 5. I understand thata "person" as defined in Paragraph 287.133 (I) (e). Florida Statute~ means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal Of applies to bid or proposal on contracts for the provision of goods· or services let by a public entity. or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers. directors, executives. partners, shareholders, employees. members. and agents who are active in management of an entity. 6. Based on information and belief,toe,statement which I have marked below is true in relation ·to the entity submitting this sworn statement. [Indicate which statement applies.] __ Neither the entity submitting this sworn statement, nor any of its officers, directors. executives, partners. shareholders. employees, members. or agents who are active in the management of the entity. nor any affiliate of the entity has been charged with and sonvicted of a pUblic entity crime subsequent to July I, 1989. ' _. __ The entity submitting this sworn statement, or one or more oilts officers. directors, executives. partners. shareholders. employees. members. or agents who are aCtive in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1.1989. __ The entity submitting this sworn statement, or one or m?re of its officers. directors. executives. partners. shareholders, employees, members, or agents who are active in the management of the entity. or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of july I. 1989. However, there has been a subsequent proceeding before· a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order,] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM ISVAUD THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO iJNDERSTAND THAT I AM REQUIRED TO INFORM THE PUSLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.011. flORIDA STATUTES, FOR CATEGORY TWO Of ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [Signature] Sworn to and subscribed before me this _____ day of ____________ ,. 20 __ . Personally known __________ _ OR Produced identification __ -____ _ (Type of identification) Form PUR 7068 (Rev.06111/92) Thomas F. Pepe 02-23-15 Notary Public -State of ______ _ My commission expires __ ~_~ __ _ (Printed. typed or stamped commissioned name of notary public) 42 DRUG fReE WORKPLACE Whenever two or more Bids or Proposals which are equal with respect to price. quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services. a Sid or· Proposal received from a business that certifies that it has implemented a drug-freeworkpface program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug.free workplace program, a business shall: I ) Publish a statement notifying employees that the unlawful manufacture. distribution. dispensing. possession. or use of a controlled substance is prohibited in the workplace and speCifying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abus~ in the workplace. the business' policy of maintaining a drug-free workplace. any available drug counseling, rehabilitation, and employee assistance programs. and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement spedfied in Subsection (I). . 4) In the statement specified in Subsection (I). notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid,he employee shall abide by the terms of the statement and shall notify the el!lployee of any conviction of. or plea of guilty or nolo contendere to. any violation of Chapter 893 or of any controlled substance law of the United States or any state. for a violation occurring in the workplace no later than five (5) business days after such conviction. I 5) Impose a sanction on. or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community. by any employee who is so convicted. 6) Make a good fait.h effort to continue to maintain .a drug-free workplace through implementation of this section. As th~ person authorized to sign the statement, I certify that this firm complies fully with the above requirements. RESPONDENTs Signature: ______________ _ Print Name: ___________________ _ Date: ____________________________ __ Thomas F. Pep'" 02-23-15 43 ACKNOWL.EDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We, • (Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTOR for the Manor Lane Traffic Calming Proj~tas specified have the sole responsibility for compliance with all the requirements Of the Federal Occupa'tional Safety and Health Act of 1970, and all State and local safety and health regulations. and agree to indemnify and hold harmless the City of South Miami and TV lin International (Consultant) against any and all liability. claims~ damages, losses and expenses they may incur due to the failure of (Sub<ontractor's names): ....., .. to comply with such act or regulation. CONTRACTOR By: __________________________ __ Name Title Thomas F. Pepe 02-23-15 Witness AfFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must certify that the Respondent's name Does Not appear on the State of Florida. Department of Management Services, "CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondent'S name Does appear on one or all the "Ustings" summarized below, Respondents must "Check if Applies" next to the applicable "listing." The "Ustings" can be accessed through the following link to the Florida Department of Management Services website: DECLARATION UNDER PENA.L TV OF PERJURY I, (hereinafter referred to as the "Declarant") state. under penalty of perjury, that the following statements are true and correct: (!) I represent the Respondent whose name is _____________ _ (2) I have the follOWing relationship with the Respondent (Owner (if Respondent is a sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or I"'anaging Member>{if Respondent is a Limited liability Company). (3) I have reviewed the Florida Department of Management Services website at the following URl address: http://www.dms.myflorida.com/business_operationsfstateyurchasing/vendor_information/convlcted_suspended_di scriminatory _ complai nts _vendor Jists (4) I have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's name appears in the list found on the Florida Department of Management Services website for that category or listing. If I did not enter a mark beside a liSting/category it means that I am attesting to the fact that the Respondent's name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit Check if Applicable Convicted Vendor List Suspended Vendor List Discriminatory Vendor List Federa! Excluded Parties List Vendor Complaint List fURTHER DECLARANT SAYETH NOT. (Print name of Declarant) By: ~-:::-__ :-::::-.-:--""':""""" __ _ (Signature of Declarant) ACKNOWLEDGEMENT ST A. TE OF FLORIDA ) COUNTY OF MIAMfiQDADE ) On this the __ day of ______ ., 20 __ , before me, the undersigned author·jty. personally appeared who is personally know to me or who provided the following identification and 'who took an oath or affirmed that that he/she/they executed the foregoing Affidavit as the Declarant. WiTNESS my hand and official seal. NOTARY PUBLIC: Thomas F. Pepe 02·23·15 SEAL Notary Public. State of Fiorida (Name of Notary Public: Print, Stamp or type as commissioned.) 