Loading...
Res No 022-18-15054RESOLUTION NO.: 022-18-15054 A Resolution authorizing the City Manager to enter into a multi-year contract with Light FIx Pros, LLC for the annual Fourth of July fireworks display show. WHEREAS, the City of South Miami sponsors a July 4th celebration each year at Palmer Park, (6100 SW 6ih Avenue South Miami, FL 33143) for its citizens which includes food, live entertainment, kid's activities and a firework display show by a qualified vendor; and WHEREAS, the City issued a request for proposal ("RFp lI ) #PR2017-20 titled "Fireworks Display Services" on Thursday, September 21, 2017 for a term of three (3) years, with one (1) two (2) year renewal, not to exceed five (5) consecutive years; and WHEREAS, the City received three (3) proposals that were evaluated by a Selection Committee (lithe Committee") comprised of Yvette Valdes (chairperson), Special Events Coordinator, Jaime Adams, Assistant Director of Parks and Recreation, and Courtney Clay, Recreation Supervisor II; and WHEREAS, the proposals were first reviewed, scored and ranked on Wednesday, November 29, 2017 with "Preliminary" rankings and, identified the top two (2) respondents for additional questions. After the responses, the Selection Committee conducted final rankings on Tuesday, December 12, 2017 and recommended Light FIX Pros for the award. The Committee's final ranking and contract totals are summarized below; and Evaluator Light FIX Pros Firepower Display Zambelli Fireworks Yvette Valdes 100 90 50 Jaime Adams 90 92 67 Courtney Clay 91 93 65 TOTAL 281 275 182 Year Light FIX Pros Firepower Display Zambelli Fireworks Year 1 $10,950 $10,000 $24,000 Year 2 $10,950 $10,500 $24,000 Year 3 $10,950 $11,000 $24,000 Year 4 $10,950 $11,500 $24,000 YearS $10,950 $12,000 $24,000 Total $54,750 $55,000 $120,000 WHEREAS, the proposal amount is not to exceed $54,750 over five (5) year contract term. 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 authorized to negotiate and to enter into a three (3) year agreement with an option-to-renew for an additional two (2) years with Light FIX Pros, LLC for the City's Fourth of July fireworks display for an amount not to exceed $54,750 over five (5) year contract term. Pg. 2 of Res. No. 022-18-15054 Section 2. The total expenditure shall be charged to Promotional Events/Special Events, account number 001-2000-572-4820, which currently has a balance of $ 27,545. Section 3. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 4. This resolution shall become effective immediately upon adoption by vote of the City Commission. PASSED AND ADOPTED this Mb,day of February, 2018. AP~ flAVOR COMMISSION VOTE: Mayor Stoddard: Vice Mayor Welsh: Commissioner Edmond: Commissioner Liebman: Commissioner Harris: 4-1 Yea Yea Yea Yea Nay (d1 SouthfMiami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT LMNG To: FROM: Via: DATE: SUBJECT: BACKGROUND: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager Quentin Pough, Director of Parks & Recreation n February 6, 2018 Agenda Item NO.:j A Resolution authorizing the City Manager to enter into a multi-year contract with Light FIx Pros, LLC for the annual Fourth of July fireworks display show. The City of South Miami sponsors a July 4th celebration each year at Palmer Park (6100 SW 6Jfh Avenue South Miami, FL 33143) for its citizens which includes food, live entertainment, kid's activities and a firework display show by a qualified vendor. The City issued a request for Proposal ("RFP") #PR2017-20 titled "Fireworks Display Services" on Thursday, September 21,2017. The term of the