Res No 017-18-15049RESOLUTION NO.:017-18-15049
AResolution authorizing the CityManagerto enter intoa contract with BigRon'sTree
Service,LLC to remove trees at Dante Fascell Park.
WHEREAS,the City desires to remove nine (9)trees—eight (8)StranglerFig (Ficus Aurea)and
one(1)Mahogany (Swietenia Macrophylla)—\ocated at Dante FascellPark.More than halfof the
trees have beenreported to be in very poor condition;and
WHEREAS,competitive proposals were sought from three (3)different sources of supply;Big
Ron's Tree Service,LLC,was the lowest and most responsive vendor;and
WHEREAS,the final proposal amount shallnot exceed $8,950.
NOW,THEREFORE,BEITRESOLVEDBYTHE MAYOR AND CITY COMMISSION OFTHECITY
OF SOUTH MIAMI,FLORIDA THAT:
Section 1.TheCity Manager is authorized to enter intoa contract with Big Ron's Tree Service,
LLC for the removal of nine (9)trees at Dante FascellPark.
Section 2.The total expenditure in the amount of $8,950 shallbe charged toCitywide
Landscape Maintenance,accountnumber 301-1730-541-6450,which hasabalanceof$345,000
before this request was made.
Section 3,Ifany section clause,sentence,orphraseofthis resolution isforanyreasonheld
invalid or unconstitutional bya court of competent jurisdiction,the holdingshallnotaffect the
validityof the remaining portions of this resolution.
Section 4 This resolution shall become effective immediately upon adoption.
PASSED AND ADOPTED this 6th day of February 2018.
APPROVED:
COMMISSION VOTE:5-0
Mayor Stoddard Yea
Vice Mayor Welsh Yea
Commissioner Edmond Yea
Commissioner Liebman Yea
Commissioner Harris Yea
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
tHECrrrOFPlEASANTXWiKG
US:
WM
Vendors&
Account:
The Honorafcte Mte#or &Member ofthe Cfty Commission
Steven Alexander,CityManager
Quentfn Pough,Director of Parks&Recreation
February 6,2010 Agenda Item No.;.
A Resolutionauthorizing the CityManagerto permit Big Ro^'s TreeService,
LLC to remove trees at Dante Fascell Parte.
Inthe fiasi:six (6)months.City staffhasplanted seventeen (17)new trees—
&&M veils,yellow tabebuias,Japanese ferns*andrainbow mtt®^mr~$t
v&fam tenons within Dante Faaeell Park.
The Glty desires toremoveatotalofnine {9}trees—eight ($l&rimgf&Fig
$)ea*Awm}ofid aae (I)Mahogany (Swiefenfo f&mm&^l—^®t
condition)locatedatDante Fascell Park,Morethanhalf of the trees have
been reported to be inverypoorcondition.A copy of the freereport is
attached.
^mp^ltlve pmpo^te\A^esoirgWt fromthree (3)drfferenk$ouR«sof supjrfy
Big Roifs Tree Service,LLC,was the lowest and most responsive vendor.
Pleasefind below a breakdown of all submitted proposals.
Vendors Amount
Big Ron's Tree Service,LLC.$sm^
Majnguy Landscape Services $9,000
SFM.$eiwi€S$,Inc $u,m
Final price shalJ not e>coeed $&*95CL
The total expenditure shallbecharged to CitywideLandscape Maintenance,
m&w£rHjW&er 301-1730-541*6450,which hasa balanceof$$&SMti Uelore
thfe request was made*
Resolution for approval
Vendor Proposals
Suigfr-*B|g Ksn's Tree SenSce,LLC
BIG RON'S TREE SERVICE,LLC.
16221 SW 98th Avenue
Miami,FL 33157
LIC:601755-2 TTL:A-715
305-588-3091
City ofSouthMiami
Quention Pough
rdh@bigronstreeservice.com
Agreement
Date Estimate #
1/19/2018 3742
P.O.No.Customer phone #Terms
Net 25
Description Qty Rate Total
in Dante Fascell Park 8600 SW 57 Avenue,South Miami,Florida,
33143
•Cut/remove eight(8)FicusAurea(Strangler Fig)trees
•Cut/remove two(1)Swietenia Macrophylla (Mahogany)trees
•Grindstumps 4"-6"inchesbelowgrade
•Level tbfcground andhaulaway debris fix>m jobsitefor disposal
8,950.00 8,950.00
Thank you forgiving meanopportunitytobidonthisjob.