45 RELATED PARTY TRANSACTION VERIFICATION FORM ______________ ', individually and on behalf of _____________ _ ("Firm")have Name of Representative Company/Vendor/£ntity read the City of South Miami ("City")'s Code of Ethics, Section SA-t of the City's Code of Q"dinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief: , (I) neither I nor the Firm have any conflict of interest (as defined in section SA-I) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for. Qr to transact with, the City, and (2) neither I nor any employees, officers. directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s). as defined in section SA· I , who is an employee of the City or who is(are) an appointed or elected official of the City, or who is (are) a member of any public body created by the City Commission. i.e., a board or committee of the City. [while the ethics code still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and (3) neither' nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm. nor any member 6f those persons' immediate family (i.e., spouse, parents. children, brothers and sisters) has transacted 01' entered into any contract(s) with the City or has a financial interest. direct or indirect. in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: _(use (if necessary. use a separate sheet to supply additionallnformation that will not fit on this line; however, you must make reference, on the above line. to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded. the statement in this section (3) shall be based solely on the signatory's personal l<nowledge and he/she is not reqUired to make an independent investigation as to the relationship of those Who have afinandal interest in the Firm.]; and (4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (i.e .. spouse, parents. chiidren. brothers and sisters) has a financial interest. directly or indirectly, in the contract between you and/or your Firm and the City other than the follOWing individuals whose interest is set forth following their use a separate names: _____ -:-________________ _ (if necessary. use a separate sheet to supply additional information that will not fit on this line; however. you must make reference, on the above line. to the additional sheet and the additional sheet must be signed under oath), The names of ail City employees and that of aU elected and/or appointed city officials or board members, who . own, directly or indirectly. an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: <if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publici}' traded. the statement in this section (4) shall be based solely on the Signatory's personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected andlor appointed officiaior employee.] (5) i and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our pOSition of trust. or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general pUblic, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity. outside of the normal gain or benefit anticipated through the performance of the contract. (6) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board. commission or agency of the City within the past two years other than 1tS Thomas F. Pepe 02-23-IS 46 follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X:\Purc:hasingWendor Registration\ 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3}.docx (7) Neither I nor an}' employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) aliI' city employee; or (iii) any member of any board or agency of the City other than as follows: --: ____________________ {if necessary. use a separate sheet to supply additional information that will not fit on this Hne; however. you must make reference, on the above line. to the additional sheet and the additional sheet must be Signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf or a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees. officers, or directors of the Firm. or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members). (8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interestgreacer than 5% in that Other Firm, nor any member of those persons' immediate famity (Le" spouse. parents, chiidren. brothers and sistersj nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons' immediate family (Le. spouse, parents. children. brothers and sisters) have also responded. other than the follOWing: _________ ~-___ ~ ____________ (if necessary, use a separate sheet to supply additional il1formation that will not fit on this line; however, you must make reference. on the above line, to the additional sheet and the additional sheet must be signed under oath}. [while the ethics code still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded. the statement in this section (8) shall be based solely on the signatory's personal knowledge and he/she is not requil'ed to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers. directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) I and the Firm agree that we are obligated to supplement this Verification Form and inform t.he City of any change in circumstances that wouid change our answers to this document. Specifically. after the opening of any responses to a solicitation. I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parti~ to me and the Firm. (IO) A violation of the City's Ethics Code. the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City. and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami-Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which i am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge. information and belief. Signature: PI'jnt Name & Title: _____________ _ Date: ___________ _ Thomas F. Pe~ 02·23·15 Sec. 8A~ I •.. Conflict of interest and code cf ethks ordinance. (a) Designrrtion. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city per'sonnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel,advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner, By way of example, and not as a limitation, subsections {c} and (d) may be applied to the same contract or transaction. (b) Definitions, For the purposes of this section the following definitions shall be effective: (I) The term "commission membeFs" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority, (3) The term "quasi-judicia! personnel" shall refer to the members of t.he planning board. the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primar)' responsibility is to recommend legislation or give advice to the city commission. (5) The term "departmental personnel" shall refer to the city derk. the city manager, department heads, the city attorney, and all assistants to the city derk, city manager and city attorney, however titled. (6) The ter'm "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift. favor, thing ofvalue or financial benefit conferred, or to be conferred, in r~turn for services rendered or to be rendered. . (B) The term "controlling financial interest" shall refer to ownership. directly or indirectly, of ten percent or more of the outstanding capital stock in any cOl'poration or a direct or indirect interest of ten pel'cent or more ina firm. partnership. or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children. brothers and sisters of the person involved. (10) The term "transact any business" shaH refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposaUn response to a RFP, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on transacting busines.f with the city. No person included in the terms defined in paragraphs (b)(l) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting for the city. and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall ;affect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (!) The payment of taXes, special assessments or fees for services provided by the city government; (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city u~rough underwriters ar directly fram time to time. Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that: (!) An open-ta-all sealed campetitive proposal has been submitted by a city person as defined in paragraphs (b)(2). (3) and (4): (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, profeSSional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); . (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. Provisions cumulative. This subsection shall be taken to be cumulative and shaH not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Fur~her proI1ibitlol'l on transacting business wid. the ;;ity. Thomas F. i"epe 02·23·15 No person included in the terms defined in paragraphs (b){!) through (6) and in paragraph (b)(9) shall ente. into f any contract or transact any business through a firm, corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest. direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)( I) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirecdy affected by any action of the city commission: ( I) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor. or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b}(l) in a manner distinct from the manner in which it would affect the public generally. Any person induded in the term defined in paragraph (b)( I) who has any of the specified relationships or who would or might, directly or indirectly. realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (1:) Gifts. (t )Defjnition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service. loan. travel. entertainment, hospitality. item or promise. or in any other form. without adequate and lav!fu! consideration. (2)fxceptions. The provisions of paragraph (e)( I) shall not apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph(3); c. Awards for profeSSional or civic achievement; d. Materia! such as books. reports. periodicals or pamphlets which are sole!y informational or of an advertising nature. (3} Prohibitions. A person described in paragraphs (b)( I) through (6) shaH neither solicit nor demand any gift. it is also unlawful for any person or entity to, offer. give or agree to give to any person included in the terms defined in paragraphs (b){l) through (6), or for any person included in the terms defined in paragraphs (b)(l) through (6) to accept or agree to accept from another person or entity, any gift for or because of: a. An official public action taken. or to be taken. or which could be taken, or an omission or failure to take a public action: b. A legal duty performed or to be performed. or which could be performed, or an omission or failure to perform a legal duty; . c. A legal duty violated or to be violated, or which couid be violated by any person included in the term defined in paragraph (b){l): or . d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)(!) through (6) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter I ! 2, Florida Statutes. for "loca! officers" with the city derk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (1) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(I) through (6) be employed by a corporation, firm. partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation. firm, partnership or business entity have substantial business commitments to or from the city or any city agency. or be subject to direct regulation by the city or a city agency, then the person shalt file a sworn statement disclosing such employment and interest with the derk of the city. (g) Exploitation of official position prohibited. No person induded in the terms defined in paragraphs (b )(1) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (11) Prohibition on use of confidential information. No person included in the terms defined in paragraphs (b)( I) through (6) shaH accept employment or engage in any business or profeSSional activity which one might ' reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position. nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city, nor shall that person ever use such information, directly or indirectly, for persona! gain or benefit. ,"nomas F. Pep.: 02-23-15 (i) Conflicting employment prohibited. No person included in the terms defined in paragraphs (b)(l) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. 0) Prohibition on outside employment. (I) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city. except as may be permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment. either incidental, occasional or otherwise. where city time. equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagr<tph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approverliri writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section I-II of the Code of Miami-Dade County and. in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. . (2) All full-time city employees engaged in any outside employment for any person. firm, corporation or entity other than t'le city. or any of its agendes or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment. the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The dty manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. No person included in the terms defined in paragraphs (b)( I} through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial eonflict between private interests and the public interest. (I> Certain appearances and payment prohibited. {() No person included in the terms defined in paragraphs (b)(\), (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person With respect to any matter. license. contract, certificate, ruling, decision. opinion. rate schedule, franchise. or other benefit sought by the third person. Nor shall the person receive any compensation or gift. directly or indirectly. for services rendered to a third person. who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any coUrt or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter. license. contract. certificate, ruling. decision, opinion. rate schedule. franchise. or other benefit sought by the third person. Nor shall slJch person receive any compensation or gift, directly or indirectly. for services rendered to a third party who has applied for or is seeking some benefit from the city commission oragenc), on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court 6r before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. No person included in the terms defined in paragraphs (b) (I) through (6) shall participate in any official action directly or indirec;tly affecting a business in which that person or any member of the immediate family has a financial interest. A financial interest is defined in this subsection to indude. but not be limited to. any direct or indirect interest in any investment, equity. or debt. (n) Acquiring finandal interests. .. No person inciuded in the terms defined in paragraphs (b)(I) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to beHeve that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (O) Recommending professional services. Thomas F. Pepe 02·23·15 . 50 No person included in the terms defined in paragraphs (b)( I) through ( 4} may recommend the services of any lawyer or law firm. architect or architectural firm, public relations firm. or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies. provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials, ofr,cers or employees. (p) Continuing opplication after c:ity service. (I) No person included in the terms defined in paragraphs (b) ( I). (5) and (6) shall. for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(I) through (6)] in connection with any judicial or other proceeding, application. RFP. RFQ. bid. request for ruling or other determination, contract. claim. controversy, charge, accusation. arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever. whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine. administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities. 