contract is for a period of three (3) years, with one (1) two (2) year renewal, not to exceed five (5) consecutive years. The· City received three (3) proposals that were evaluated by a Selection Committee ("the Committee") comprised of Yvette Valdes (chairperson), Special Events Coordinator, Jaime Adams, Assistant Director of Parks and Recreation, and Courtney Clay, Recreation Supervisor II. The proposals were first reviewed, scored and ranked on Wednesday, November 29, 2017 with "Preliminary" rankings and, identified the top two (2) respondents for additional questions. After the responses, the Selection Committee conducted final rankings on Tuesday, December 12, 2017 and recommended Light FIx Pros for the award. The Committee's final ranking and contract totals are summariied below: Evaluator Light FIX Pros Firepower zambelli Display Fireworks Yvette Valdes 100 90 50 Jaime Adams 90 92 67 Courtney Clay 91 93 65 TOTAL 281 275 182 (,j) South'Miami THE CITY OF PLEASANT LIVING EXPENSE: ACCOUNT: ATTACHMENTS: Year Year 1 Year 2 Year 3 Year 4 Year 5 Total CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Light FIx Pros $10,950 $10,950 $10,950 $10,950 $10,950 $54,750 Firepower ZambeUi Display Fireworks 10,000 24,000 10,500 24,000 11,000 24,000 11,500 24,000 12,000 . 24,000 55,000 120,000 The City began issuing formal solicitations for the City's July 4th fireworks event in 2013. Since that time, and prior to -formal solicitations, Firepower Displays has provided services, except for July 4, 2017 where Light FIX Pros was award.ed the contract. Both companies have provided excellent firework shows in the past and have followed through with all requests from the City. Last year, the City requested an eco-friendlier plan to display the fireworks show. Light FIx stated that since 2011, they had already been providing a new pyrotechnic formula that replaced perchlorate with nitro gen-rich materials that burned cleaner and . produce less smoke. Additionally, their proposal includes using fireworks that are made with recycled cardboard in efforts to further create a more ecofriendly show. Proposal amount is not to exceed $54,750 over five (5) year contract term. The total expenditure shall be charged to Special Events, account number 001-2000-572-4820, which currently has a balance of $27,545. Resolution Bid Opening Report Preliminary Rankings Final Rankings light FIx Pros, LLC Proposal " ;'.~, °BID OPeN1N:Gr;;~E'Q~t- '-;... -"C--' __ "0_, THE CITY OF PLEIISANr LIVING Evaluation Scoring Sheet Procurement Division 6130 Sunset Drive South Miami, Florida 33 143 (305) 663-6339 W'lVw.sollthmiamifl.gov. RFP Title: ______ ..:...F~IREWORKS DISPLAY SERVICES __________ _ RFP No.: PR2017R20 DIRECTIONS: Please SCOI"e each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is I 00 points. Respondents experience, qualifications, and past performance ()~(J related to performing and providing .oJ C" ( V· I. fireworl<s display services or services ,.') -) 2-.. ~) ofa similar nature: Ma:dmum Points 30 Relevant experiern:e and qualifications of key personnel. 2" including key personnel that will be .j f\ 2 ... CJ . t:) assigned to perform the shoot and _ ............. _. 2. the number of years' experience in ::~) -,./ handling and shooting fireworks. Respondents use of "eco-friendly" fireworks as described in Exhibit I, 0 (/1 fj 3. Scope of Services. ~-" .. Maximum Points 2(1 Proposed Annual Contract 4. term fee: ",j. C) (2 (:. \ C) "') -~~J ':·:~~:rj.