Total $8,950.00
Signature and Date
Thankyoufortheopportunitytobidonthisjob.Pleaseseetermsandconditionsattached.
All pages must besignedandreturnedtovalidatecontract
LANDSCAPE SERVICES
1855 South Flamingo Road|Davie,FL 33325
Tel (877)741-3030 |Fax(877)741-3454
www.mainguy.com
PROPOSAL FOR LANDSCAPE SERVICES
Proposal Submitted To:
QuentinPough,Dir.of Parks&Rec.
Job Name:
Dante Fascell Park
Address:
6130 Sunset Drive
Address:
City:
South Miami
City:
South Miami
State:
Florida
State:
Florida
Telephone:
(786)482-5800
Date:
Januaiy30,2018
Statement of Work:We are pleased to submit this proposal for the following services
attheabove-referencedjoblocation:
LandscapeDesignandInstallation
LandscapeMaintenanceProgram
Turf &ShrubberyFertilization/PestControl
Irrigation Systems Installation/Maintenance
Tree Trimming/Removal~v
Scope of Work:Remove anddispose of nine(9)treesandgrindstumpsasset forth in
RFPNo.PR2018-XX;8 Ficus aurea 'Strangler Fig'and1Swieteniamahoganii
'Mahogany'.
Cost:Weherebyproposeto furnish all labor,equipmentand materials to complete the
workoutlinedinthis proposal in accordance withthespecificationsset forth hereinfor
thesum of Nine Thousand and00/100($9,000.00)Dollars.
FORT LAUDERDAIF Miami West Palm Beach Naples Fort Myers
4.Specifications:Tree(s)shallberemovedandallstump(s)andsurfacerootsshallbe
groundbelow turf level.All resulting debristobedisposed of at Contractor's expense.
Theworkareaandalladjacentroadways,parkinglotsorotherhardsurfacestobeleftin
acleancondition.Allworkshallbeperformedonweekdays between thehours of 8:00
a.m.and4:30p.m.
5.Payment &Other Provisions.Allworkand/ormaterialisguaranteedtobeas
specified herein.Allworktobe completed inaccordancewith standard practices.Any
alterationordeviationfromthespecificationscontainedhereinshallbeexecutedonly
uponwritten authorization andshallbeatanadditionalcostaddedtotheprice set forth
herein.Thepartiesacknowledgethatinthecourse of itsdutieshereunder,Contractor
willbeusingaeriallifts,chippers,stumpgrindersand/orotherequipment,and,from
time-to-time,mayusesuchequipmentinthe turf areas of theproperty.Although
Contractorshallatalltimesexercisecautionandduecaresoasnottocauseanydamage,
Contractorshallnotbe responsible for damage toany plumbing,electrical,sewage,cable
television,telephone,irrigationorotherutilitylines,irrigationsystemcomponentsorany
otherunderground improvements,andturforshrubberieswhichmaybedamagedby
Contractor'sequipment,norasaresult of Contractor'sremoval of treesand/orstumpsas
providedherein,unlesssuchdamageiscausedbyContractor'sgrossnegligenceand/or
reckless disregard.Allsumsdue hereunder shall become dueandpayableupon
completion of allwork.Unpaidbalancesoutstandingmorethanthirty(30)dayswill
accrueinterestattherate of 1.50%permonth,whichinterestshallbeaddedto,andbe
dueandpayabletogetherwith,allothersumsdue hereunder.Thefailure of eitherparty
tocomplywiththeterms of thisAgreementshallbeconsideredabreachhereunder
entitlingtheotherpartytoseekanyremedyatlaworinequityforsuchbreach.Inthe
event of anylegalaction between the parties hereto related tothe enforcement of any of
theprovisions of this Agreement,theprevailingpartyinsuchactionshallbeentitledto
recoveritsreasonableattorneys'feesandcostsfromtheotherpartyasdeterminedand
orderedbyacourt of competent jurisdiction.Venueforanylegalactioneitherpartymay
wishtobring against theotherpartyshallbeinthe appropriate courtin Broward County,
Florida.Our performance hereunder is contingent upon strikes,accidents,orother delays
(including obtainingbuildingpermitsorother governmental approvals)beyondour
control.This proposal shall remain validfora period ofthirty(30)daysandmaybe
withdrawn thereafter.
