Weinbach Branding Services RFPREQUEST FOR QUALIFICATIONS
RFQ #PW- Q2013 -01
City Branding Design & Services
L•
0 U T'. p
i N CORPORATED
1927
o
+'+�1
•
SUBMITTAL DATE: Tuesday, May 7, 2013
TIME: 2:00 PM
REQUEST FOR QUALIFICATIONS
RFQ #PW- Q2013 -01
CITY BRANDING DESIGN & SERVICES
City of South Miami
The City of South Miami is requesting qualifications from qualified firms to provide City Branding Design & Services
for the City of South Miami. Interested contractors should visit the City's website at www.southmiamifl.eov to
obtain the Request for Qualifications package. Packages may also be picked up at the following location, during
normal business hours.
City Clerk, City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
Sealed submittals including one (1) original and nine (9) copies of the submittals must be received no later than
2:00 p.m. on [Tuesday, May 7, 2013 ] and be clearly marked on the outside, "RFQ #PW- Q2013 -01 City Branding
Design & Services ", to Maria M. Menendez, CIVIC, City Clerk, CITY OF SOUTH MIAMI, 6130 Sunset Drive., South
Miami, Florida, 33143.
Note: The City will not conduct a Mandatory Pre -RFQ Response Meeting.
Late Submittals and facsimile submissions will not be considered. The proposer shall bear all costs associated with
the preparation and submission of the Request for Qualifications.
Pursuant to City Code, public notice is hereby given that a "Cone of Silence" is imposed concerning the City's
competitive purchasing process, which generally prohibits communications concerning the RFQ from the time of
advertisement of the RFQ until such time as the City Manager makes a written recommendation to the City
Commission concerning the competitive purchase transaction. Please see the detailed specifications for the
public solicitation for services for a statement fully disclosing the requirements of the "Cone of Silence ".
Pursuant to the City Charter, vendors of the City are required to disclose any campaign contributions to the City
Clerk, and each vendor must do so prior to and as a condition of the award of any City contract to the vendor.
Please see the detailed specifications of this solicitation for further details.
The City of South Miami reserves the right to accept or reject and /or all proposals or parts of proposals, to
workshop or negotiate any and all proposals, to waive irregularities, and to request re- proposals on the required
materials or services, or take any other such actions that may be deemed in the best interest of the City.
RFQ# PW- Q2013 -01
City Branding Design & Services
Page 2 of 60
CITY OF SOUTH MIAMI
RFQ #PW- Q2013 -01
City Branding Design & Services
SECTION # 1
INTRODUCTION
The City of South Miami (the "City "), a municipality located in Miami -Dade County, Florida,
desires to receive qualifications for the selection of a contractor to provide City Branding Design
& Services. The City intends to execute an agreement with a selected Contractor to provide such services.
1. SCHEDULE OF EVENTS
*The City reserves the right to change the scheduled dates and time.
RFQ #P W- Q2013 -01
City Branding Design & Services
Page 3 of 60
Time*
No
Event
Date*
(EST)
Advertisement/ Distribution of RFQ & Cone of
1
silence begins
4/17/2013
4:00 PM
Mandatory Pre -RFQ Meeting
2
6130 Sunset Drive
N/A
N/A
South Miami Florida 33143
3
Deadline to Submit Questions
5/2/2013
2:00 PM
4
Deadline to City Responses to Questions
5/3/2013
4:00 PM
5
Deadline to Submit RFQ- Response
5/7/2013
2:00 PM
6
Evaluation of Qualifications
5/17/2013
5:00 PM
.Announcement of selected Contractors /Cone of
7
Silence ends
5/21/2013
5:00 PM
*The City reserves the right to change the scheduled dates and time.
RFQ #P W- Q2013 -01
City Branding Design & Services
Page 3 of 60
1.1 DEFINED TERMS
Terms used in these Instructions to Proposers are defined and have the meaning assigned to them. The
term "Proposer" means one who submits a proposal directly to the City as distinct from a Sub - Contractor,
who submits a proposal to the Proposer. The term "Successful Proposer" means the best, qualified,
responsible and responsive Proposer to whom the City (on the basis of City's evaluation as hereinafter
provided) makes an award. The term "City" refers to the City of South Miami, a municipal corporation of
the State of Florida. The term "Proposal Package" includes all items as listed and identified in Section IV.
The term "Contractor" shall mean the individual(s) or firm to whom the award is made or also referred to
as the Successful Proposer. The term "Contractor Administrator" shall mean the City Manager or his
designee.
4k"14[L11
The following instructions are given for the purpose of guiding Proposers in properly preparing their
proposals. These instructions have equal force and weight with other portions of the specifications and
strict compliance is required with all the provisions contained herein.
3. RFQ REQUIREMENTS
3.1 Scope of Services Proposed
Clearly describe how contractor will perform the scope of services proposed including a work plan
including an explanation of methodology to be followed to perform the services required of this
proposal.
3.2 Proposer Qualifications
This section of the proposal should give a description of the proposer, including the size, range of
activities, and number of years of relative experience with large accounts. Particular emphasis
should be given as to how the firm -wide experience and expertise in this type of project will be
brought to bear on the proposed project. This section must also identify the contact person and
telephone number.
The contractor must be in business a minimum of five (5) consecutive years, and
Completed a minimum of four (4) projects which are similar in scope for and within a municipality,
county government or the private sector. Samples of prior similar work must be submitted, and
the contractor must include a listing of hourly rates and schedules for services provided.
3.3 Proposal Package
All proposals shall be submitted on the City provided Proposal Package forms. Failure to do so
may cause the proposal to be rejected. All blanks on the proposal forms must be completed. For
further information as to the Instructions to Proposers or the Proposal Package contact Steven
Kulick, Purchasing Manager at (305) 663 -6339 or Email: skulick @southmiamifl.eov
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 4 of 60
3.4 Acknowledgment of Agreement Terms
An acknowledgement of the acceptance of the terms of the Agreement should be included as a
part of Proposal. Any exceptions to terms of this Agreement should be included in the exceptions
section of the Proposal.
4. MANDATORY PRE - PROPOSAL CONFERENCE AND SITE INSPECTION
The City will not conduct a mandatory Pre - proposal meeting.
5. SUBMISSION OF PROPOSAL
One (1) original and nine (9) copies of the Proposal shall be submitted no later than
Tuesday, May 7, 2013 at 2:00 PM to the Office of the City Clerk, City Hall 6130 Sunset Drive., South Miami,
Florida 33143, in a sealed envelope which must be plainly marked on the outside:
City Branding Design & Services
RFQ #PW- Q2013 -01
City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
Proposals will be publicly opened and read. All Proposers and their representative are invited to be
present.
Proposals shall be typed or printed in ink. Use of erasable ink is not permitted. All blanks on the proposal
form(s) must be completed. Names must be typed or printed below the signature. Facsimile proposals
will not be accepted.