~~~·~· ~y:;: '< \/'tfJ:(· V~(tZGC.ft.;)~· ___ ._+--"--'~I________ Date: J~.J]J.f ( ( ~-) (Print Name) Page 1 of 1 I-I I I I I ! I ! THE CITV OF PI.EASANT LIVING RFP Title: RFP No.: ~ ( \, , , ',( -.. .; ~ Evaluation Scoring Sheet \ \. ,( '. \' '\ \. fiREWORKS DISPLAY SERVICES PR2017-10 Procurement Division 61 30 Sunset Drive South Miami. Florida 33143 (305) 663-6339 Y:!y:!'yy..!.~.9uthtni5mlift,gQy' DIRECTIONS: Please score each firm. for each specific criteria provided. Scoring is based on each ct"iteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is I 00 points. I. 2. 3. 4. Respondents experience. qualifications. and past performance related to performing and providing fireworks display services or services of a similar nature: Points 30 Relevant experience and qualifications of key personnel. induding key personnel that will be aSSigned to perform the shoot and the number of years' experience in handling and shooting fireworks. Poiltts 20 Respondents use of "eco-friendly" fireworks as described in Exhibit I, Scope of Services. 20 Proposed Annual Contract term fee: .... \ Ci' .. .\("',' \. r.. {'j.. \. {" .' L i .. /J (Print Name) : /" t.~.'\ , ?" {(' , /' { 1/< r .) \ :, ! ./ Page 1 of 1 .I., \. ... , ') c:' '. ') \ ) .. ( .t. -I (/1 ;' ) ) . {! \ .... .' , \ \ \ \ \ l V soJ~fJiami TliE CiTY OF PI.EASANr I.IVING ". ':\ \ ..... , \ II \' \ -"'. Evaluation Scoring Sheet i \ ) j .j. ,'j \''''' .\ V lei (' " ,; l ··i,. \ ~ ., '\ , ) Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663--6339 Yt-Y'iJN .solltt"[ m iam i{!.gQv. RFP Title: FIREWORKS DISPLAY SERVICES RFP No.: PR20 I 7-20 DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. I. 2. 3. 4. Respondents experience, qualifications. and past performance related to performing and providing fireworks display services or services of a similar nature: Relevant experience and qualifications of key personnel. including key personnel that will be assigned to perform the shoot and the number of years' experience in handling and shooting fireworks. Poillts 20 Respondents use of "eeo-friendly" fireworks as described in Exhibit I. Scope of Services. 20 Proposed Annual Contract term fee: )) r~) ;-:".--.-...... -. Page 1 of 1 'j •... r" ( ) .j .. ,/ ') r) / .. " . ") ('l / ......... '. \ C.) I i , 1 I t I ! i THE cn-v OF PI.EASANT I.IVING RFP Title: RFP No.: .y-' tl '0 ,(.'n .. (\ \ ( .. ' \ (~(.'J.\:'~:> 'l--\ (Ie} \ ~'-A. " J Evaluation Scoring Sheet FIREWORKS DISPLAY SERVICES PR2017-10 Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663-6339 Y.Ysf ..... lfY.soLlthITliam.ifl . .gg.v. DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated ·by adding each criteria for a total score by proposer. The maximum score total score for each proposer is I 00 points. Respondents experience, qualifications. and past performance 2 ... :=) related to performing and providing (l~j ?iO I. fireworks display services or services of a similar nature: Relevant experience and qualifications of key personnel. including key personnel that will be I Q '-Z~,.C) 2. assigned to perform the shoot and '·Zf.) the number of years' experience ill L) handling and shootfng fireworks. Maximum Poillt.~ 20 Respondents use of "eco-friendly" fireworks as described in Exhibit I. I D 7,;:') I ~~) 3. Scope of Services. Maximum Poi"t.~ 20 Proposed Annual Contract 4. term fee: ?)D '1-6 C) l .. · Maximum Points 30 Date, ~ '~JI2~ 7 Page 1 of 1 I I i t I I I I i ~ \ \ I( '\ (:. \ \/ ( ~ I' . \ \to -"\ ( 1 ( !J . ) , .l . THE CITY OF PJ.EASANT I.IVIN(; RFP " Title: RFP No.: Evaluation Scoring Sheet FIREWORKS DISPLAY SERVICES PR2017-20 Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663-6339 yy"',!!!'y:!.sollthmj.illI!i.tW!QY DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. Respondents experience, qualifications, and past performance related to performing and providing J. ') ,oJ I. fireworks display services or services (~) ,) t..::t ) ""'-" ~,) .