Respectfully Submitted,
f#M"Tft
ACCEPTANCE OF PROPOSAL
Clientherebyacceptsandagreestotheterms,conditionsandspecificationssetforth
hereinabove.MainguyLandscapeServicesisauthorizedtoperformtheworkasspecified
herein.Paymentshallbemadeinaccordancewiththeprovisionscontained hereinabove.
Accepted By:
Authorized Representative's Signature
Date Accepted
fHSFM
^II S€RVIC€S,INC.
Tuesday,January30,2018 Re:Tree Removal
Quentin Pough
City of SouthMiami
5800 SW 66th Street
South Miami,Fl 33143
Dear Quentin,
Pursuanttoyourrequest,belowpleasefindourestimatetoprovidethefollowinglandscapingservices
tobeperformedatDanteFascellPark,forthefollowingcosts:
Use of bucket truck,operator,andgroundsmento:
•Cut/removeeight(8)FicusAurea(StranglerFig)trees
•Cut/removetwo(1)SwieteniaMacrophylla(Mahogany)$16,537.66
trees
•Grindstumps 4"-6"inchesbelowgrade
•Levelthegroundandhaulawaydebrisfrom job sitefor
disposal.
Notes:
•Doesnot include any permitting
Respectfully Submitted,
Tfavtioty.(fatten*
Mario G.Cantero
General Manager -Landscape
SFM Services,Inc.
ACCEPTANCE OF PROPOSAL
Theaboveprices,taxes,specificationsandconditionsaresatisfactoryandareherebyaccepted.You
are authorized todotheworkasspecified.Payments terms:30days.
Date AuthorizedSignature
I lyiria Itepatinwii »1 8iuu-.
^f^t
Department of Slate /Divisfort ofCorporations/Search Records /DetailBvDocument Number /
Detail by Entity Name
FloridaLimited Liability Company
BIG RON'S TREESERVICE LLC
Filing Information
Document Number
FEI/EIN Number
Date Filed
State
Status
Mist Event
Event Date Filed
Event Effective Date
Principal Address
16221 §WS8 AVE
MIAMI,FL 33157
Mailing Address
16221 SWm AVE
MIAMI,FLMI57
Registered Agent Name &Address
VON PAULUS/ROisiALpS
16221 s\M98 AVE
MIAMI,FL 33157
Authorized Person(s)Petail
Name &Address
Title MGRM
VONPAULUS,RONALDS
16221 SWS8 AVE
MIAMI,FL 33157
LO&3O0O132Q4
74*3161319
02/07/2006
FL
ACTIVE
CANCEL ADM DISS/REV
11/06/2006
NONE
Annual Reports
Report Year Filed Pate
2015 02/23/2015
2016 03/01/2016
2017 01/10/2017
Document images
>r Corpu"
CONTRACT FOR BIG RONS TREE SERVICE,LLC
THIS CONTRACT,entered into this j^day of febfua*,j .201 X.by the CITY OF
SOUTH MIAMI through its Manager,both ofwhom shall be hereinafter referred toasthe "CITY"
where applicable;located at 6130 Sunset Drive,South Miami,FL ,E-mail:
safexanden@southmiamifl.gov and Big Ron's Tree Service.LLC with an office and principal place
ofbusinesslocatedat16221SW 98th Avenue Miami FL 33157.and E-mail addressof
rong)bigronstreeservice.com and Facsimile transmission number of N/A (hereinafter called the
"CONTRACTOR").