501 (c){3) non-profit entities or educational institutions or entities. and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)( I} whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described in paragraph (p)( I) whose city service· or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(\) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she . participated directiy or indirectly through decision. approval, disapproval. recommendation, the rendering of advice. investigation. or otherwise. during his or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision. approval. disapproval. recommendation. the rendering of advice, investigation. or otherwise. during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision. approval. disapproval, recommendation, the rendering of advice. investigation, or otherwise. during his or her city service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials. (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p). (q) City attorney to render opinions on request. Whenever any person included in the terms defined in paragraphs (b)(I) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or applkation of this conflict of interest and code of ethics ordinance. or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person. may submit to the cil)' attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. (Ord. No. 6-99·1680, § 2, 3-2-99) Editor's note-Ord. No. 6·99.1680. § I. adopted 3-2-99, repealed §§8A-1 and 8A-2 in their entirety and replaced them with new §§ SA-I and SA·2. Former §§ SA· I and 8A-2 pertained to declaration of policy and definitions. respectively. and derived from Ord. No. 634. §§ I (IA.I). I (IA-2) adopted Jan. II. 1969. . Thomas F. Pepe 02·23·15 END OF SECTION 51 PliU~SENTATION TEAM DECLARA TION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14- 2206 {c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. for the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee onbeha!f of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to '92.525(2), Florida. Statutes, the undersigned, ______ -', makes the following declaration under penalty of perjury: listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below Executed this ___ day of _______ --', 20 . Signature of Representative Print Name and Title Thomas f!. Pepe 02-23-15 Print name of entity being represented END OF SECTION 52 eXHIBIT 3 CONTRACT FOR SUPPLY, INSTALLATION &. MAINTENANCE OF NEW TREES IN THE COMMUNITY REDEVELOPMENT AREA (eRA) ITQ #P12017·14 THIS CONTRACT, entered into this __ . day of , 20---, by the CITY OF SOUTH MIAMI through its Manager, both of whom shall be hereinafter refetred to as the "CITV" where applicable; located at 6130 Sunset Drive, South Miami, Fl. , E-mail: ?J3!exai1der@~uthmiarr.;fi.gov and with an office and principal place of business located at and E-mail address of _-'--~ ____ . and Facsimile transmission number of __ (hereinafter called the "CONTRACTOR"). WITNESSETH! WHEREAS, the CITY is in need of the Suppll( Installation & Maintenance of New Trees in the Community Redevelopment Area (eRA); and WHEREAS, the CITY desires to retain CONTRACTOR to provide the required goods and/or services based on CONTRACTOR's representations which reflect that CONTRACTOR is qualified and capable of providing said goods and/or services in a professional and timely manner ana in accordance with the CITV's goals and requirements; and WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in accordance with the terms and conditions set forth herein. NOWt THEREFORE, in consideration of the mutual covenants and agreements herein contained, the parties agree as follows: 1) Engagement of Contractor: Based on the representations of CONTRACTOR as set out in the following "checked" documents the CITY hereby retains CONTRACTOR to provide the goods and/or services set forth in said proposal, quote or response to solicitation, whichever is applicable, as modified by the Contract Documents, or as is otherwise set forth in the Contract Documents defined below (all of which is hereinafter referred to as the Work"). (Check the box immediately preceding the document described below to indicate that such document is part of this Contract) X Contractor's response to the CI!V/S written solicitation; or X Contractor's proposal or quote, or if none, o As described in paragraph 2 below. 2) . Contract Documents: The Contract Documents shall include this Contract and the following "checked documents", as well as any attachments or exhibits that are made a part of any of the "checked documents". (Check the box immediately preceding the document described below to indicate that such document is part of this Contract) o General Conditions to Contract, o Supplementary Conditions, o "Other Documents" referring to in this Contract and signed by the parties, X Solicitation documents ("hereinafter referred to as "Bid Documents" including any request for bid, request for proposal or similar request) X Scope of Services, X Contractor's response to the CITY's Bid Documents, x Contractor's proposal or quote, X CITY's Insurance & Indemnification Requirements, o Bonding of Employees (the term "employee", as used in this Contract, shall include volunteers) -$1,000,000 c Payment Bond, o Performance Bond, 5· ... ..J This Contract and the General Conditions to Contract, Supplementary Conditions, the Solicitation, Scope of Services and "Other Documents", if any are "checked documents", shaH take precedent over the response to the CITY's Bid Documents, if any, or the proposal Dr the quote, if any. The "checked documents" are attached hereto and made a part hereof by reference. 3} Date of Commencement: CONTRACTOR shall commence the performance of the Work under this Contract on I§Q or a date to be specified in a Notice to Proceed, or Purchase Order, {hereinafter referred to as the "Work Commencement Date"L and shall complete the performance hereunder within .J!m: days or the length of time set forth in the Contract Documents, whichever is the shorter period of time. Time is of the essence. 4} Primary Contacts: The Primary Contact Person in charge of administering this Contract on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the Manager's designee, who shall be designated in a writing signed by the Manager. The Primary Contact Person for CONTRACTOR and his/her contact information is as follows: Name: ___ -=-_____ €.-mail: ; Fax: ________ _ Street Address: ____________ ~,__ __ -- 5} Scope of Services: The goods and/or services to be provided are as set forth in the "checked documents". 6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's performance under the terms and provisions of this Contract, or CONTRACTOR's payments in the event CONTRACTOR is paying the City for the uses of the CITY's property or services, (hereinafter referred to as the Contract Price) shall be one of the following, as indicated by one of the following checked bo)(, 0 $ or as set forth in X CONTRACTOR's response to the CITY's written solicitation, if any, Of, jf none, then as set out in CONTRACTOR's proposal or quote, the Scope of Services, or as set forth ln, or modified by, one of the Contract Documents, whichever is applicable. 7) Hours of Work: In the event that this Contract requires the performance of services, it is presumed that the cost of performing the Work after regular working hours, and on Sunday and legal holidays, is included in the Contract Price, However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless speciflcally authorized or instructed in writing by the City Manager, the Manager's assistant or designee, S) Time P,'ovisions: The term of this Contract shall commence on the Work Commencement Date and shaH continue for NfA or until it expires on September 30,2011. or unless earlier terminated according to the Contract Documents. Notwithstanding the foregoing, this Contract may be extended by NIA if the extension is in writing and signed by the City Manager. An extension of the term of this Contract is at the CITY's sole and absolute discretion. 