-) ~,-. of a similar nature: Maximum 30 Relevant experience and qualifications of key personnel, including key personnel that will be 2. assigned to perform the shoot and ,-; j ~'::.~~ \ ? the number of years' experience in l. \ handling and shooting fireworks, 20 use of "eca-friendly" fireworks as described in Exhibit I. 3. Scope of Services. (,', ,,) U \ ( .. i) t',·· '~) Points 20 Proposed Annual Contract term fee: (') 'oJ (\ 4. ' , \ ./. \ '() .... J ( ... Page 1 of 1 /'" c-·\\. SouMP'Miami THE CITY OF I'LI'i\SANT I.IVING Evaluation Scoring Sheet Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663-6339 wWw'2.9I.1rJ:m..!!amjfL"tQY RFP Tide: FIREWORKS DISPLAY SERVICES RFP No.: PR2017~20 ---------._------- DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by p-roposer. The maximum score total score for each proposer is 100 points. Respondents experience, qualifications, and past performance related to perfol'ming and providing .j(j 2 .. C.j 2 ... (J I. fireworks display services or services of a similar nature: Mliximllm 30 Relevant experience and qualifications of I<ey personnel, inclL:'ding key personnel that will be ~v>,~"'\ \ C_) assigned to perform the shoot and .-J C') 2. ( .• J. ,j ',.. ....... the number of years' experience in ....:;" C./\ handling and shooting fireworks. M(Lr:inulln Points 20 Respondents use of "eco-friendly" fireworks as described in Exhibit I, '~J r"') I ' '''\ (;---\ . 1',"""- 3. Scope of Services. C/~C_) \ C .. ) ,,}\ .. -' Maximum Points 20 Proposed Annual Contract 4. term fee: .') fr'-"') '2 C-j , /'') ·---·l \ l ____ .... _) -'''' _ ........... M(L'Cimutn Points ,W 'C(.) ?,,~:*i~:~edby: ': ""(\).Q,t:\f, \\ cQ g,/LPi}) Date: (Print Name) Page 1 of 1 I l I -. t ~~i~ef8tQn~··li~. ·1.· -: •••• ,roo · ,.! •. ~.I.' •.. IlIltfJlrt';aft .. "i._jli1h)f;*~.f ••• :iilJ~ .wlD.t~f:JIJ." -~ ..••... , .. -'. ... , ... ~l ."r.i I"~ ., ;{2f; • .lI"~~!pkes:t"!sJHi!~:w1tiojn .~i •• ~~~;.ii_j·.;"lUtil l~$'~i~J:~~WI.~ilij)~.":_tragj,·.mipn:;~~~'Wh1St1ieSf.~e-ob~i· " " '1 , :~~~--~-'. ~: -; -'~:'-. ..... ,.- -.., ... -----~.~--" •. " '.-, •...• -••.• ,,;" • '.r , .•.• , ..... ' ,".,. -.'~_ ~ .' ; .. "".1'-. .J.;:. ... ;;;.:c .. -. -. ,-. -. -. ........ .. I L .\ -.. ! . '.: '. ' .. , Ii f i 'I ---------.. -.. ---_ .. --' ----------'--------~----- '.'·u·· ..... " .. .,,; '. '. ~""'i"~~~~.~~ 18 ~iiB~.~.1 tr~3~ ".!Q.... --~ ......... ; .... :!;! ~t' ~~~!' "'hl:! .. :':'" ," .'. _.,,!~~~~~r ·-·:i1~·\bi:._h.~ •• ~~ l::~ • •. ·: .. _·.ki.!.~,.·· ... c':'··'~"'·'.'.:~.'.'.: ... · .. ~·; •... ~.; ..•. f~~l~"'~ -. ,j~lNt~~~~~ '·~~i~N~~·· ''''',~;<;;", ·"'H'",..·· ,,'~""".,.,"---.,.'''.'' -';;;,HC,W;"" '\~~:~ ~~~;~ ¥:~f~ i~:~~ ."lU~~.~m~~~;~¥+ .. .'~ ..... ;±;.~:;"~.~~ ... _-+::. ,+-., ......... e!if.i',).'""' •... ...-:. "+ .• : .. ~:::b"",,,· "~::;!;~':li\l!iFi;"""~'" ""'· ....... "L ... . ~lfl6iIA~~it,n=, ~ :.1itff~~ ~.piWi. tif •• ~ l,r \ :~:i& 1.:':' ,.:~~:!f:~:; "~---'~.!'''-~"':~':<'''~o'~'~';;;;-~';;~~~;±~C-i~. -@:~_~;-'i;;;i,.i. .. , -'~'" ~-f-~-{):,'~' --"~j!.~~; - ~"t·;· _ "~~:Mrni\' .. _,-_---."+='""" .. ~~,~~;;.;;..;'d .. ~.-. 8-" _~:! '-7~;~;~;;.e~:-:~~ .~.,-, __ . -.ijilO·T'-''' ~~.,,, i;!~' t;;':~~"'··7-",_:;"';;;;'~.:,,"-;~;-~' i.;=-:4··~.~.; .. ,eiii:?~~'~·~...;::;,';.;-;"'~~.'~~',;·~.,;:;;,-~f:";i\::::::~~,~:~~: .... '-M';.;.. -:t~~i'..;;.l:I'l;~~.j;~~'!i .. ',.:~~;._ .... -~ "!f~l.