WITNESSETH;
WHEREAS,the CITYisin need of tree removal services at Dante Fascell park and
WHEREAS,the CITY desirestoretain CONTRACTOR toprovidetherequiredgoods
and/orservicesbasedon CONTRACTORS representationswhichreflectthat CONTRACTOR is
qualified and capable of providing said goodsand/or services ina professional andtimely
mannerandinaccordancewiththe CITY's goalsandrequirements;and
WHEREAS,CONTRACTOR hasagreed to providetherequiredgoods and/or servicesin
accordance with the terms and conditions set forth herein.
NOW,THEREFORE,inconsideration of the mutual covenants and agreements herein
contained,the parties agreeasfollows:
1)Engagement of Contractor;Basedon the representations of CONTRACTOR asset
outin the following"checked"documents the CITY herebyretains CONTRACTOR toprovidethe
goods and/or servicessetforthinsaid proposal,quoteorresponsetosolicitation,whicheveris
applicable,as modified by the Contract Documents,orasis otherwise set forthin the Contract
Documents defined below (ail ofwhichis hereinafter referred to as the Work").
(Check the boximmediatelyprecedingthe document described belovytoindicatethatsuch document ispartofthis
Contract)
[N/A]Contractor's response to the CITY's written solicitation;or
[V]Contractor'sproposalor quote,orifnone,
[N/A]As described in paragraph 2 below.
2)Contract Documents:TheContract Documents shallincludethisContractand the
following "checked documents",aswellasany attachments orexhibitsthatare made apartof
any of the "checked documents".
(Check the box immediately precedingthe document describedbelowtoindicate that such document ispartofthis
Contract)
[N/A]GeneralConditionstoContract,
[N/A]Supplementary Conditions,
[N/A]"OtherDocuments"referringtointhisContractandsignedbythe
parties,
[N/A]Solicitation documents ("hereinafter referred toas"Bid Documents"
includingany request forbid,request forproposalorsimilar request)
[V]Scope of Services,
[N/A]Contractor's response to the CITY's Bid Documents,
[V]Contractor's proposalor quote,
[V]CITY's Insurance&Indemnification Requirements,
[N/A]BondingofEmployees(the term "employee",asusedinthisContract,
shall include volunteers)-$1,000,000
[N/A]Payment Bond,
[N/A]Performance Bond,
ThisContractand the GeneralConditionstoContract,Supplementary Conditions,the
Solicitation,ScopeofServicesand"Other Documents",ifanyare "checked documents",shall
take precedent over the responsetothe CiTY's Bid Documents,ifany,orthe proposal orthe
nPage-1 -of 5 /[
ThomasF.Pepe2016 :j \{•
07/29/16 •U
quote,ifany.The "checked documents"are attached hereto andmadea part hereof by
reference.
3)Date of Commencement:CONTRACTOR shall commence the performance of the
Work under this Contract on the date as set forthin the text followinga checked box,[N/A]on
or [V]a date to bespecifiedinaNoticeto Proceed,or Purchase Order,(hereinafter referred to
as the "Work Commencement Date"),or[N/A]as set forthin the CONTRACTOR'S proposal or
quoteandshallcompletetheperformance hereunder withinN/Adaysorthelengthoftimeset
forthin the Contract Documents,whichever is the shorter period oftime.Inany event,the
term shall not exceed five years.Timeisof the essence.
4)PrimaryContacts:The Primary ContactPersoninchargeofadministeringthis
Contractonbehalfofthe CITY isthe City Manager("Manager"),assistantManager,orthe
Manager's designee,who shall be designated ina writing signed bythe Manager.The Primary
Contact Person for CONTRACTOR and his/her contact information isas follows:Name;Ron
VonPaulaus:e-mail:ron@bigronstree$ervice.com:Fax:N/A Street Address:16221 SW 98th
Avenue Miami,FL331S7.
5)Scopeof Services:Thegoods and/or services tobe provided areassetforthinthe
"checked documents".