9) Termination: This Contract may be terminated without cause by the CITY with 30 days of advanced written notice. This provision supersedes and takes precedence over any contrary provisions ·for termination contained in the Contract Documents. 10) Applicable law and Venue: Florida law shall apply to the interpretation and enforcement of this Contract. Venue for all proceedingsshallbe in Miami-Dade County, Florida. 11} Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws, ordinances, codes, rules, regulations, and health and safety standards of any governmental body having jurisdiction over any matter related to this Contract or the goods and/or services to be performed hereunder, and shall commit no trespass on any private property in performing any of the work embraced by this Contract. Each and every provision and/or clause required by law to be inserted in this Contract shall be deemed to be inserted herein and this Contract shaH be read and enforced as though such provisions and/or clauses were included herein. 54 12.) Change Orders: No additional Work or extras shall be done unless the same is duly authorized in writing and in advance ofthe work by appropriate action by the City Manager and in accordance with the Contract Documents. 13) licenses and Certifications: Contractor shall secure all necessary business and professional licenses at its sale expense prior to executing this Contract or commencing the Work. 14) Insurance, Indemnification at Bonding: CONTRACTOR shall comply with the insurance, indemnification and bonding requirements set forth in the Contract Documents. is} liquidated Damages: In the e~ent that CONTRACTOR shall fail to complete the Work within the time limit set forth in the Contract Documents, or the extended time limit agreed upon, in accordance with the procedure as more particularly set forth in the Contract Documents, liquldated damages shall be paid at the rate of ~ dollars per day until the Work is completed. 16) Jury Trial Waiver! The parties waive their right to jury trial. 17) Entire Agreement, Modification, and Non-waiver: The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may not be modified or amended except in writing, signed by both parties hereto and if this Contract is required to be approved by the City CommiSSion, ail amendments thereto must be approved in the same manner and with the same formality as this Contract. The Contract Documents, in general, and this paragraph, in particular, shall not be modified or amended by any acts or omissions of the parties, No failure to exercise and no delay in exerCising any right, power or privilege shall operate as a waiver. No waiver of the Contract Documents, in whole or part, including the provisions of this paragraph, may be implied by any act or omission. 18) Public Records: CONTRACTOR and ali of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods andior services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (3) Keep and maintain public records iequired by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records} provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time 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 for the duration of the Contract term and following completion of the Contract if CONTRACTOR does not transfer the records to the public agency; and (d) Upon compietlon of the Contract, transfer, at no cost, to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service. If CONTRACTOR transfers all public records to the public agency upon completion of the Contract, CONTRACTOR shaH destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTHACTOR keeps and maintains public records upon completion of the Contract, CONTRACTOR shall meet at! applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF CONTRACTOR HAS QUESTIONS· REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA ST ATUTES9 TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E>maU: 55 mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143. 19) Background Screening. All personnel and volunteers that will provide any service with vulnerable persons, as defined in Section 435.02, Fla. Stat., involving the City or its Agency in such related activity or who may have access to secure or sensitive areas of the City, must be in compliance With Levell! Background Screening and fingerprinting requirements as per, Florida Statute Ch. 435 prior to the scheduled start of any employee or volunteer. CONTRACTOR shall prevent any and all of its personnel, including volunteers, from engaging in any such related activities without having passed a background screening to the satisfaction of the City. A violation of this requirement shall constitute a substantial breach of this Contract. 20} Drug Free Workplace. CONTRACTOR shall comply with the Drug Free Workplace policy set forth inthe City of South Miami's Personnel Manual which is made a part of this Contract by reference. 21) Transfer and Assignment. None of the work or services under this Contract shall be subcontracted or assigned Without prior written consent from the CITY which may be denied Without cause. 22) Notices. All notices given or required under this Contract shall be deemed sufficient if sent by a method that provides written evidence of delivery, including e-maH and facsimile transmission and delivered to CONTRACTOR or his designated contact person. Return of mail, sent to the address contained herein for the parties or their contact persons, as not deliverable or for failure to claim the mail shall be deemed received on the date that the mail is returned to sender. IN WITNESS WHEREOf, the parties, have executed thls Contract, on or before the date first above written, with full knowledge of its content and significance and intending to be legally bound by the terms hereof. Witnessed: By: _________ _ ATTESTED: By: ______ _ Maria Menendez City Clerk Read and Approved as to Form, language, legalit-y and Execution Thereof: By: _______ _ City Attorney [Individual or entity' 5 name) By: ________ _ [mime of signatory] CITY OF SOUTH MIAM! By: ________ _ Steven Alexander City Manager 56 Bueno, Angelica From: Sent: To: Cc: Subject Thank you. Steven Kulick, C.P.M. Kulick, Steven P Thursday, July 06, 2017 9:37 AM Rob Mainguy Webster; john; Tompkins, jane; Bueno, Angelica; Menendez, Maria M. RE: ITQ #PL2017-14 Chief Procurement Officer/Procurement Division City of South Miami -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax; 305/663-6346 -Email: skulick@southmiamifl.gov From: Rob Mainguy [mailto:rmainguy@mainguy.com] Sent: Thursday, July 06,20179:36 AM To: Kulick, Steven P <SKulick@southmiamifLgov> Subject: RE: ITQ #PL2017-14 This will confirm our acceptance of the revised Quote #2 in the tota I sum of $20,200 as reflected in your email below. Thank you very much. From: Kulick, Steven P [mailto:SKulick@southmiamifl.gov] Sent: Thursday, July 6, 2017 9:29 AM To: Rob Mainguy Cc: Webster, John; Tompkins, Jane; Bueno, Angelica; Menendez, Maria M. Subject: FW: ITQ #PL2017-14 Importance: High Rob, Please review the corrected chart in the attached email below. The total is $20,200 for 30 trees. Please· confirm your acceptance. Thanks, Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City of South Miami -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax: 305/663-6346 -Email: skulick@southmiamif/.gov ,~~ ';'.