It shall be the sole responsibility of the Proposer to ensure that the sealed proposal is submitted by the
time and date specified. Any proposal received after the appointed time, whether by mail or otherwise,
shall not be accepted under any circumstances. Such proposals will be returned to the vendor unopened.
Any uncertainty regarding the time a proposal is received shall be resolved against the Proposer.
Only one (1) proposal from any individual, firm, partnership, or corporation, under the same or different
names, will be considered. If the City determines that any Proposer has interest in more than one (1)
proposal for work contemplated; all proposals in which such a Proposer is interested will be rejected.
Proposer by submitting this proposal certifies that this proposal is made without previous understanding,
agreement or connection with any person, firm or corporation making a proposal for the same material,
supplies, equipment or services and is in all respects, fair and without collusion of fraud.
6. POINT OF CONTACT
Any inquiries concerning clarifications of solicitation or for additional information shall be submitted in
writing to Steven P. Kulick, Purchasing Manager at (305) 663 -4346 (Fax) or Email:
skulick @southmiamifl.eov on or before Thursday May 2. 2013 at 2:00 PM. The City shall not be
responsible for oral interpretations given by any City employee or its representative.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 5 of 60
7. EVALUATION METHOD AND CRITERIA
Proposals will be evaluated in accordance with weighted criteria listed below:
Maximum Points
Scope of Services / Plan (as below)
Proposer Qualifications
References (Relevant experience)
These weighted criteria are provided to assist the Proposers in the allocation of their time and efforts
during the submission process. The criteria also guide the Selection Committee during the short - listing
and final ranking of Proposers by establishing a general frame work for those deliberations.
Short listed proposals may be selected for an interview prior to a recommendation being presented to the
City Commission. As the best interest of the City may require, the right is reserved to reject any and all
proposals or waive any minor irregularity or technicality in proposals received. The City will determine
which Proposers are "responsible and responsive ".
8. DESCRIPTION OF EVALUATION CRITERIA (S):
PROPOSER QUALIFICATION (40 POINTS): Each proposer shall give a description of the firm, including the
size, range of activities, and the number of years with relative experience with governmental accounts.
Particular emphasis should be given as to how the firm -wide experience and expertise in this type of
project will be brought to bear on the proposed project. The firm should also submit proof of insurance as
a part of the qualifications portion of their proposal.
SCOPE OF SERVICES (30 POINTS): Each proposer will be evaluated on their approach on how the scope of
services will be met and the operational plan. A work plan including an explanation of methodology to be
followed to perform the services required in the proposal. Information regarding the level of staff to be
assigned to contract must also be included.
REFERENCES (Relevant Experience) (30 POINTS): As part of the proposal evaluation process, the City will
conduct an investigation of references, including a record check or consumer reviews and complaints.
Proposer's submission of a proposal constitutes acknowledgment of the process and consent to
investigate. The City is the sole judge in determining Proposers qualifications.
The City may require short- listed Proposer's to perform an oral presentation in support of their Proposal
or to exhibit or otherwise demonstrate the information contained therein. This presentation or
demonstration may be performed before the Selection Committee or the City Manager. If required,
Proposers will be notified in writing prior to the date of such a presentation.
9. CLARIFICATION AND ADDENDUM(S)
If any person contemplating submitting a proposal under this RFQ is in doubt as to the true meaning of
the specifications or other documents or any part thereof, the proposer must submit to the City of South
Miami, City Clerk on or before Thursday May 2. 2013 at 2:00 P.M., a request for clarification via fax (305)
RFQ #P W- Q2013 -01
City Branding Design & Services
Page 6 of 60
663 -6346 or Email: skulick @southmiamifl.go_v. All such requests for clarification must be made in writing
and the person submitting the request will be responsible for its timely delivery.
Any interpretation of the RFQ if made, will be made only by Addendum duly issued by the City of South
Miami, Purchasing Department. A copy of such Addendum will be posted on the City's website under
Solicitations /Bid Postings. However, it is the bidder's responsibility to ensure that it has received and
reviewed all addenda prior to submitting the bid and the City shall not be responsible for failure to send
addenda to bidders receiving the RFQ. Proposers should acknowledge receipt of all addenda in the space
designated on the proposal form. In the event of conflict with the original Contract Documents, addenda
shall govern all other Contract Documents to the extent specified. Subsequent addenda shall govern over
prior addendum only to the extent specified.
10. ACCEPTANCE OR REJECTION OF PROPOSALS
All proposals submitted shall be valid for a period of forty -five (45) calendar days from the day of the
proposal opening. However, any proposal may be withdrawn up until the time set for proposal opening.
Any proposals not so withdrawn shall upon opening, constitute an irrevocable offer for goods and services
until accepted by the City Commission's Award.
Reasonable efforts will be made to either award the Contract(s) or reject all proposals within forty -five
(45) calendar days after proposal opening date. A Proposer may not withdraw his proposal before the
expiration of forty -five (45) days from the date of proposal opening. A Proposer may withdraw his
proposal after the expiration of forty -five (45) days from the date of proposal opening by delivering
written notice of withdrawal to the City Manager's Office prior to award of contract by the City of South
Miami Commission.
The City of South Miami reserves the right to accept or reject any and /or all proposals or parts of
proposals, to waive any informality, irregularities, or technicalities, to re- advertise for proposals, or take
any other actions that may be deemed to be in the best interests of the City. The City also reserves the
right to award the Contract on a split order basis, group by group, or item by item, or such combination as
will best serve the interests of the City, unless otherwise stated. The City also reserves the right to waive
minor variations to the specifications (interpretation of such to be made by the applicable department
personnel). Final determination and award of contract(s) shall be made by the City Commission. In
addition, each proposer agrees to waive any claim it has or may have against the City and the respective
employees, arising out of or in connection with the administration, evaluation, or recommendation of any
proposal.
11. AWARD OF CONTRACT
Once the proposals are opened, a Selection Committee will evaluate the proposals and a recommendation
will then be presented to the City Manager.
The Contract will be awarded only to a responsible Proposer(s) licensed, and qualified by experience to do
the work specified. The Proposer shall submit, prior to award of Contract, satisfactory evidence of his
experience in similar work and that he is fully prepared with the necessary organization, capital, and
equipment to complete the scope of work. Proposer shall be insured, licensed and certified by all
applicable local, county and state agencies.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 7 of 60
The Proposer warrants to the City that it is not insolvent, it is not in bankruptcy proceedings or
receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or
administrative proceedings or investigations of any kind which would have an adverse effect on its ability
to perform its obligations under the Contract.
This signed proposal is considered an offer on the part of the Proposer, which offer shall be considered
accepted upon approval by the City Commission. Within five (5) business days after receiving Notice of
Award the Successful Proposer shall submit a revised Certificate of Insurance naming the City of South
Miami as additional insured for all liability policies.