~ ,,'~~ ""j. r··'" ..:1 ( ! r I I i I I .,,", ~.:~~.,/j ~~, .. :.: , l.i~!.~.:ti~'iE ::~~;u, ;~i~@tli : ~: .~ .. " , ":-':'! . '> " ., I .. ::;;'-':3: .. : ... ,. .. :7. .. . . ~ ; .. ~~. ' ... ~~;.,~.-.,.:: . .:::! .•..• ·-·Mi·. I,;; i~ r~. r: ,. 1'- J; ~~j r.i·, ,~ .. .rrli.~.f~. .;. _"="J: ... .. .. ~ .. :~.tf;~~:l"'~'~:'~ ~\jf:M~_i~«~~I'~'~~~.;,~'.;_ ~~_ ... _.~ .. _., ~ .... _~_ ... _c._.L._.~_ ..•• ~~~·~~_'.. ~_ :_·,"""'i.. . .::i ..... ;:,,1.1 ''r* ;.~ '. '! 1' .. 1 .. -,r.;".£" ~ ...... -... ~ .~ " ., " ~ 0100 :-. 1--. ) '"c . ., •. -,- .. tra.':'I:t~l Wii!to"&iiriiii; "-"K_"··. :~~fi;'~~~ ~ .... :;,.afl, "y-AltWJI ':--'1f11B, ... mt'lllAi ~ft1iii~Al;, i~f ·~~~~ftltriil~li~~lll~~~.'id~"~~~~· ~jf~.~Jij -" ....... ,J _. -"':~':' ~~' ..... EXHIIBBT 6 CONTRACT Fireworks Display Services RFP #PR2017.20 !HIS CONTRACT, entered into this lit'dav of ~C,f . 20J1, by the CITY OF SOUTH MIAMI through Its Manager, ~ot~ of whom s.hall be hereinafter referred to as the "CITY" ,,!here appl'ca/.1Je; located at 6130 S~nset Drive, South Miami, FL. , E-mail: salexander@southmiamifl.gov and t 'jI ro) t":"lth. 'to office and principal place of business located at and E-mail address of ()rf\ ., 0 @ ¥) hrl~rQJ . l..t2Y1:l!nd Facsimile transmission number of __ (hereinafter called the "CONTRACTOR"). WITNESSETH: 1 i (, -~ ,t; -4 t; 1'9 WHEREAS, the CITY is in need of Fireworks Display Services; 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 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 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 uchecked" 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) ..J Contractor's response to the CITY's written solicitation; Exhibit 3 and 4 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) ..J Scope of Services; Exhibit 1 . ..J Contractor's response to the CITY's Bid Documents; ExhibIt 3 and 4 • ..J CITY's Insurance & Indemnification Requirements, Exhibit 2. 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" 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 a date to be specified in a Notice to Proceed, or Purchase Order, (hereinafter referred to as the "Work Commencement Date"). 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 Man~er::. The Primary COl)tact ~ers~n,for C ;r~OR and hls/Pt.! sop.te~ormation isasfollows:~f1me:r;/II'~4-~," e-mail:e(lIleel , Il-H: . ax: "'JlfD StUilAddreisl 7'2,1p ( AI W ~.~~:f" At w¥ M ~~ ''* . 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 (hereinafter referred to as the Contract Price) shall be as set forth in CONTRACTOR's response to the CITY's written solicitation or as set forth in, 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 Thomas F. Pepe 1211412016 otheiWise prohibited by ordinance unless specifically authorized or instructed in writing by the City Manager, the Manager's assistant or designee. 8) Time Provisions: The term of this Contract shall commence on the Work Commencement Date and shall continue for three (3) years and one (1) two (2) year renewal, solely at the discretion of the City Manager, or unless earlier terminated according to the Contract Documents. An extension of the term of this Contract is at the CITY's sole and absolute discretion. The contract may not exceed five (5) consecutive year 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. 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 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) Licenses and 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) Jury Trial Waiver: The parties waive their right to jury trial. 