6)Compensation:The CONTRACTOR'S compensation for CONTRACTOR'S
performanceunderthetermsand provisions ofthis Contract,or CONTRACTOR'S paymentsin
theevent CONTRACTOR is paying the City fortheusesofthe CITY's propertyor services,
(hereinafter referred toasthe Contract Price)shall be ss indicated next tooneofthe following
checked boxes,$IWA1 orassetforthin [N/A]CONTRACTOR'S response tothe CITY's
written solicitation,ifany,or,ifnone,thenassetoutin [V]CONTRACTOR'S proposalorquote,
[V]the Scope of Services,orasset forth in,or modified by,oneofthe Contract Documents,
whichever is applicable.
7)Hoursof Work:In the event thatthis Contract requires the performance of
services,itispresumed that thecostofperformingtheWorkafterregularworkinghours,and
on Sunday and legal holidays,is included inthe Contract Price.However,nothing contained
herein shall authorize work on days and during hours thatare otherwise prohibited by
ordinance unless specifically authorized or instructed in writing by the City Manager,the
Manager's assistant or designee.
8)TimeProvisions:ThetermofthisContractshallcommenceontheWork
Commencement Date and shall continue for 15 days or until it expires on March 15.2018.or
unless earlier terminated according tothe Contract Documents,Notwithstanding the
foregoing,this Contract may be extended by an additional «£b period ifthe extension is in writing
andsignedby the City Manager.AnextensionofthetermofthisContractisat the CITY's sole
and absolute discretion,in any event,and notwithstanding any other provision tothe contrary
\n this Agreement,or any attachmentsthereto,this Agreement shall not exceed atotaltermof
five(5)years,includingany extensions thereto.
9)Termination:This Contract may be terminated without cause by the CITY with 30
days of adyanced 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 tothe interpretation and
enforcement ofthis Contract.Venue for all proceedings shall be in Miami-Dade County,Florida.
11)Duties and Responsibilities:CONTRACTOR shall comply with all applicable iaws,
ordinances,codes,rules,regulations,andhealthandsafetystandardsofany governmental
body having jurisdiction overanymatterrelatedtothis Contract orthe goods and/or services
tobe performed hereunder,and shall commit no trespass on any private property in performing
anyofthe work embraced bythis Contract.Each and every provision and/or clause required
Page-2-of5 jsj|
Thomas F.Pepe 2016 \'i\\S A
07/29/16 pVvT':
bylawtobeinsertedinthisContractshallbedeemedtobeinsertedhereinandthisContract
shallbereadandenforcedasthoughsuch provisions and/or clauseswereincludedherein.
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 atitssole expense prior to executing this Contract or commencing the
Work.
14)insurance,Indemnification &Bonding:CONTRACTOR shall compiy withthe
insurance,indemnification andbonding requirements set forthin the Contract Documents.
15)Liquidated Damages:In theeventthat CONTRACTOR shall fail tocompletethe
Workwithin the timelimitsetforthin the ContractDocuments,or the extended timelimit
agreedupon,inaccordancewiththeprocedureasmore particularly setforthintheContract
Documents,liquidated damages shallbepaidattherateof $0.00 dollarsperdayuntiltheWork
is completed.
16)Jury Trial Waiver:Thepartieswaivetheirrighttojurytrial.
17)Entire Agreement,Modification,andNon-waiver:The Contract Documents
constitute the entire agreement ofthepartiesand supersedes anyprior agreements,written or
oral.TheContractDocumentsmaynotbe modified oramendedexceptin writing,signedby
both parties hereto andifthisContract Is requiredtobe approved by the CityCommission,all
amendments thereto must be approved in the same manner andwith the same formalityas
this Contract.The Contract Documents,ingeneral,andthis paragraph,in particular,shallnot
bemodifiedor amended byanyactsoromissionsof the parties.Nofailuretoexercise and no
delayinexercisinganyright,powerorprivilegeshall operate asawaiver.Nowaiverof 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 ofitssubcontractorsarerequiredtocomply
with the public records law(s.119.0701)whileproviding goods and/or services onbehalfof the
CITY and the CONTRACTOR,under such conditions,shall incorporate this paragraph inallofits
subcontracts forthis Project andshall:(a)Keepand 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 agency withacopyof the requested records orallow the
records to be inspected or copied within a reasonable time ata cost that does not exceed the
cost provided in this chapter oras otherwise provided bylaw;(c)Ensure that public records
that are exempt or confidential and exempt frompublicrecordsdisclosure requirements are
notdisclosed except as authorized bylawfor the duration of the Contract term andfollowing
completion of the Contract if CONTRACTOR doesnot transfer the recordsto the publicagency;
and(d)Upon completion oftheContract,transfer,atnocost,tothepublicagencyallpublic
records in possession of CONTRACTOR orkeepand maintain public records required by the
public agency to perform the service.If CONTRACTOR transfers allpublic records to the public
agency upon completion of the Contract,CONTRACTOR shail destroy any duplicate public
records that are exempt or confidential and exempt frompublic 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 publicagency,upon request from the
public agency's custodian ofpublicrecords,inaformat that is compatible with the information
technology systems of the public agencyr
IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE (|
Page -3-of5 .,!{
.U !