The award is subject to the provisions of Chapter 112, Florida Statutes. Proposers must disclose with their
proposal, the name of any officer, director, partner, proprietor, associate or agent who is also a public
officer or employee of the City or any of its agencies. Further, all Proposers must disclose the name of any
public officer or employee of the City who owns, directly or indirectly, an interest of five percent (5%) or
more in the Officer's firm or any of its branches or affiliate companies.
12. CONTRACT PERIOD
This Agreement shall be effective upon execution by both parties and shall continue for a term of One 1
Year. At its sole discretion, the City may extend the Term of the contract in the event the contract has
provided just cause for an extension. This extension may be exercised at the sole discretion of the City
Manager. Such extension shall be effective upon receipt of a written notice from the City Manager to the
Contractor received no later than 30 days prior to the date of termination.
13. PERMITS, FEES AND NOTICES
The Successful Proposer shall at his own expense obtain all necessary permits, pay all licenses, fees and
taxes, required to comply with all local ordinances, state and federal laws, rules and regulations applicable
to business to be carried on under this Contract.
All county, state or federal fees and permits shall be applied for and paid by the Proposer as necessary.
Proposer must provide City with copy(s) of valid licensing by state /county agency for this type of work.
It is the Proposers responsibility to have and maintain appropriate Certificate(s) of Competency and
submit state registration (if required) for the work to be performed and valid for the jurisdiction in which
the work is to be performed for all persons (including subcontractors) working on the project for whom a
Certificate of Competency is required.
14. NEGOTIATIONS
The City reserves the right to enter into Contract negotiations with the selected Proposer. If the City and
the selected Proposer cannot negotiate a successful contract, the City may terminate such negotiations
and begin negotiations with the next selected Proposer, reject all proposals or re- advertise the contract.
No Proposer shall have any rights against the City arising from such negotiations.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 8 of 60
15. LAWS /ORDINANCES
The Proposer shall observe and comply with all federal, state, local and municipal laws, ordinances, rules
and regulations that would apply to this Contract. Failure to familiarize himself /herself with applicable
laws will in no way relieve him /her from responsibility.
16. ERRORS AND OMISSIONS
The City is not required to accept any request by any Proposer to correct errors or omissions in any
calculations or price, after proposal is submitted. Proposals which are incomplete, unbalanced,
conditional or obscure or which contain additions not called for, erasures, alterations, or irregularities of
any kind or which do not comply with the request for proposals and Instructions to Proposers may be
rejected at the option of the City. The City does, however, have the option to waive technicalities and
request further information or clarification.
17. WARRANTIES OF USAGE
No warranty is given or implied by the City as to any components listed in this Request for Proposals and
are considered to be estimates for the purpose of information only. The City reserves the right to accept
all or any part of the proposal and to increase or decrease locations of Proposers proposal to meet
additional or reduced requirements of the City.
18. ASSIGNMENT
Neither party to the Contract shall assign the Contract or subcontract it as a whole without the written
consent of the other, nor shall the Contractor assign any monies due or to become due to him, without
the previous written consent of the City Manager or his designee.
19. COLLUSION
The Proposer certifies that its proposal is made without previous understanding, agreement, or
connection either with any previous firms or corporations offering a proposal for the same items, or with
the City . The Proposer also certifies that its proposal is in all respects fair, without outside control,
collusion, fraud, or otherwise illegal action.
20. CONE OF SILENCE
Notwithstanding any other provision of these specifications, the provisions of City "Cone of Silence" are
applicable to this transaction. The entirety of these provisions can be found in the Miami -Dade County
Code Cone of Silence Ordinance No 98 -106, Part III, Chapter 2, Article I- In General Sec 2 -11.1 (t) and may
be amended by the County. The "Cone of Silence," as used herein, means a prohibition on any
communication regarding a particular Request for Proposal ( "RFP "), Request for Qualification ( "RFQ ") or
bid, between:
A potential vendor, service provider, proposer, bidder, lobbyist, or consultant; and
The City Commission , City's professional staff including, but not limited to, the City Manager and
his or her staff, any member of the City's selection or evaluation committee.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 9 of 60
The Cone of Silence shall be imposed upon each RFQ, RFP and bid after the advertisement of said RFQ,
RFP, or bid. The Cone of Silence shall terminate at the beginning of the City Commission meeting at which
time the City Manager makes his or her written recommendation to the City Commission . However, if
the City Commission refers the Manager's recommendation back to the Manager or staff for further
review, the Cone of Silence shall be re- imposed until the meeting at which the Manager's subsequent
recommendation is before the City Commission .
The Cone of Silence shall not apply to:
1) oral communications at pre -bid conferences;
2) oral presentations before selection or evaluation committees;
3) public presentations made to the City Commission during any duly noticed public
meeting;
4) communication in writing at any time with any City employee, unless specifically
prohibited by the applicable RFQ, RFP or bid documents. The bidder or proposer shall file
a copy of any written communication with the City Clerk . The City Clerk shall make
copies available to any person upon request;
5) communications regarding a particular RFQ, RFP or bid between a potential vendor,
service provider, proposer, bidder, lobbyist or consultant and the City's Purchasing Agent
or City employee designated responsible for administering the procurement process for
such RFQ, RFP or bid, provided the communication is limited strictly to matters of process
or procedure already contained in the corresponding solicitation document;
6) communications with the City Attorney and his or her staff;
7) duly noticed site visits to determine the competency of proposers regarding a particular
bid during the time period between the opening of bids and the time the City Manager
makes his or her written recommendation;
8) any emergency procurement of goods or services pursuant to City Code;
9) responses to the City's request for clarification or additional information;
10) contract negotiations during any duly noticed public meeting;
11) communications to enable City staff to seek and obtain industry comment or perform
market research, provided all communications related thereto between a potential
vendor, service provider, proposer, bidder, lobbyist, or consultant and any member of the
City's professional staff including, but not limited to, the City Manager and his or her staff
are in writing or are made at a duly noticed public meeting.
Note: It is the responsibility of the proposer to be familiar with the Cone of Silence Ordinance.
Violation of the Cone of Silence by a particular bidder or proposer shall render any RFQ award, RFP award
or bid award to said bidder or proposer voidable by the City Commission and /or City Manager.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 10 of 60
21. CAMPAIGN FINANCE RESTRICTIONS ON VENDORS
Vendors of the City are required to disclose any campaign contributions to the City Clerk , and each
vendor must do so prior to and as a condition of the award of any City contract to the vendor.
21.1 VENDORS' CAMPAIGN CONTRIBUTION DISCLOSURE
1. General requirements:
(A) Any vendor required to disclose campaign contributions pursuant to the Charter of the City of
South Miami , as may be amended, shall file a written disclosure with the City Clerk , stating all
contributions made that were accepted by an elected official, the official to whom they were made
and the date they were made. The City Clerk may develop a form to be used by vendors for such
disclosure.