16) 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 Oty 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 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. 17) 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 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 completion 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 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. OF CONTRACTOR HAS QUESTIONS REGARDING THE APPUCATOON Of CHAPTER I D 9 fLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBUC RECORDS RELATBNlG TO THOS CONTRACT, CONTACT THE CUSTODIAN Of PUBUC RECORDS AT 30S..663 a 6340; IE-mail: mmenendez@southmiamifl.gov; 6 D 30 Sunset Drive South Miami, F1. .33143. ' Thomas F. Pepe 1211412016 ] 8) 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 Level II 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. 19) Drug Free Workplate. CONTRACTOR shall comply with the Drug Free workplace policy set forth in the City of South Miami's Personnel Manual which is made a part of this Contract by reference. 20) Transfer and Assignment. None of the work or services under this Contract shall be subcontracted or assigned without prior written consent from the CllY which may be denied without cause. 21) 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-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 WHEREOF, the parties, have executed this 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. [name of signatory1 Am~D: I/) ./"1 ( I~~" j / b)A _ /) ,·'"1 B~~ruYJ'ib--'1/-- Maria Menen I City Clerk Read and Approved as to Form, Language, legality and Execution Thereof: By: ~~~~ City Attorney ~ C~ SOUTH MIAMI ~~~.---------------- 0St6ven Alexander I( ---/ City Manager END OF SECTION Thomas F. Pepe 12114/2016 \ -----_.-.. _-- MIAMI DAILY BUSINESS REVIEW Pl.,.:oltsheo Daily excepl Salurda~·. S:":'1d8V a'ld Legal HOlidays. f\~laml, Miaml-Oade Count}' Flo,';ci::. STATE OF FLORIDA COUNTY OF MIAMI.DADE: Before the undersigned authority personally appeared JOHANA OLIVA, who on oalh says Ihat he or she IS the LEGAL CLERK, Legal Notices of the Miami Dally Business Review Ilk/a Miami Review, a daiiy (except Saturday Sunday and Legal Holidays) newspaper, pliblished at Miami in Miami·Dade County, Florida: that the attached copy of advertisement. bemg a Legal Advertisement of Notice in the maher of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI· FEB, 6, 2018 in the XXXX Court was published in said newspaper in the issues of 01/2612018 Affiant fUr1her says that the said Miami Daily Business Reviaw IS a newspaper published at Miam:. In S81d Mlami·Dade County, Florida and that tt',e said newspaper has heretofore been cOl11inuously published In said Miam,.Dade County, Flonda each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mall matter at tile post office In Miami in said Miami-Dade County, Flonda for a period of one year next preceding the r"st publicatIOn of the attached copy of advertisement, alld afhanl ftlrther says that he or ,he has neittler paid nor promised any person. firm or corporation any discount, rebate. commission or refund for the purpose of secunng thIS advertlsemer,l 101 publication in the said newspape r. JOHANA OLIVA personally known to me ©En @fi' $@M'iflMlbljfjgA~'in ~';)@'iifl©~ @!F ~M®ibH© lMl~£~Hfi\!l@ NOTICE 'IS HEREBY given ihat the City CommisSion of the City of Soutll Miami, Florida will conduct Public Hearing(s) at its regular City Commission meeting scheduled for Tuesday, February 6, 2018, beginning at 7:00 p,m" in the City Commission Chambers, 6130 Sunset Drive, to consider the following ,\em(s):' . ( A