Thomas F.Pepe 2016 \\,)\'m
07/29/16 l\R —
h
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT 305-663-6340;E-mail:
mmenendez@soiithmiamiflogov;6130 Sunset Drive,South Miami,FL
33143-
19)BackgroundScreening.All personnel and volunteers that willprovideany service
with vulnerable persons,as defined in Section 435.02,Fla.Stat.,involving the Cityorits
Agency insuch related activity or who mayhave access to secure or sensitive areas of the City,
must bein compliance withLevel II Background Screening and fingerprinting requirements as
per,Florida Statute Ch.435prior to the scheduled start ofany employee or volunteer.
CONTRACTOR shallpreventanyandallofitspersonnel,including volunteers,fromengagingin
anysuch 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 FreeWorkplace.CONTRACTOR shallcomplywith the DrugFree Workplace
policy set forthin the CityofSouthMiami'sPersonnelManualwhichis made apart ofthis
Contract by reference.
21)Transfer and Assignment,Noneof the workorservices under this Contract shall
be subcontracted orassigned without priorwritten consent from the CITY whichmaybe
denied without cause.
22)Non-Appropriation of Funds.In the event that no funds or insufficient funds are
appropriated and budgeted orareotherwiseunavailableinany fiscal periodforpaymentsdue
underthiscontract,thenthe City,uponwrittennoticeto CONTRACTOR oritsassigneeofsuch
occurrence,shall havethe unqualified righttoterminatethecontractwithoutanypenaltyor
expense.No guarantee,warranty or representation ismade that any particular project(s)will
be awarded to any CONTRACTOR.
23)Most Favored Public Entity,CONTRACTOR represents that thepriceschargedto
Cityintheproposaldonotexceedexistingpricesto other customersforthesameor
substantiallysimilaritemsorservicesforcomparablequantitiesundersimilarterms,
conditions,wages,benefits,insurancecoverageandanyothermaterialcostfactors.If
CONTRACTOR'S pricesdecline,orshouldrespondent,atanytimeduringthetermofa contract
entered intowith City,provide thesamegoodsorserviceswiththesamecomparable
quantitiesundersimilarterms,conditions,wages,benefits,insurancecoverageandany other
materialcostfactors,CONTRACTOR shall immediately extendthesamepricesto City.
24)Notices,Ail noticesgivenorrequiredunderthisContractshallbe deemed
sufficient ifsent by a method that provides written evidence of delivery,including e-mail and
facsimile transmission and delivered to CONTRACTOR or his designated contact person.
Returnof mail,senttotheaddresscontainedhereinforthepartiesortheircontactpersons,
as not deliverable orforfailuretoclaim the mailshallbe deemed received on the date that
the mailis returned to sender.
25)indemnification.In theeventthatanyofthecontractdocuments provide for
indemnification,nothing contained therein shall imply thatthe City has waived its sovereign
immunity as provided by Florida Statute,Section 786,28 and anything tothecontrary
contained therein shall be null and void and ofno force or effect.
INWITNESS WHEREOF,the parties,have executed this Contract,onor before the
date first above written,with full knowledge ofitscontentand significance and intending tobe
legally bound by the terms hereof.