(B) The disclosure shall be filed prior to and as a condition of the award of any City contract to the
Vendor.
(C) The City Clerk shall inform the Commission of any disclosures which were made in relation to any
items before the Commission prior to the hearing on the item or prior to the award of the contract.
(D) If an existing vendor makes a contribution the vendor must report the same to the clerk within
ten (10) days of its acceptance or prior to being awarded any additional contract or renewal,
whichever occurs first.
(E) The City Clerk shall file a quarterly report with the Commission, which lists all the vendor
disclosures in the quarter.
2. Disqualification
(A) As per Section 7.6 of the City Charter, if a Vendor of products or services who directly or through
a member of the person's immediate family or through a political action committee or through any
other person makes a campaign contribution to a City candidate and fails to disclose it then
he /she /it shall be barred from selling any product or service to the City for a period of two years
following the swearing in of the subject elected official.
22. LOBBYIST REGISTRATION
Proposers must also comply with all City Charter sections and Code Provisions that pertain to lobbyists,
including Section 7.6 of the City Charter and implementing ordinance(s), including Sec. 2 -11(s) of the City
Code and Ordinance 07 -02. Please contact the City Clerk at (305) 663 -6340 for additional information.
Proposers shall complete a "Lobbyist Registration for Oral Presentation" form and all persons listed
thereon shall be considered to be registered only for the purposes of the oral presentation, if any.
Lobbyists are required to register and pay applicable fees prior to engaging in any other lobbying activity.
END OF SECTION
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 11 of 60
SECTION II
SPECIAL CONDITIONS
1. INSURANCE REQUIREMENTS
Throughout the term of this Contract, Successful Proposer and /or any and all subcontractors or anyone
directly or indirectly employed by either of them shall maintain in force at their own expense, insurance as
follows:
1.1 Workers' Compensation
Statutory Limits of coverage to apply for all employees in compliance with all applicable State of
Florida and federal laws. The policy must include Employers Liability with a limit of $500,000 each
accident.
1.2 General Liability
Commercial General Liability insurance with limits not less than $1,000,000 each occurrence
combined single limit for Bodily Injury and Property Damage including coverage for contractual
liability, personal injury, broad form property damage, products and completed operations. This
policy of insurance shall be written in an "occurrence" based format.
1.3 Automobile Liability
Comprehensive or Business Automobile Liability insurance with limits not less than $1,000,000
each occurrence combined single limit for Bodily Injury and Property Damage including coverage's
for owned, hired, and non -owned vehicles and /or equipment as applicable. This policy of
insurance shall be written in an "occurrence" based format.
1.4 General
Should any of the required insurance be provided under a form of coverage that includes a
general annual aggregate limit and provides that claims investigation or legal defense costs be
included in such general annual aggregate limit, such general annual aggregate limit shall be
double the occurrence limits specified above.
Should any required insurance lapse during the Contract term, requests for payments originating
after such lapse shall not be processed until the City receives satisfactory evidence of reinstated
coverage as required by this Contract, effective as of the lapse date. If insurance is not reinstated,
City may, at their sole option terminate this Agreement effective on the date of such lapse of
insurance.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 12 of 60
Liability policies shall be endorsed to provide the following:
a) Name as additional insured the City of South Miami and its Officers, Agents,
Employees and Commission Members.
b) That such insurance is primary to any other insurance available to the additional
insured with respect to claims covered under the policy and that insurance applies
separately to each insured against whom claims are made or suit is brought, but the
inclusion of more than one insured shall not operate to increase the insurer's limit of
liability.
All policies shall be endorsed to provide thirty (30) days prior written notice of cancellation, non -
renewal or reduction in coverage or limits to:
City of South Miami
Attention: City Clerk's Office
6130 Sunset Drive
South Miami, Florida 33189
The issuing agency shall include full name, address and telephone number in each insurance
certificate issued.
Certificates of Insurance, in form and evidencing all required insurance and endorsements, shall
be submitted with the Proposers Proposal Package. If Proposer is Successful Proposer, then prior
to commencement of Contract, Proposer must submit revised Certificate of Insurance naming the
City of South Miami as additional insured for all liability policies.
1.5 Insurance Company and Agent
All insurance policies herein required of the Successful Proposer shall be written by a company
with a A.M. Best rating of AB or better that is duly authorized and licensed to do business in the
State of Florida and shall be executed by agents, thereof that are duly licensed as agents in said
state.
2. SAFETY
"The Successful Proposer shall be solely and completely responsible for conditions of the job site,
including safety of all persons (including employees) and property during performance of the
work. This requirement shall apply continuously and not be limited to normal working hours. Job
site safety provisions shall conform to U.S. Department of Labor (OSHA) standards and all other
applicable federal, state, county, and local laws, ordinances, codes, and regulations. The
Successful Proposer's failure to thoroughly familiarize himself with the aforementioned safety
provisions shall not relieve him from compliance with the obligations and penalties set forth
therein.
The City reserves the right, but is not obligated to make safety inspections at any time the
Successful Proposer is on City property and to ensure safety rules are not being violated.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 13 of 60
To the extent applicable, the Successful Proposer must also comply with Chapter 487, Florida
Statutes. Any items which are delivered from an Agreement resulting from this Proposal must be
accompanied by a Material Safety Data Sheets (MSDS). The MSDS sheets must be maintained by
the user agency and consist of written, electronic, or printed material concerning an agricultural
pesticide that sets forth the following information:
a) The chemical name and the common name of the agricultural pesticide.
b) The hazards or other risks in the use of the agricultural pesticide, including:
1. The potential for fire, explosions, corrosiveness, and reactivity.
2. The known acute health effects and chronic health effects of exposure to the agricultural
pesticide, including those medical conditions that are generally recognized as being
aggravated by exposure to the agricultural pesticide.
3. The primary routes of entry and symptoms of overexposure.
a) The proper handling practices, necessary personal protective equipment, and other
proper or necessary safety precautions in circumstances that involve the use of or
exposure to the agricultural pesticide, including appropriate emergency treatment in
case of overexposure.
b) The emergency procedures for spills, fire, disposal, and first aid.
c) A description of the known specific potential health risks posed by the agricultural
pesticide, which is written in lay terms and is intended to alert any person who reads
the information.
d) The year and month, if available, that the information was compiled and the name,
address, and emergency telephone number of the manufacturer responsible for
preparing the information.