Resolution authorizing the City Manager to enter inioa multi.year contract with Light FIX Pros, LLC for the 'annual FOllrth of July fireworks display show, An' Ordinance amending the City of South Miami Code of Ordinances, Chapter SA, Section SA-5 titled "Lobbyists; registration, reporting, fees, exemptions, expenditures, and penalties" to amend subsection (a) and to add a new subsection (h) regarding campaign consultants" : An Ordinance amending Section 20·3,3(E) of the City of South-Miami Land Development Code permitting Outdoor Seating/Dining on all commercial properties that are within the Hometown District Overlay Zone (HD), An Ordinance amending the City'g Land Development Code, Section 20-3,3(0) and Section 2D-7,12(A) and Section 20·3.4(8), regarding , reslallrant uses, An Ordinance amending Section 20·2.3 (definitions) as well as Sections 20-3.1 (8) and 20·3,3(D) (relating to the purpose statement and uses permitted for the Parils and Recreation zoning district) of the City's Land Development Code, ALL interested parties are invited to aitend and will be heard, For further information, please contact the City Clerk's Office at 305·663·6340. Mada M, Menenciez, CMC City Cieri< Pursuant to Florida Statutes 286.0105, the City hereby advises the public that i7 a person decides to appeal ,any deciSion made by this .Board, Agency or Commission with respect to any matter considered at its meeting or hearing, he or she will need a record of the proceedings, and that for such purpose. aHected person may need to ensure that a verbatim record of the proceedings is made which record includes the testimony and evidence upon which the appeal IS to be based, 1/26 '18·56/0000290947M ) SUNDAY JANUARY 18 1018 MIAMIHEHAlO.COM NEIGHBORS I 29SE r===~=========================-~--r=---~-=--'-=-==-==.===============-=-~-~="==--=-~-- CITY OF SOUTH MIAMI NOTlCE OF GENERAL ELECTION NOTICE IS HEREBY GIVEN thaI pur!:uullt tn Article v. of the Charter of the City of South Mi.ami, Fluddll. a Gell~ral E.lectioll tilT the City of South Mimni to Clel·t II Mayor for " iwo (2) yem' term; a Commissioner frnm Group I uncl.a COllunis~il)nCl' from Gr(lUP IV for" .tour (4) ycar tenn ha.~ been ~al1ed, til be held Oil Tuesday, February 13, 2018 ih)m 7:0() a.m. to 7:00 p.m .. in the Cit)' Cilmmissi(ln Clllunbcrs. 6.131.1 Sunset Dlive. South Mimni, FL 33.143. NOTJCE IS HEI(EBY GIVEN tbat there will be Early Voting helll on SatunJay_ February 10,201.8 from \):00 a.m. to 5:()O p.m. at the abllve i<lt:;ttion. Inquirics l:an be madc by callillg in the City Clerk' s office at: 305~663-6340. Maria M. Menendez, CMC City Clerk City of SOllth Miami CITY OF SOUTH MIAMI COURTESY NOTICE ~(J"U:r. r~ IIFolliB\" ,,,·rn Ilml illc-(.il~ t:llmmi~'I .. n I,i "II'l:jl~ l:f S'1I111t Mi.-mI. r-J"riJ:1 will wll,lu('1 Puttli..: UC';ujn~~~, irt it!: JII'f.III:IT r;'I~' Cnrnmincun mt.t.ll1Ill !'I:hcdlllcll r,,,T'll"!dJf. Pehru.l1Y 6. !Inlf. N',inuins :11 7:IJi' p.m .. in till:' (11:. C,tfUm;:'Silln tlJiJlII~I!o. "I 311 SIIIIlK'l LJri't'r, :"0 nm,:;iJrr It •• ' r.,ltcu.in;: lICtttfli): ( l\ Rcwluli,'n t1l1lhUI'WIIS tbc ClIf i't'l:II1o:II!t.·r lu '!nlt'f' ,nto n IIl11l1.i-ycm '-'illllm,'I' \Ioill, ti;1il FIX I'm", LLC r,tJ Ibt: iIlllII .. ,1 r:'llItll. td Jul}' l'ircw,'rkl'i diliJ'l:lr l'Ih.lw. ,\11 Or,1tnil'I\.~ :llIll'lIdm,: lll~ CII~ til S,tlIIII Mi;ulli ('.'IIt, .,I·()I\1itUlftCf"I". ChllrICi~I\. ~t''''I'''I'1 !C.\.!O lith", ~l\IN~~'i:'t": h·~I\Ir;III.'n. h'p./fli11p" Ih"!o. c.'ICll1rli'''l)l, e~'1Cndllllrc" :mJ rl''/I;tJlic~'' 1,1 JlrTlt'thi .'I'~di,.tJI (It I :'n,1 1" :.