~.:~:~:~~::.:~: ,t;1Q' From: Bueno, Angelica Sent: Thursday, July 06, 2017 9:23 AM To: Kulick, Steven P <SKulick@southmiamifl.gov> . Cc: Webster, John <JWebster@southmiamifl.gov>; Tompkins, Jane <JTompkins@southmiamifl.gov>;Menendez, Maria M. <MMenendez@southmiamifl.gm;> Subject: RE: ITQ #PL2017-14 Hello Steve, Excuse the error, this chart has been revised and saved many times, I copied an old draft. Find the corrected chart below, please forward to and ask Mainguy to reply his acceptance. AMOUNT TVPEOFTREE 5 SOUTHERN LIVE OAK TREES 12 FEET 6 BLACK IRONWOOD 12 FEET 6 PIGEON PLUM 12 FEET 6 DAHOON HOLLY 12 FEET 7 CRAPE MYRTLE 30 TOTAL Tha~k you very much Angelica Bueno Planning &Sustainability Administrator T: 305 668-2514 From: Kulick, Steven P Sent: Thursday, July 06,20179:00 AM UNIT PRICE $650 $650 $450 $450 $450 To: Bueno, Angelica <ABueno@southmiamifl.gov> MAINTENANCE TOTAL $150 $4,000 $150 $4,800 $150 $3,600 $150 $3,600 $150 $4,200 $20,200 Cc: Webster, John <JWebster@southmiamifl.gov>; Tompkins, Jane <JTompkins@southmiamifl.gov>; Menendez, Maria M. <MMenendez@southmiamifl.gov> Subject: FW: ITQ #PL2017-14 Importance: High Angelica, Mainguy has agreed to the reduced amount however, they have pOinted out a potential error in the calculations. Please confirm the amounts and totals on your agenda item. 2 Thanks, Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City of South Miami -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax: 305/663-6346 -Email: skulick@southmiamifl.gov From: Rob Mainguy [mailto:rmainguy@mainguy.com] Sent: Thursday, July 06,20178:53 AM To: Kulick, Steven P <SKulick@southmiamifl.gov> Subject: RE: ITQ #PL2017-14 Good morning. We would gladly agree to modify our proposal for Quote #2 to reduce the total number of trees as explained below. However, I believe there isan error in your summary below. First, the total cost ofthe Pigeon Plum, Dahoon Holly and Crape Myrtle trees should be $3;600 rather than $3,800 (6 trees x $600.00/each). That would render a total revised costof $19,600. However, the total number of trees adds up to 29 rather than 30. So, I think you intended to add one additional of either Pigeon Plum, Dahoon Holly or Crape Myrtle trees, which would then total $20,200. I hope that makes sense. Thank you very much and please let me know if there is anything else I can do. From: Kulick, Steven P [mailto:SKulick@southmiamifl.gov] Sent: Wednesday, July 5,20174:59 PM To: Rob Mainguy Cc: Webster, John; Bueno, Angelica; Tompkins, Jane; Menendez, Maria M. Subject: ITQ #PL2017-14 . Importance: High . Re: Tree Installation Proposal Rob, Attached is Mainguy Landscape Services proposal and the Bid Opening Report for the referenced ITQ. As referenced in the ITQ, the project will be funded through a Grant Agreement from Miami-Dade County, ($10,000) in addition to City matching funds for a total of $20,000. The City is prepared to move forward with an Award Recommendation, scheduled for the July 12, 2017 Commission Meeting, for a total amount of $20,200 for this 3 project. Therefore, the City is requesting your acceptance to modify and reduce the number of trees for Quote #2, using Mainguy's quoted prices, for a total of 30 trees totaling . . .$20,200. Please review the modified version of Quote #2 and advise your acceptance by return email to my attention: TREE PLANTING PROJECT as per MAINGUY Unit Price Submittal Amount Type of Tree unit price maintenance Total 5 Southern Live Oak Trees 12 Feet $650 $150 $4,000 6' Black Ironwood 12 Feet $650 $150 $4,800 6 Pigeon Plum 12 Feet $450 $150 . $3,800 6 Dahoon Holly 12 Feet $450 $150 $3,800 6 Crape Myrtle $450 $150 $3,800 30 Total $20,200 Your reply is required by no-later than 10 AM tomorrow to meet the deadline for the July 12 Commission Meeting The Cone of Silence is in effect. All communication relating to this ITQ must be in writing. Regards, Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division . City of South Miomi -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax: 305/663-6346 -Email: skulick@southmiamif!.qov .•.. " •• ~'I'-',,". .. 1. .. ,", ,' •• : .... ~.... ,\::J(f"I' Email secured by Check Point Email secured by Check Point 4 Bueno, Angelica From: Sent: To: Cc: Subject: Anderson, Nikki (MDPR) <Nikki.Anderson@miamidade.gov> Thursday, June 29, 20174:05 PM Bueno, Angelica Llorente, Jennifer (MDPR); Lopez, Gabriela (MDPR); Shari Kamali; Tompkins, Jane Re: South !Vii;.;:"i -Tree Grant -ITQ #PL2017-14 Good afternoon Angelica, that is fine. Thank you for letting us now. Thank you, Nikki Get Outlook for iOS From: Bueno, Angelica <ABueno@southmiamifl.gov> Sent: Thursday, June 29, 2017 9:52:34 AM To: Anderson, Nikki (MDPR) Cc: Llorente, Jennifer (MDPR); Lopez, Gabriela (MDPR); Shari Kamali; Tompkins, Jane Subject: South Miami -Tree Grant -ITQ #Pl2017-14 Good morning Nikki, As per MDC concern regarding the budget, that seemed to be low for the number of trees (50) included in the contract, I was careful to request two different quotes in the Invitation To Quote (ITQ), one for 50 trees Quote-l and another one Quote-2 for a reduced number of trees to 33. Happened that, the lowest quote that was submitted came for $22,200 to cover the cost of 33 trees (see attached and chart below); this means $2,200 more than the budgeted. The City is asking, if the number of trees can be reduced and set for a total of 30 trees, see below chart. QUOTE TWO as it was submitted by MAINGUY Number TREE of Trees 5 Black Live Oak 7 Black Ironwood 7 Pigeon Plum 7 Dahoon Holly 7 Crape Myrtl~ Total of 33 trees Number of Trees TREE UNIT COST OF TREES $650 $650 $450 $450 $450 UNIT COST OF TREES Unit Price TOTAL COST OF maintenance TREES $150 $4,000 $150 $5,600 $150 $4,200 $150 $4,200 $150 $4,200 $22,200 Unit Price TOTAL COST OF maintenance TREES 1 5 Black Live Oak $650 $150 6 Black Ironwood $650 $150 6 Pigeon Plum $450 $150 6 Dahoon Holly $450 $150 7 Cra pe Myrtle $450 $150 Total of30 trees The City will provide 'an additional $200 more to its 10K match. Please respond as soon as possible. Thank you Angelica Bueno Planning & Sustainability Administrator . T: 305 668-2514 ~I!!~ From: Kulick, Steven P Sent: Monday, June 26, 20179:39 AM $4,000. $4,800 $3,600 $3,600 $4,200 ;, .. " . To: Bueno, Angelica <ABueno@southmiamifl.gov>; Tompkins, Jane <JTompkins@southmiamifl.gov> Cc: Webster, John <JWebster@southmiamifl.gov>; Munoz, Armando <AMunoz@southmiamifl.gov>; Pough, Quentin <QPough@southmiamifLgov> Subject: ITO #PL2017-14 Importance: High Re: Supply, Installation & Maintenance of New Trees in the eRA Area' Good morning, The ITQ closed on June23 at 10 AM; five proposals were received. The Bid Opening Report had to be correct since the apparent low bidder, Crondon, made an error in' their bid calculations.' Crondon confirmed their error in the attached email dated June 24, 2017. The low bidder is'Mainguy Landscape for Quote #2. Quote #2 represents a reduced number of trees as compared to Quote #1. It is Procurement's understanding.this project will be funded by a combination of grant and City funds totaling $20,000. The low bidder and all Respondents quoted unit prices for trees so the number of trees could be reduced to meet the budgeted amount of $20,000. However, that will bea decision for Grants/Planning. Below is a summary of the quotes received: ITQ PL2017-14 2 I LANDSCAPE $22,200.00 1 CRONDON $43,000.00 PLANT $28,264.32 2 PROFESSIONALS PLANT CRONDON PROFESSIONALS $28,900.00 3 VISUAL SCAPE $48,950.00 SFM SERVICES $33,375.00 4 SFM SERVICES $53,250.00 VISUAL SCAPE $38,300.00 5 Attached documents for your agenda item, the Corrected Bid Opening Report, including the email from Crondon; Mainguy Landscape's proposal, Proposal Summary, Demand Star results, Sun Biz registration for Mainguy Landscape, and the ITQ and Addendums that were issued. If you have any questions or need additional information, please advise~ Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City of South Miami -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax: 305/663-6346 -Email: skulick@southmiamifl.gov '," !':t~;.,j' .',~ .. \ ". :\,~"-_:"'-r',,,rH' .. 