2.1 Occupational Health and Safety
In compliance with Chapter 442, Florida Statutes, any items included in the latest edition of
"Florida Substance List" which are delivered from a Contract resulting from this Proposal must be
accompanied by a Material Safety Data Sheets (MSDS) The MSDS sheets must be maintained by
the user agency and must include the following information:
a) The chemical name and the common name of the toxic substance.
b) The hazards or other risks in the use of the toxic substance, including:
1. The potential for fire, explosion, corrosiveness, and reactivity;
2. The known acute and chronic health effects of risks from exposure, including the
medical conditions which are generally recognized as being aggravated by
exposure to the toxic substance; and
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 14 of 60
3. The primary routes of entry and symptoms of overexposure.
c) The proper precautions, handling practices, necessary personal protective equipment,
and other safety precautions in the use of or ,exposure to the toxic substances,
including appropriate emergency treatment in case of overexposure.
d) The emergency procedure for spill, fire, disposal, and first aid.
e) A description in lay terms of the known specific potential health risks posed by the
toxic substances intended to alert any person reading this information.
f) The year and month, if available, that the information was compiled and the name,
address, and the emergency telephone number of the manufacturer responsible for
preparing the information.
ALL TOXIC SUBSTANCES MUST BE LABELED FOR IDENTIFICATION IN ACCORDANCE
WITH OSHA STANDARDS.
3. CARE AND SAFETY
The Contractor shall exercise the greatest of caution and care in servicing each site so as not to be
or create a hazard which may affect the health, safety and welfare of users of the site or those
surrounding, abutting or passing, and so as not to cause or inflict damage to any portion of the
site and the area abutting and surrounding. The Contractor shall be responsible for all damages to
persons and /or property occurring in the course of or resulting from his work, and shall be
responsible for all repair, restoration, replacement and /or restitution for said damages at the
Contractor's sole expense.
4. SUB- CONTRACTORS
4.1 Sub - Contractors Terms
The Contractor agrees to bind specifically every sub - contractor to the applicable terms and
conditions of the Contract Documents for the benefit of the City .
4.2 Sub- Contractors Agreement
Written approval by the City Manager or his designee will be required, prior to hiring any
subcontractor. All work performed for the Contractor by a sub - contractor shall be pursuant to an
appropriate agreement between the Contractor and the Sub - contractor.
S. PUBLIC ENTITY CRIMES STATEMENT
A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a proposal on a contract with a public entity for the construction or repair
of a public building or public work, may not submit proposals on leases of real property to a public
entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 15 of 60
consultant under a contract with any public entity and may not transact business with any public
entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a
period of 36 months from the date of being placed on the convicted vendor list.
6. DRUG -FREE WORKPLACE PROGRAMS
Preference shall be given to businesses with Drug -Free Workplace programs. Whenever two or
more proposals which are equal with respect to price, quality and service are received by the City
for the procurement of commodities or contractual services, a proposal received from a business
that completes the attached Drug -Free Workplace form certifying that it is a Drug -Free Workplace
shall be given preference in the award process.
7. RELATED PARTIES TRANSACTION VERIFICATION AND CITY CODE OF ETHICS
Proposers shall submit the "Related Parties Transaction Verification Form. The form affirms the
proposer is familiar with the City of South Miami Code of Ethics, Section 8A -1 of the City Code of
Ordinances and shall disclose any violations of the Code as referenced and detailed in the Form.
9. INSPECTION, DIRECTION, AND PAYMENT
9.1 Direction
The work will be conducted under the general direction of the City Manager or his designee, and
is subject to inspection by his appointed inspectors to insure compliance with the terms of the
Contract. Changes to any provision of the specifications without written authorization of the City
Manager or his designee nor shall the presence of an inspector relieve the Contractor from any
requirements of the Contract.
9.2 Payment
Contractor shall submit invoices on or about the first of each month for work completed in the
previous month under provision of this Contract. Invoices will be verified by checking them
against Landscape Maintenance Report forms that were approved for payment during the time
period being invoiced. The City shall pay the Contractor pursuant to the Florida Prompt Payment
Act.
END OF SECTION
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 16 of 60
SECTION III
DETAILED REQUIREMENTS
SCOPE OF SERVICES
The City of South Miami is requesting interested parties to submit qualifications to develop a new
municipal branding standards and guidelines. This will be a succinct, clear language, foundational
document for the City, enabling Administration to work towards brand standardization and integration
across a variety of mediums. With increased growth and development occurring within the municipality
and larger region, the appearance and exposure of the City of South Miami corporate brand must be
professional and consistent. The Proposed Adopted Budget for Branding Standards and Guidelines for
fiscal year2013 is $20,000. The branding standards and guidelines will consist of, but not limited to:
Phase I: FY 2013
1.1 Branding Strategy
The primary focus of this project is the development of a Branding Strategy for the City of South
Miami. The Branding Strategy will include, but is not limited to; the development of a logo for the
City. The City of South Miami logo is currently the heart of its visual identity. Discuss the
components of this visual mark and how the Branding Strategy works together with the logo,
including color specifications, sizes and additional uses. The current City Seal will remain the
same and is not affected or altered as a result of the City Branding and Deslign Proieet.
After a review of the qualifications and ranking of submittals received, the City Manager will
recommend a single vendor /firm to the City Commission for City Branding and Design Services.
Once a vendor /firm has been selected, the awarded vendor will develop and present a new City
logo to the City Manager within thirty -days (30) of executing the Agreement. The City Manager
will recommend the new logo and the accompanying "Branding Strategy" to the City Commission
for approval.
Phase II: FY 2013, or as the current City Budget Allows
1.2 Introduction to the Brand
Provide an introduction to the Branding Standards and Guidelines. Primary target audiences
include City Administration /Staff and related media /print /publication agencies who may access
the brand; secondary target audiences include local residents and businesses. Visitor /tourism
audiences and potential residents /businesses round out the target audience list.
1.3 Typography
Provide guidance regarding approved typography. Describe why the correct use of typography is
important with examples of usage.
1.4 Photography /Pattern /Illustration Usage
As imagery plays an important role within print and online materials, provide guidelines around
developing appropriate photographic imagery for the City and provide examples of correct and
incorrect usage of images.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 17 of 60
1.5 Stationary
The logo will be used on letterhead, envelopes, business cards, corporate reports, memorandum,
facsimile sheets, media releases, name tags, and other stationary items.
1.6 Website design
The City of South Miami will be updating its website in the near future. To ensure a common look
and feel carries into any website redevelopment, provide website design examples that intergrate
the City's visual identity.
1.7 Other uses
The logo will also be displayed on the City street signage, welcome signs and throughout other
areas within the City.
Note., Designs, Drawings, Detailed S eeifications Rlans and Brandiniz Strategies
Designs, drawings, detailed specifications, plans and branding strategies; including colors,
materials, etc.; developed by the awarded vendor for the City, shall become the property of the
City and shall be provided to the City upon request.