~hl ~ lie"' ~lIhlCl'l!lII," 1 hlll'~.ll'djn? ":;lIllr:'i~?I c''''''lIhMI~ ,\n Or-.1ill:mt·C' ~nb:'11dlnJ! S,"'I;ltn ::U-3Jrlii 0'1' Ihr Cit~· ,I! .sueuh Mii.JIlII L",nd L1"""'h'lm~nl CllUt'" '!l,'l1l1illll1~ nU!lI,'nr S":llin~':Dilnll!t .lh.1lI \."I!'fIIIlb."fl·j:t! rl\'ptrti\'): Ib.'11 ;ut' ·."ilinlllhr "I\"II",II1\\'1I LlI!flr,,,1 (h'",l:I)' 7.t·D~ '.H~J An OrJrll:rlll'C' :Ilu.:ndin,: Ihe-Cil~'1i ~nU ))L'\lt'k'l'lII':II' C .. \ll...·, ~!!~Iiull 1.1),,3 :;ID: :lu.1 SC'tliulI lll.lllt·\J :mJ S",'li,>lJ :!U.3"h.lH, rC1t:mljn, U'''tunriDJl like," An Otdm:!n.:~ illl~nlilillt Sl·("';fII\ :!\J~2.! l(lclinih.~'11$1:w ",ell ;LO: S\! .. lj, . ..,,, 2f1~~.lrtlJ':1I1\12fJ,l.3")1 ul·l:lIill.;!.lll the-rutl"'ll'o: ~:d.on'cm :Ilhl Il$~:, IICunilh.'ClI\,r tltt Palk...; ittll' 1t':"·ll·:.Ii,,,, ,..ullu11I ,1I~lri('11 ,\f 111\' CiIY·lI'l.;md Jltv.:I.I Itn1t'JlICfI,I,· AI.I. IIII ... rr~tt'd 1~lIli(''-nr.:'III\'ill!.J .... :tu,'llol :11111 will 11.: hr:tn.1 /,,(lr r'lfltWr IQJ'IOn:.lmn. pte:""" ,·,.plnel tilt. Cit,. Clem'" Onic(' AI; 31):;..N'I~·6ll\fl Jl.1.1I1:1~! Mrll~nd'·I .. C~lC r.it~·tj\'tk 1'\1"1'''''''''''" """I:Ji1 ~Im ...... ·:!,;t. ;,!'6. 1ft,. (:il~' "".1\., .... :lII.,-..: .. IIIl" rlll.li, Ifill ,f~ 1""(I4·n,!·~ti.t.'lII.~ "1,"':".Ii llnf d,-U~I.'!t an:.;!"I')' II,,, I~·"':rll ..... Il"''''.' ··r(:·o::"':.'~'''' 'vi'" ""'I'~""I to., lilly ·n .• llt'( .'I"''' .... ''''',I.IC 1:11I.e."·m~. 'T """:i,,(,. b""'r "'ll' ... 11; ,,,!Cd .111· ... "'.)1 'f .... I·:.·.·~,.""la~. ollol tI,:01 r"r !twit 1'I"1~·"': .. 1'h.: .. ..J FI'·.~III1:.,. D., ... 1\ • .." .. utl' till!! U "'!'f'I~I'1I1 " ..... oN ,'1 I"" 1".Io:i't"JI1l',':'_" i. I~pd.· "I,id, I ... ,·nJ '" .. hili .... ,1t"lo$iI11\O"')' :I,ttl .... ·iti!.'lll..· ,,. ...... ill.blh,,:..IItX'JII"I' ........ '~ .. 1 MUNICIPAL CANVASSING BOARD SCHEDULE FEBRUARY 13, 2018 SOUTH MIAMI GENERAL ELECTION The City of South Miami Canvassing Board will convene at the Office of the Supervisor of Elections, 2700 NW 87th Avenue, Miami, Florida. The Canvassing Board is convening on these dates for the February 13, 2018 South Miami General Election.' . DATEmME ACTIVITY Monday, 2/5/16 1. Logic and Accuracy Tesl of the touch 10:00 a.m, screen and optical scan voting systems to be used for vot&-by-mall. early voting and precinct ballots 2:00 p.m. 2. Public Inspection of vol&-by-mall ballots Monday. 2/12/16 1. Pre-count LogiC and Accuracy Test of the 10:00 a.m. through optical scan system used for vote-by-mail Tuesday, 2/13/18 and provisional ballots 10 completion 2. Approval to commence vote-by-milil ballot opening, processing, and duplication 3. Vote-by-mail ballot opening and processing (as needed) 4. Duplication 01 ballots (as needed) Tuesday. 2/13/16 1. Canvassing 01 presumed invalid Canvassing: vote-by-mall ballots 5:00 p.m. to comptel/on 7:00 p.m. 10 completion 2. Tabulation of results Friday, 2/16/18 10:00 a.m. to completion 3. Unofficial Results provided by the Supervisor of Elections 1. Canvassing of proviSional ballots (as needed) 2. Certification of QI1IlllaI Results, including provislonals, by the Supervisor 01 Etections 3. Post-count Logic and Accuracy Test of the optical scan system used for vole-by-mail and provisional ballots 4. Race and precinct(s) selecl/on for manual posl-illecUon audit 5. Audit process starts to completion Canyasslng Board Members Josh Liebman, Commissioner Bob Welsh. Vice Mayor Maria M. Menendez.. CMC, FCRM, Ctty Clerk R ..... 12/14117:EP .......... --•. _ .... -._----_._---_._----_.-.-._-... _ ...... __ . __ .-.... -.. _ ...........•... --.------.----.-------.---.----,---.-~-~-------.----~-----.--.