Big Ron's Tree Service
Witnessed:
Thomas F.Pepe 2016
07/29/16
Page -4-of 5
I
I
a «
.®?yt(c/ST iron $wif3
ria MenenrJe?"
CityClerk
Read andApprovedasto Form,Language,
Legality and Execution Thereof:
By:_
City Attorney
Thomas F.Pepe2016
07/29/16
Page-5-of 5
[nameofsignatory]
CITYOF^ObTrTMTAMI
By:
Steven Alexander
City Manager
££>"
1$n.m
Exhibit 1
Scope of Services
.Attachment A
Tree Removal &Stump Grind Services at Dante Fastell Park
RFPPR20l8-£gg
I.General Requirements:
Thework specified in this Request for Proposal (RFP)consists of furnishing all labor
(including subcontractors),engineering,plans,drawings,technical specifications;
installation,machinery,tools,m^ans of transportation,supplies,.equipment,materials,
permits,coordination with any utility companies (Le,power,gas*water),dumpster(s),
disposal of materials and services necessary to perform the following work.In addition,
the contractor is responsible for erecting construction safety fencing,cones,etc,atthe
endofeach working day.
Prior to any digging,Respondents must locate all underground utilities andother
facilities as well as contacting Sunshine 811 to coordinate the process between
excavators and member utilities in Florida so that they can mark the approximate
location of underground lines,pipes and cables on construction site.
Permit fees are waived for permits issued by the City of South Miami.Permit fees from
other government entities,if required,shall be the responsibility ofthe Respondent,
However,in all cases;it is the responsibility of Respondents to secure any and all
permits and boundary survey(s)that may be required for this project.
IL Scope of Work:
The City's Parks and Recreation Department is soliciting proposals from qualified
companies to remove/cut ten (10)tree species,grind stumps,level the ground,and haul
awaydebrisfrom Dante Fascell Park.
v ••Cut/remove eight (8)Ficus Aurea (Strangler Fig)trees
(^Vv£L L v •Cutfrempv^tT^)Swietenia Macrophylla (Mahogany)trees
^tS>*Grind stumps 4"-6"inches below grade
£rf •Level the ground and haul away debris from job site for disposal
III.Site Location:
Thesite is located within the City of South Miami;Dante Fascell Park,8600 SW57
Avenue,South Miami,Florida,33143.
IV.Project 'Duration and Schedule
The current estimate to complete this project is 30 working days from issuance of f\
Notice to Proceed.\\
\\\\J
\\i
SPECBAL NOTE;
Performance Bond isNOTrequiredforthisproject.
END OF SECTION
^^J|2«»«fr**p~Tl^{)Ti.LMItMaA^fHtiwi•v.-'j-Tt^rtt=t4^.4,^1^^^^^-^frfe.ri.JLr.JWJ.I.V.^ilH.i
DANTEEASCEUiPARK
TREEREMOVALANDSTUMPGRIND
J—JU-L
^
^
-
^
n
f
^
-
t
F
^
r
W
t
W
X
l
^
W
l
H
l
^
Tree
No.
TreeSpecies
Ficusaurea
(Strangler
Fig)
D6H
(inches)
27.6
HT
(feet)
39
s?
(feet)
1,224
Condition
Fair
7-.-*..;i\?p;r**iM&i3^s<£SSh;
MPs
-i-j^A^hLk i^-^-^-A^x:iiL^XL^~£^^^.:k^^^^^=~:^\}^-•^sh#iii|£jjs-^=^-.',--:-u:,,'-i jiM—-••---'.jjjH'IH i il f"r -i -i'I '1 -I*
T
r
e
e
N
o
.
T
r
e
e
S
p
e
c
i
e
s
F
i
c
u
s
a
u
r
e
a
(S
t
r
a
n
g
l
e
r
F
i
g
)
D
B
H
(i
n
c
h
e
s
)
1
1
H
T
(f
e
e
t
)
4
9
S
P
(f
e
e
t
)
1
,
4
0
6
C
o
n
d
i
t
i
o
n
P
o
o
r
.
s*
:
*
?
-
*
^
.*
C
-
'
-
•
^
•'•
-.
•'
"
'/
/
*
'
*^
\
.