END OF SECTION
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 18 of 60
ti
SECTION IV
PROPOSALPACKAGE
City Branding Design & Services
QUALIFICATIONS ARE DUE ON OR BEFORE:
Tuesday, May 7, 2013 @ 2:00 PM
TO: CITY HALL
OFFICE OF THE CITY CLERK
6130 Sunset Drive
South Miami, Florida 33143
THIS RFQ SUBMITTED BY:
COMPANY NAME: The Weinbach Group, Inc.
ADDRESS: Plaza 57, 7301 Southwest 57th Ct„ Suite 550, Miami, FL 33143
TELEPHONE: 668 -0070 FAX #: ( 305) 668 -3029
EMAIL: dweinbach(cDweinbachgroup.com
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 19 of 60
SECTION IV
RFQ REQUIREMENTS CHECKLIST
RFQ #PW- Q2013 -01
Proposer has attached all documents listed in the checklist as provided and any other pertinent information.
Section 1.01 CHECK LIST
Bid Package: One (1) original and Nine (9) copies
Proposal Confirmation
Scope of Services /Plan
Proposer's Qualifications
Proposer's References
Indemnification Clause
Non - Collusive Affidavit
Drug -Free Workplace Form
Sworn Statement on Public Entity Crimes
Related Party Transaction Verification Form
Exception to the Request for Proposals
Addendum Acknowledgement Form
Anti - Kickback Affidavit
Proof of Insurance
Contract /Agreement
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 28 of 60
FORMS ATTACHED
Yes No
Yes No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes No
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
PROPOSAL CONFIRMATION
In accordance with the requirements to provide City Branding Design & Services , RFQ #PW- Q2013 -01, the
undersigned submits the attached proposal.
Proposer has examined the site and locality where the work is to be performed and is fully aware of the scope of
work based on these requirements, the legal requirements (federal, state and local laws, ordinances, rules and
regulations) and the conditions affecting cost, progress or performance of the work and has made such
independent investigation as Proposer deems necessary.
This proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation; Proposer has not directly or indirectly induced or solicited any other Proposer to
submit a false or sham proposal; Proposer has not solicited or induced any person; firm or a corporation to refrain
from proposing and Proposer has not sought by collusion to obtain for himself any advantage over any other
Proposer or over Owner.
The Proposer shall acknowledge this Proposal by signing and completing the spaces provided. I hereby submit
this Proposal Package for City Branding Design & Services), RFQ #PW- Q2013 -01 to the City of South Miami with
the full understanding of the Request for Qualifications, General and Special Conditions and Detail Requirements
and the entire Proposal Package.
Daniel Weinbach
Proposer's Name
State of:
County of: Miami -Dade
6 7 /Zo/ 3
Date
The foregoing instrument was acknowledged before me this -1 day of 2013, by
Daniel Weinbach , who is (who are) personally known to me or who has produced
1115 o�� (09-0 —U as identification and who did (did not) take an oath.
No !Ic 5ignature , ,� %I%gWAP�
WGOMMiSSION # EE 03372N
Notary Name, Printed, Typed or Stamped EXPIRES: Ociober25,2014
Commission Number: ss;
SDnded ThW NOWY �bikUademdWs
My Commission Expires:
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 29 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
QUALIFICATIONS
This section of the proposal should give a description of the firm, including the size, range of activities, and the
number of years with relative experience with large accounts Particular emphasis should be given as to how the
firm -wide experience project will be brought to bear on the proposed project.
This section must also identify the contact person and telephone number.
Please see attached document.
Note: Additional sheets may be attached if necessary.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 30 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW -Q 2013 -01
QUALIFICATIONS (CONTINUED)
NOTE. This statement of Proposers Qualifications must be completely filled out, properly executed and returned
as part of your proposal.
1. List the true, exact and proper names of the company, partnership, corporation, trade or fictitious name
under which you do business and principals by name and titles:
Name of Company: The Weinbach Group, Inc.
Address: 7301 SW 57th CT, Suite 550, South Miami, FL 33.143
Principals: Daniel Weinbach
N. Phillip Weinbach
Titles: Executive Vice President & Chief Operating Officer
Chief Operating Officer
2. a. Are you licensed, as may be required, in the designated area(s) of Miami -Dade County, Florida?
Yes X No
b. List Principals Licensed:
Name(s): Daniel Weinbach
Remarks: None.
Title: Executive Vice President & Chief Operating Officer
How long has your company been in business and so licensed? Since 1988.
4. If Proposer is an individual or a partnership, answer the following: (NIA)
a. Date of organization:
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 31 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
QUALIFICATIONS (CONTINUED)
b. Name, address and ownership units of all partners:
NL
C. State whether general or limited partnership:
if Proposer is other than an individual, corporation or partnership, describe the organization and give the
name and address of principals.
5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious
Name Statute. (N /A)
6. How many years has your organization been in business under its present business name?
25
a. Under what other former names has your organization operated?
None
7. a. Has your company ever failed to complete a bonded obligation or to complete a Contract?
Yes No X
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 32 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW -Q 2013 -01
PROPOSER'S QUALIFICATIONS (CONTINUED)
If so, give particulars including circumstances, where and when, name of bonding company, name and
address of owner and disposition of matter:
(N /A)
8. a. List the pertinent experience of the key individuals of your organization (continue on insert sheet,
if necessary).
Please see attached document.
b. State the name of the individual(s) and titles that will have personal supervision of the work:
Daniel Weinbach, Executive Vice President & Chief Operating Officer
Alex Madeja, Manager of Client Services
Jovan Villalba, Senior Art Director & Studio
9. List name and title of persons in your company who are authorized to enter into a Contract with the CITY
OF SOUTH MIAMI , Florida for the proposed work should your company be the Successful Proposer.
Name Daniel Weinbach
Title Executive Vice President & Chief Operating Officer
Phone #: (305) 668 -0070
Email: deinbach@weinbachgroup.com
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 33 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
QUALIFICATIONS (CONTINUED)
The undersigned guarantees the authenticity of the foregoing statements and does hereby authorize and request
any person, firm or corporation to furnish any information requested by the CITY OF SOUTH MIAMI , Florida to
verification of the recitals comprising this statement of the Proposers qualifications. DISCOVERY OF ANY
OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE PROPOSERS QUALIFICATIONS TO PERFORM
UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL AND IF AFTER THE AWARD TO
CANCEL AND TERMINATE THE AWARD AND /OR CONTRACT.
Date: 71 r
The Weinbach Group, Inc.
Company
Daniel Weinbach
Print Name
Chief Operating Officer
Title
If Corporation (Seal) If Individual or Partnership, two Witnesses are required:
Witness Witness
Respectfully submitted
(CORPORATE SEAL)
--7�; vli N 4ah-a4 6ev ae
Company - Contractor
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 34 of 60
ATTEST:
Secretary
Witness
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
PROPOSER'S QUALIFICATIONS (CONTINUED)
By
President
Contractor Signature
END OF SECTION
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 35 of 60
(Seal)
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
REFERENCES
The following is a list of at least four (4) references that Proposer has provided similar service in the past five (5)
years. Government agency references are preferred.