'I\"J(;;1 ~ •. ~ •. i'::' 3 Project Name: ITQNO. Date: Sent: ADDENDUM No. #1 Supply, Installation & Maintenance of New Trees in the Community Redevelopment Area (CRA) PL2017-14 June. 15, 2017 Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation,and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibitity of the bidder to secure Addendums that may be issued for a specific solicitation. QUESTION #1: You have one plant listed as a black live oak, do you have a botanical name? I have never heard of a black live oak tree. RESPONSE: The botanical name is Quercus virginiana -southern live oak. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 1 of1 Project Name: ITQNO. Date: Sent: ADDENDUM No. #2 . Supply, Installation& Maintenance of New Trees in the Community Redevelopment Area (eRA) PL2017-14 June 21, 2017 Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation, and is ;hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responSibility of the bidder to secure Addendums that may be issued for a specific solicitation. QUESTION #1: Is there a preferred cultivar of crape myrtle? RESPONSE: The preferred cultivar is Pink Velour Crape Myrtle and/or Queen Crape Myrtle. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 1 of! Member Name Bid Number Bid Name 3 Document{s) found for this bid 6 Planholder{s) found. 240 Notified Supplier Name Construction Journa"i, Ltd. ERM Net Config-SYS Lukes Landscaping Lukes Landscaping Mainguy Landscape Services VisualScape Inc. City of South Miami ITQ-ITQ #PL2017-14-0- 2017/SK Supply, Installation, and Maintenance of New Trees in Community Redevelopment Area (CRA) Address 1 400 SW 7th Street 12426 Midpointe Dr. 2711 sw 36th st 2711 SW 36th Street 1855 South Flamingo Road 15980 NW 117 Ave City Stuart Riverview Dania Beach Dania Beach Davie Miami \ State Zip Phone Attributes FL 34994 8007855165 1. Hispanic 2. Veteran FL 33578 3212781453 FL 33312 9544311111 FL 33312 9544311111 FL 33325 9543259043 FL 33018 3053622404 VISUAL SCAPE x x x x x x x NfA . ",., ~ .'. . ,'.. ': .:'~::'", .'. '. ' I I i " '. . BID Op:ENING· RE,PQ.FtT:: ... 1.~ROI)ON;INC; ....... ; •..........•...•..... ~~ ...... , .. H.' ,':-':',' '.' ". '. , : . 2. MAIl>IQlJY VJ>1DSCAPE SERVICES.. ." $~1..\~U~,tll:f . 3. p~ANtrpH .. ()FE$SIO'NAi;S ... ~ .. : ......... ; .. ;.....$Ho,:\o.1A.10· 4;. SFtvl.SERV1CE·S,.INC .. '" .: ... 0" .' .:; •••• ' •••• , ••••••• ·$5i.T~~~.~:6~· '., .. . .'5' .. ,,:' VIS·UA.L S'C"A'PE' . ....' . $q~ I i. ··t'.··,·O:,·.,· .•. ;.' .i.·.'\!),. .,:'.':. . . ......... .. .' . :"."' . .' ........ ; • : .••• ' ..• ; " ..• ' , • , . .' .' ... ' ... , •. ,... . VI Zl l,.o\;) , ' . . ~ . .. . .', . :. :·;.$:~~:;~~7~;~% .. ' .. $:~~'i~66JSo .: .. ' •...... ", ': .~ .. .... . ... , .... ". Tl!EAJjOVEBIP$llAVE NOr)lEEN·CflEC~D;.' ., .... . " ,':' TH:EBIDS:A,RE SUBJECTTO"G()ll.RECriQNAFr.ERtat~ips'UAYFii3~lDEN'COM~LETEt¥RlWl.n;WJljD .. ' .. , ..... ,' .... . . ':. ',. . '. .' . ..... . .. ':' .. ,,' ,,:'.. t, ........ " ... '.'e" •... ,,' ·· •• 'c.c,,',·.,,·.· •. · ." , .. ,.,."" .. ,' .... """·.,·r.T".~.·,·,, •. r '.' .... ,., .. " ...... ,., " ....... " •. " .. ,.,., .................... ,''', ...• " ...................... · .. c.· ... -.... _ ....... , ............. , .-".~ ...... ............. ..... ... . ::,",' I I ! ~ f " ITQ Pl2017-14 ' CORRECTED: LUMP SUM PROPOSAL; JUNE 23, 2017 1 LANDSCAPE $22,200;00 1 2 CRONDON $43,000.00 PlANT $28,264.32 2 PROFESSIONALS 3 PLANT $43;679;70 CRONDON $28,900.00 3 PROFESSIONALS 4 V/$UAl SCAfE $48,950.00 SFM SERVICES $33,375;00 4 5 SFM SERVICES $53,250.00 VISUAL SCAPE $38,300.00 5 .0'" c&,cAe. '""!. --90 t(ee.5 ~04-e. ~~ 2 -S~ "h·ee.~ ~q)1~t ...;..--- ~~. tee" ~C'a.\A4-Aq('ee M.e-u.:t Io~~~e:t ('20~) ~e. nu~( co~ -\'rees w~ed. -\-0 ~ re.d.oCed. to ~-\-t'ee.~ o..t ~'2.0,'20()(O~t , ')i $t~pe ~f:5~rvices; t.~l;tji'nt$.qm :~t~P9$..'il. . . .. Att.~ljfn..ltt~;.. . ~SlJR~iv.~,:I~mdlatio",.a~~:,=~nkt~Qjl~:~w,:tre$~ri~··~MS.j)gth'MJi."I" ~7J!E~~!~::~~ .~~!~·i'1t I . __ ..•... __ .......... ~,~..... _ J . ! '" . jPahtibn:flollVci l~ 4ab ae '1 $. 15ttoo i ,$',.f20000 I ~-_~~-ir~~n~·t~j~ <"'i' _ ..........•... ·~2·20n.oo· . . ... .1 .' . Sc:;ape ofSl:!Nites', "lturnp5urn: Pr.,posal / ,Attachment.:S "SliPp'YI.·lristall~tio,,~,.afici:MaintEinante ofNeWnee$.at't;RA~S~uthMii'miji '"'''' 'IT(Uf'?:i.ZOf'pJH , ' . ltESPOND.~NT$ ·SH.l\LL COMj)t.ET! BotH'QUOn ii ;& AUQn1t2~ t.H.~ cl'rtWu.l. $1;~Cf':EltHER Qo.ot~ #1, QRiQUQTE·#2,ANltAwARb. TijE~PItQJECTTO )tS.'N~LE;CQNtM(tQQ~f:Al(Ut{E.rQ !·coMPLvWl.tHtHS tl:RMSQF:·;1.'Ht. uEJID,'FOtlMj)WjU.R~Ni)ER:.youk,p.(jpQ$AL,~QN;. .RESPQNSJYE ·ir-;ij9mT~f:'·-~·'"·'--~'·"~·1Rf.t·-··--" -·"··TM:UNiT:9)~'9.F~-~r-"":Q~ijp(l~ ;"[·-·-t()TJ\({Q.S.T9F:'··~1 dfTtees, 1\ ·rREES~.I: ;'maintenance-J TREES, : lUMP SUM TOIAl: .' +9.'6 '''. ~. ;iQ:, $40,,21.0< dZ . :.; .. :.: ,' .. ·r.· .......... " .,:. ~ .. ' .::." '. '", Scope of Services "lump Sum Proposal" Attachment B "Supply, Installation, and Maintenance of New Trees at eRA South Miami" ITQff PL2017~14 RESPONDENTS SHAll COMPLETE BOTH QUOTE #1 & QUOTE #2. THE CITY WilL SElECT EITHER QUOTE #1 OR QUOTE #2 AND AWARD THE PROJECT TO A SINGLE CONTRACTOR. FAILURE TO COMPLY WITHTHE TERMS OF THE I/BIO FORM" WilL RENDER YOUR PROPOSAL NON- . RESPONSIVE QUOTE #1: . ---. -- Numbe·r TREE UNITCO~TOF Unit Price TOTAL COST OF of Trees TREES maintenance TREES 10 Black Live Oak $ 1,165.00 $ 129.50 $ 12,950.00 10 Black Ironwood $ 990.00 $ 110.00 $ 11,000.00 ""i{)"' Pigeon Plum $ 810.00 $ 90.00 $ 9,000.00 -- 10 Dahoon Holly $ 720.00 $ 80.00 $ 8,000.00 10 Crape Myrtle $ 800.00 $ 80.00 $ 8,000.00 .-._.- LUMP SUM TOTAL: $ 48,950.00 QUOTE #1: .. Number TREE UNIT COST OF Unit Price TOTAL COST OF of Trees TREES maintenance TREES 5 Black live Oak $ . 1,350.00 $ 150.00 $ 7,500.00 ... . --.-.:....--'-........ ----~- 7 Black Ironwood '$ 1,170.00 $ 130.00 $ 9,100.00 .. - 7 Pigeon Plum $ 1,170.00 $ 110.00 $ 7,700.00 1---------------~---.----- 7 Dahoon H.olly $ 900.00 -$ 100.00--$ 7,000.00 1-. 7 Crape Myrtle $ 9~~~~ $ 100.00 $ 7,000.00 -- LUMP SUM TOTAL: $ 38,300.00 5 I I i I ! I I I i ~ I I ! I i I I ! ! ~ •. ~ ~ , t ! I I I I I· t: I: I Scope of.5ervices "lump Sum Proposal" Attachment B "Supply, Installation, and Maintenance of New Trees at eRA south Miami" . JTQ # P L 'Z-o 11 ~ I 'f RESPONDENTS SHALL COMPLETE BOTH QUOTE #1 & QUOTE #2. THE CITY Will SElECT EITHER QUOTE #1 OR QUOTE #2 AND AWARD THE PROJECT TO A SINGLE CONTRACTOR. FAILURE TO COMPLY WITH THE TERMS OF THE "810 FORM" Will RENDER YOUR PROPOSAL NON· RESPONSIVE qUOTE #1: r···'N~;;-b;·' .-.--........ ···T·REE··-----··-· ·····"'···u·NiT·COST·OF-········· .. ·····"'u~itP~i~;·-.. ·--·ToTAL-casT-oF---- lot Trees TREES maintenance TREES ! 1{) Black Live Oak $ ! $ $ I_I _____ (p '2. $'. C> «) ;,'ZS, co [ q, ') 0I':l • 0'1) ! 10 Black Ironwood $ $ -4 $ i 10(,'1..50.:.-12.5.> l'l/~o.o~ ! 10 Pigeon Plum $ ~ 'Zt; . 0-0 $ trz.~. flO $ 1-15<1-0 . 0 () L-----. f-.-.. ----.-... -------... ---.. --.----. ___ ---L_ •. ___ _ 1 1 0 DahoonHolly $ 5c,'Z..S'o $ 112...$'0 1$ a>,1S't),oo-J t.~~ .. _ .............. _ .. ~~_~~.~.~~.~~~ ...... __ ........ _.~ .... _~~=:.~~ ......... _. _.~ ...... : .. ~.::~:.~ ... __ .. I_= __ ... ~z::~ ... ~ .. ~~._ ...... .J LUMP SUM TOTAL: $ t;~ 250. ~ QUOTE #2: ! Numbetl-.... · TREE UNIT COST OF ~. Unit Price TOTAL COST OF I I of Trees TREES maintenance TREES ! 5 Black Live Oak $ I . 5 $ 4<1r.: $ Q/] C' ""-" I . l ~'2.;.00 ';1,,?,oo ~/T")O .. ........ 1······ ... ······ ...... _·· .. ·· .. • .. ·" .. · .... ~ .............. --.... -............... --........... --............. -•• -.