.
•'
•
•
;
^
>
;
J
^
.
/
V
•:
'=
•
"
•;
«
i
.
v
«
:
\
.$
«
*
?
;,
c
<
r
~
"'-
.
"
.
'
•
•":
*:
;
^
^
:
:
^
"
•-
S'
v
«
•*
^
.
-
'
'
"
•."
-.
•
>
'
*
:
$
•
+
.*
•H+^-n^^-r^^^'^m^»wi^-^^-m-irliW''T~iuytefril»^^LJl,.nl ,-^'-1
Tree
No.
Tree Species DBH
(inches)
NT
(feet)
SP
(feet)Condition 1
^MHW^^^^
^^^^j^^^^&j^X^^^^^ffR^'^^^^^SSS^^^^^^^^^^^^^^^^I^^'^^^
^^^^^t^^^^^^^£S
^^^^^^^fr^^^^^^^Bw^^^H ffl^^^P^^^ff^^^^TOB^gS^^^^^^Ssfi ^^^^^^^fec^^^H
S^^^^^^^^S^^^^B
Ficus aurea ^^^^^^S
6 (Strangler
Fig)
89.7 67 1,599 Fair
iimMi'Ji i™«WW|^j^jJ1';4y ^^^^^^^,%|^^^i»^^liWgfflgmEmmmmWKmS^^WKBUm^^^^^^te&:^H
^^^^^^^^^s
T
r
e
e
N
o
.
T
r
e
e
S
p
e
c
i
e
s
F
i
c
u
s
a
u
r
e
a
(S
t
r
a
n
g
l
e
r
Fi
g
)
D
B
H
(i
n
c
h
e
s
)
3
5
.
6
H
T
(f
e
e
t
)
5
0
S
P
(f
e
e
t
)
1
,
1
6
0
C
o
n
d
i
t
i
o
n
P
o
o
r
-'
;
^
?
^
^
^
^
^
t
::
^
-
'
S
"
;.
^-
.
l
J
^
1
7
-
,
:
'
'
^
f
e
S
S
^
r
-
'.
-
.
at
e
t
f
-
t
s
s
i
r
t
-"
-
•
•
'••
r'
•'
'
'•
•
'
•
-
'
'
•
I
'
-
"
-•
>
'
-
i
••!
•
:
.
.
.i
i
i
,
-
•o
l
.
M
l
.
i
.
h
.
f
.
m
.
-••
•:•
•
,
.
•
.:
i
j-
••
.!•
•-
,
-
-->
»--
.
Tir
f
t
'•*
il?
il
'
r
-
it
1
'
;,
I
I
—
i
J-
T
r
e
e
N
o
.
T
r
e
e
S
p
e
c
i
e
s
DB
H
(i
n
c
h
e
s
)
H
T
(f
e
e
t
)
S
P
(f
e
e
t
)
C
o
n
d
i
t
i
o
n
F
i
c
u
s
a
u
r
e
a
p
a
^
H
H
|
^
S
^
^
^
^
H
^
^
^
^
B
^
^
j
r
^
^
^
^
^
^
^
^
^
^
8
(
S
t
r
a
n
g
l
e
r
Fi
g
)
3
2
.
1
4
8
3
9
0
P
o
o
r
^
tM
^
^
^
^
^
^
^
^
^
^
^
^
^
M
«
^
^
^
^
^
^
^
M
;
-
f
—
,
—
r
r
r
t
^
^
T
r
e
e
N
o
.
T
r
e
e
S
p
e
c
i
e
s
D
B
H
(i
n
c
h
e
s
)
H
T
(f
e
e
t
)
S
P
(f
e
e
t
)
C
o
n
d
i
t
i
o
n
S
w
i
e
t
e
n
i
a
^
^
^
^
B
H
f
^
M
^
gS
w
c
B
S
H
H
J
O
i
j
c
j
B
w
9
m
a
c
r
o
p
h
y
l
l
a
(
M
a
h
o
g
a
n
y
)
1
2
.
5
7
3
6
8
2
P
o
o
r
^
^
^
^
^
^
^
S
'
^
S