1
2
Name of Firm, City, County or Agency: Jackson Health System
Address: 1611 NW 12th Avenue, West Wing #108, Miami, FL 33136
Contact: Matthew Pinzur Title: V.P. /External Affairs Telephone :(305) 585 -7136
Location: South Florida Scope of Work: Full service advertising.
marketing and brand development.
Name of Firm, City, County or Agency: Village of Pinecrest
Address: 8200 S.W. 124th Street, Pinecrest, FL 33156
Contact:Yocelyn Galiano GomezTitle: Village Manager Telephone :( 305) 234 -2110
Location: South Florida
Scope of Work: Brand developement,
promotion.
3. Name of Firm, City, County or Agency: HealthPlan Services
Address: 3501E Frontage Road Tampa FL 33607
Contact: Robin K. Depenbrock Title: VP Mktg & Natl Sales Telephone :(813) 787 -9137
Location:
Tampa, Florida
collateral development.
Scope of Work: Brand development,
4. Name of Firm, City, County or Agency: Femwell Group Health, Inc.
Address: 3225 Aviation Avenue, Suite 700, Miami, FL 33133
Contact: Jennifer Farias
Location: South Florida
Title: Marketing Manager
NOTE: Additional references may be attached and provided.
Telephone : 305 273 -4641 X195
Scope of Work: Brand development.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 36 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RF #PW- Q2013 -01
INDEMNIFICATION CLAUSE
The parties agree that one percent (1 %) of the total compensation paid to Contractor for the work of the
contract shall constitute specific consideration to Contractor for the indemnification to be provided under the
Contractor. The Proposer shall indemnify and hold harmless the City Commission, the CITY OF SOUTH MIAMI ,
and their agents and employees from and against all claims, damages, losses and expenses including attorney's
fees arising out of or resulting from the performance of the work provided that any such claim, damage, loss or
expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible
property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in
part by any negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed
by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in
part by a party indemnified hereunder.
In any and all claims against the Owner, or any of their agents or employees by any employee of the Proposer, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may
be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on
this amount or type of damages compensation or benefits payable by or for the Contractor or any subcontractor
under Worker's Compensation Acts, Disability Benefit Acts or other Employee Benefit Acts. Nothing in this section
shall affect the immunities of the City pursuant to Chapter 768, Florida Statutes.
'7/Daniel Weinbach
Proposer's Name ature Da e
State of: Florida
County of: Miami -Dade
The foregoing instrument was acknowledged before me this day of 2013, by
Daniel Weinbach who is (who are) personally known to a or who has produced
AML ��� "� d as identification and who did (did not) take an oath.
VMANA PELLON —
MY �xi I WN 0 Es� a
B0 T+� N�ery Public Underwr M
Notary Name, Printed, Typed or Stamped
Commission Number:
My Commission Expires:
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 37 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
NON - COLLUSIVE AFFIDAVIT
State of Florida }
} SS:
County of Miami -Dade}
Daniel Weinbach being first duly sworn deposes and says that:
a) He /she is the Officer , (Owner, Partner, Officer, Representative or Agent) of
The Weinhach -,roue, Inc. , the Proposer that has submitted the attached Proposal;
b) He /she is fully informed respecting the preparation and contents of the attached Proposal and of all
pertinent circumstances respecting such Proposal;
c) Such Proposal is genuine and is not collusive or a sham Proposal;
d) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or
parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly
or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in
connection with the Work for which the attached Proposal has been submitted; or to refrain from
proposing in connection with such work; or have in any manner, directly or indirectly, sought by person to
fix the price or prices in the attached Proposal or of any other Proposer, or to fix any overhead, profit, or
cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any
person interested in the proposed work;
e) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its
agents, representatives, owners, employees or parties in interest, including this affiant.
Signed, sealed and delivered
in the presence of:
Witness
Witness (Printed Name)
Chief Operating Officer
(Title)
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 38 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
NON - COLLUSIVE AFFIDAVIT (CONTINUED)
ACKNOWLEDGMENT
State of Florida
) SS:
County of Miami -Dade)
BEFORE ME, the undersigned authority personally appeared Dkk a '_-- V ot-rf A tome
well known and known by me to be rson describe herein and who executed the foregoing Affidavit and
acknowledged to and before me that ecuted said Affidavit for the purpose
therein expressed.
WITNESS, my hand and official seal this _q_ day of a , 2013.
My Corn Vi56n Expires:
VMANA PELLON
MY COMMISSION # EE 037296
EXPIRES: October 25, 2014
Bonded Thru Notary Pubk Urd9iw h9m
atary Public State n Florida at Large
END OF SECTION
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 39 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
DRUG -FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that
The Weinbach Grou Inc. does:
(Name of Business)
1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that
will be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining
a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs,
and the penalties that may be imposed upon employees for drug abuse violations.
3) Give each employee engaged in providing the commodities or contractual services that are under bid a
copy of the statement specified in subsection (1).
4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the
commodities or contractual services that are under bid, the employee will abide by the terms of the
statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of chapter 893 or of any controlled substance law of the United States or any state, for a
violation occurring in the workplace no later than five (5) days after such conviction.
5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation
program if such is available in the employee's community, by any employee who is so convicted.
6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this
section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
Signature
Daniel Weinbach
Print Name
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 40 of 60
- 67 �3
Da
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
SWORN STATEMENT ON PUBLIC ENTITY CRIMES
SECTION 287.133(3) (a), FLORIDA STATUTES
(CONTINUED)
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL
AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted to the City of South Miami
by Daniel Weinbacil Chief Operating Officer
[Print individual's name and title]
for The Weinbach Group, Inc.
[Print name of entity submitting sworn statement]
whose business address is
Plaza 57, 7301 Southwest 57th Court, Suite 550
Miami, FL 33143
and (if applicable) its Federal Employer Identification Number (FEIN) is #65- 0053347
(If the entity has no FEIN, include the Social Security Number of the individual
signing this sworn statement:
2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)9g), Florida Statutes, means a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or the United
States, including, but not limited to, any bid or contract for goods and services to be provided to any
public entity or an agency or political subdivision of any other state or of the United States involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1) (b), Florida Statutes,
means a finding of guilt or a conviction or a public entity crime, with or without an adjudication of guilt, in
any federal or state trial court of record relating to charges brought by indictment or information after
July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 41 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
SWORN STATEMENT ON PUBLIC ENTITY CRIMES (CONTINUED)
SECTION 287.133(3) (a), FLORIDA STATUTES
4. 1 understand than an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means!
a) A predecessor or successor of a person convicted of a public entity crime; or
b) An entity under the control of any natural person who is active in the management of
the entity and who has been convicted of a public entity crime. Te term "affiliate"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate. The ownership
by one person of shares constituting a controlling interest in another person, or a
pooling of equipment or income among persons when not for fair market value under
an arm's length agreement, shall be a prima facie case that one person controls another
person. A person who knowingly enters into a joint venture with a person who has
been convicted of a public entity crime in Florida during the preceding 36 months shall
be considered an affiliate.
