Loading...
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