-...... -...... _.-...... -....... -........... -.-...• ------..... -.-.................. -.... -............ ---..... -_ .. " ........ . 17. Black Ironwood $ lO(;.1-.$o $ ~1'Z.5o $, 81'2'>. c4) f-7--Pig;;;P~';-"'--$-~25 ~QO $ 1'25.,,~ $ ;1.·s;.::-1 LUMP SUM TOTAL: $ 53" 31f. e£ 5 .~., ,::.'. ,SC.QP~ o.fServlces :j~LU.'r..(P:SP1J1 'PrQP·Q$ae' Atta:thmetjt 8· "!SoppIYi.lnstallation .. ;and:I\iI~.ii'lt.e:n';)htEf6f'N~'lIrrt¢esatcR'A:South'Mi~nii" :;rq .. It...,.· ._....,.:.....;. __ ......... ....;..; Re5PoNO..EN'tSSHAtl COMp~LETE BO.THQUOTE':#1,&:QlJtrfE#2~ THE c:rrvVi.Iii.lS:E'LEGT: EITHER .Q;UQT~··#io~,O:U()i~#il.ANIl)':AWARDTHE:PKOJ-=crT(lA·$,N~.l,~;CQ~T~A<:'rQ.ij. FAllIJREI0: . c6MpL~{WlrHTHE:Te8MS·QFTHE;j~BJO·.FORM~!WJLLiR·EN.DEil·YOUR PROpoSAL NON· . • ';' .. ,,' ' •.• :< •.••• :. ," " .• ··.·M····· ..... ....... -. . .. "" " _ '. .,....... .. JlESPONS1VE I 1: l \ I t ' 1 . ~. . ! I I i j I I 1 ! I f 1 ·1 I l Kulick, Steven P From: Sent: To: Subject: cmd590@comcast.net Saturday, June 24,201710:00 AM Ku lick, Steven P Re: ITQ #PL2017-14 The citys recalculations are correct The City re-calculated using Croden's unit prices for trees and maintenance. Based on the fe-calculation the Lump Sum Totals are below: • Quote #1: $43,000.00 • Quote #2: $28900.00 CRODON,INC QUOTE #1 Number of UNIT Unit Price TOTAL Trees TREE COST OF maintenance COST OF TREES TREES 10 Black Live Oak $300.00 $300.00 $6,000.00 10 . Black Ironwood $850.00 $850.00 $17,000.00 10 Pigeon Phun $500.00 $500.00 $10,000.00 10 Dahoon Holly $300.00 $300.00 $6,000.00 10 Crape Myrtle $200.00 $200.00 $4,000.00 LUMP SUM TOTAL $43,000.00 QUOTE #1 Number of UNIT Unit Price I TOTAL tREE COST OF COST OF Trees TREES maintenance I . TREES \ 5 I Black Live Oak $300.00 $300.00 $3,000.00 .I ! 7 7 7 7 Mark Donnelly erodon Inc. Black Ironwood Pigeon Plum Dahoon Holly Crape Myrtle 11767 S. Dixie Hwy #429 Miami Fl33156 , w-305-794-7499 f-305-274-1550 cmd590@comcast.net $850.00 $850.00 $500.00 $500.00 $300.00 $300.00 $200.00 $200.00 LUMP SUM TOTAL From: "StevenP Kulick" <SKulick@southmiamifl.gov> To: "cmd590" <cmd590@comcast.net> $11,900.00 $7,000.00 $4,200.00 $2,800.00 $28,900.00 Cc: "Maria M. Menendez" <MMenendez@southmiamifl.gov>, "Nkenga Payne" <NPayne@southmiamifl.gov> Sent: Friday, June 23,201711:24:02 AM Subject: Irq #PL2017-14 Re: ITQ:Supply, Installation & Maintenance of New Trees in the Community Center . Good morning, . The City has received your submittal for the referenced ITQ. Upon further inspection of your quote, t.he City believes there is an error in calculating "Lump Sum Totals ll for both Quote #1 and Quote #2. The Lump Sum Totals in your quote, copy attached, are summarized below: • Quote #1: $4,100.00 • Quote #2: $4,100.00 The City re-calculated using erodon's unit prices for trees and maintenance. Based on the re-. . . calculation the Lump Sum Totals are below: • Quote #1: $43,000.00 • Quote #2: $28900.00 CRODON, INC QUOTE #1 2 i I I Numper of TREE UNIT COST Unit Price TOTAL COST OF Trees a.FtREES maintenance TREES ;1.0 . BlackLive Oak$300:()O . __ -",-$_30~O.,.'.,;O~O_c _. _j6;OOO.OO __ !----".-~~----l...,,-'--..,··-'7Bl~ck .=--~""--~~ 10Imh'NOod$a~;o.po j8SP~OO $ 17,0(}Q.OO I .. '".;.,.c--, ~-----r ., ", .. ' •..•... , --1 ~~"-__ 10_· _ .. -'-t--,-,P,,-,;". ig+· .. E!.;~Qn-,"", ,..,Pl_l.lm_.', ·--+~$,"",$()"-,,()=-.O=-O,,",, -+-,---+-$",-?=-()().;..c.;o-",()~_l $~Q/()()O ~O _-'-" . 10 D~ho()I1HoUy,' $~j)O;OO . '.$300',00 . $6,OOQ;()O 10 <2I'ap~ Mvrtle $20d:Q()$2dO;OO .. $~i.(jO();OO L ___ ~ __ ~~~~~~~~'~""'~"~' .~.--~-~ .. ,~~~~~~~~ . . lUMPSUMTOTAL $43,000.00 "l\Iumberof Trees 1 1 7 7 T~EE . Black . QU0TE#1 UI\II'rC:OST . 'OfT~~ES ; -' ~-, . IrOhWood ·$~$().()O ,." ,'....: ,. : ... , .. :., ...... . P?oobn Holly MPO.QO . -", ... .. Cr~pe Myrtle : .. : .:' '$850;00 $500.00 .. '.','.' .$,~QO.()O TOtAL COST OF .•. · .. lJtEE.S . LUMP SUM TOTAL $2a;9QO;QO. "Pleaseadviseifthe tity'~ interpretation of yourquQte aildlump SumTotals,ar~ cO'I"'tectt·Qt; ~()nfil'ltI Crodon '!Vill'perform the'\Yorkattheprices quotedinyoursubmiUal, . below: -lump Sum QUQte #1: $4,100.00 -lump Sum Quote #2: $4,100.00 Please respond by return email as the solicitation is under the. Cone of Sile.nce. Steven KuliCl<, C.P ~M. Chief Procurement Officer/Procurement Division Cjty of South MJami-6130 Sunset Drive -South Miami, FI 33143 ph: 305/653-6339; Fax: 305/663-6346 -Email: skulick@southmiamifl.gov 3 ! ~ ! I I I I t 1· I I ! 6/2312017 Detail by Entity Narne Department of State I Division of Corporations I Search Records I Delall By Document Number I Detail by Entity Name Florida Profit Corporation MAINGUY ENVIRONMENTAL CARE, INC. Filing Information Document Number FEIIEIN Number Date Filed Effective Date State status Principal Address P04000052934 20-0944467 03125/2004 03125/2004 FL ACTIVE 1855 SOUTH FLAMINGO ROAD DAVIE, FL 33325 Mailing Address 1855 SOUTH FLAMINGO ROAD DAVI~, FL 33325 Registered Agent Name & Address MAINGUY, ROBERT H 1855 SOUTH FLAMINGO ROAD DAVIE, FL 33325 Officer/Director Detail Name & Address Title PD MAINGUY, ROBERT H 1855 SOUTH FLAMINGO ROAD DAVIE, FL 33325 Title VP, Secretary Mainguy, Susan B. 1855 SOUTH FLAMINGO ROAD DAVIE, FL 33325 Annual Reports Report Year 2015 Filed Date 02/18/2015 DI\'l:<,510N OF CORPORATIDNS http://search.sunbiz.orgllnquiry/corporalionSearchfSearchResultDetail?inquirytype=EntilyNarile&directionType=lnitiaJ&searchNarneOrdar=MAINGUYENVIRO ... 1/2 6/'4312017 2016 2017 01/15/2016 02/10/2017 Document Images 02/1 Ql2Q17 --NJNUAL REPORT! View image in PDF format 01/15/2016 -AtjNUAL REPORT View image in PDF forma! Q2[1812015 -&tj~!JAL BEPORT View image in PDF format Q2l251ZQj4 -&~NUAL BEP08.T View image in PDF format 02110/2013 -ANNUAL REPORT View image in PDF format 01/09/2012 -A!':INUAl REPORT View image in PDF fonnat . 03116/2011 -ANNUAL REPORT View image in PDF tonnat 01/2512010 -AtjNUAl REPORT View image in PDF format 03/23/2009 -ANN!,!All3!;PORT View image in PDF format 01/04/2008 -ANNUAL REPORT View image in PDF format 01/0812007 -A!':I~UAL REPORT View image in PDF format 01/06/2006 -8NNUAl REPORT View image in PDF tonnat 03/08/2005 -A!)iNUAl REPORT View image in PDF format 03/29/200Q -Domestic Profit View image in PDF format Detail by Entity Name I I I I http://search.sunbiz.orgllnquiry/CorporationSearchiSearchResuttDetail?i nqui rytype::: EnlityN ame&directionType=lnitial&searchNameOrder= MAINGUYENVIRO ... 212 2017 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P04000052934 Entity Name: MAINGUY ENVIRONMENTAL CARE, INC. 'Current Principal Place of Business: 1855 SOUTH FLAMINGO ROAD DAVIE, FL 33325 Current Mailing Address: / 1855 SOUTH'FLAMINGOROAD , DAVIE, FL 33325 US FEI Number: 20-0944467 Name, and Address of Current Registered Agent: MAINGUY, ROBERT H 1855 SOUTH FLAMINGO ROAD DAVIE, FL 33325 US FILED Feb 10, 2017 Secretary of State CC8353081929 Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in /he Staie of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title Name Address PD MAINGUY, ROBERT H 1855 SOUTH FLAMINGO ROAD ,City-State-Zip: DAVIE FL 33325 Title Name Address VP, SECRETARY MAINGUY, SUSAN B. 1855 SOUTH FLAMINGO ROAD City-State-Zip: DAVIE FL 33325 Date I hereby certffy that the information indicated on this repor! or suppleme/J/a/ report Is true and accurate and that my electronic stgnature shall have Ihe same lega/affecl as if made under oath: thaI I am an officer or director of the corpof8tlon or the mce/ver or tltJSiee empowered to execute thIs 19port as required by Chapter 6Q7, Florida Statutes; and that my neme appears above, or an en .attachment with e/1 alher like empowered. SIGNATURE: ROBERT MAINGUY PRESIDENT 02/1012017 Electronic Signature of Signing Officer/Director Detail Date