5. 1 understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural
person or entity organized under the laws of any state or of the United States with the legal power to
enter into a binding contract and which bids or applies to bid on contracts for the provision of goofs or
services let by a public entity, or which otherwise transacts or applies to transact business with a public
entity. The term "person" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an entity.
6. Based on information and belief, the statement that I have marked below is true in relation to the entity
submitting this sworn statement. [Indicate which statement applies.]
X Neither the entity submitting this sworn statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of
the entity, not any affiliate of the entity, has been charged with and convicted of a public entity
crime subsequent to July 1, 1989.
This entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 42 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
SWORN STATEMENT ON PUBLIC ENTITY CRIMES (CONTINUED)
SECTION 287.133(3) (a), FLORIDA STATUTES
(N /A) the entity submitting this
sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees,
members, or agents who are active in the management of the entity or an affiliate of the entity has been charged
with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent
proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order
entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this
sworn statement on the convicted vendor list. [Attach a copy of the final order]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY
IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND HAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
Daniel Weinbach
Proposer's Name
s Signature
Sworn to and subscribed before me this day of 2013.
Personally known
OR produced identification IFML Notary Public State of Florida at Large
S S ^ `pC VIVIANA n # EE 0
J
1,9 1 _ My commission expire
:. MYOoMMI5SIUNgEEO37296
r x•''!F1l -.8: October 25, 2014
(Type of identification)r� L'ouied fliru Mary Public UndervAilers
(Zated, yped or stamped commissioned
notary public)
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 43 of 60
"RELATED PARTY TRANSACTION VERIFICATION FORM"
I Daniel Weinbach , individualy and on behalf of The Weinbach Gryup,lnc._( "Firm ") have
Name of Representative CompanylVendor /Entity
read the City of South Miami ( "City ")'s Code of Ethics, Section 8A -1 of the City's Code of Ordinances and I hereby
certify, under penalty of perjury that to the best of my knowledge, information and belief:
(1) neither I nor the Firm have any conflict of interest (as defined in section 8A -1) with regard to the
contract or business that I, and /or the Firm, am(are) about to perform for, or to transact with, the
City, and
(2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest
greater than 5% in the Firm, has any relative(s), as defined in section 8A -1, who is an employee of the
City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public
body created by the City Commission, i.e., a board or committee of the City, [while the ethics code
still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly
traded, the statement in this section (2) shall be based solely on the signatory's personal knowledge
and he /she is not required to make an independent investigation as to the relationship of employees
or those who have a financial interest in the Firm]; and
(3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any
member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters)
has transacted or entered into any contract(s) with the City or has a financial interest, direct or
indirect, in any business being transacted with the city, or with any person or agency acting for the
city, other than as follows: (use a separate sheet
to supply additional information that will not fit on this line but make reference to the additional
sheet which must be signed under oath). [while the ethics code still applies, if the person executing
this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section
(3) shall be based solely on the signatory's personal knowledge and he /she is not required to make
an independent investigation as to the relationship of those who have a financial interest in the
Firm]; and
(4) no elected and /or appointed official or employee of the City of South Miami, or any of their
immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial
interest, directly or indirectly, in the contract between you and /or your Firm and the City other than
the following individuals whose interest is set forth following their names:
(use a separate sheet to supply additional
information that will not fit on this line but make reference to the additional sheet which must be
signed under oath). The names of all City employees and that of all elected and /or appointed city
officials or board members, who own, directly or indirectly, an interest of five percent (5 %) or more
of the total assets of capital stock in the firm are as follows: (use
a separate sheet to supply additional information that will not fit on this line but make reference to
the additional sheet which must be signed under oath). [while the ethics code still applies, if the
person executing this form is doing so on behalf of a firm whose stock is publicly traded, the
statement in this section (4) shall be based solely on the signatory's personal knowledge and he /she
is not required to make an independent investigation as to the financial interest in the Firm of city
employees, appointed officials or the immediate family members of elected and /or appointed
official or Employee].
(5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource
which may come to us through our position of trust, or through our performance of our duties
under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for
ourselves, or others. We agree that we may not disclose or use information, not available to
members of the general public, for our personal gain or benefit or for the personal gain or benefit of
any other person or business entity, outside of the normal gain or benefit anticipated through the
performance of the contract.
(6) 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with
the City or any person or agency acting for the City, and that we have not appeared in
representation of any third party before any boc-ird, commission or agency of the City within the past
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 44 of 60
two years other than as follows:
(use a separate sheet to supply
additional information that will not fit on this line but make reference to the additional sheet which
must be signed under oath).
(7) Neither I nor any employees, off
(i.e., as a spouse, son, daughter, p icarentrbrother orosister) is related by blood ior marriage to (i ) any
member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency
of the City other than as follows: {use a separate sheet to supply
additional information that will not fit on this line but make reference to the additional sheet which
must be signed under oath}. [while the ethics code still applies, if the person executing this form is
doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be
based solely on the signatory's personal knowledge and he /she is not required to make an
independent investigation as to the relationship by blood or marriage Apr oee s, oofic ass of the
directors of the Firm, or of any of their immediate family to any appointed
City, or to their immediate family members].
(8) No Other Firma, nor any officers or directors of that Other Firm or anyone who has a financial
interest greater than 5% in that Other Firm, nor any member of those persons' immediate family
(i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family Cit members which
(hereinafter referred to as "Related Parties ") has responded to a solicitation by Y
or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or
any member of those persons' immediate family (i.e. spouse, parents, children, brothers and sisters)
have also responded, other than the following:
(use a separate sheet to supply additional information that
will not fit on this line but make reference to the additional sheet which must be signed under oath).
[while the ethics code still applies, if the person executing this form is doing so on behalf of a firm
whose stock is publicly traded, the statement in this section (8) shall be based solely on the
signatory's personal knowledge and he/she is not required to make an independent investigation
into the Other Firm, or the Firm he /she represents, as to their officers, directors or anyone having a
financial interest in those Firms or any of their any member of those persons' immediate family).
(9) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City
of any change in circumstances that would change our answers to this document. Specifically, after
the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this
verification Form with the name of all Related Parties who have also responded to the same
solicitation and to disclose the relationship of those parties to me and the Firm.
(10 }A violation of the City's Ethics Code, the giving of any false information or the failure to
supplement this Verification Form, may subject me or the Firm to immediate termination of any
by law. Additionally, violations hmay be coins dered by anld subjeict to action by ttheaMiamilDaded
Y
County Commission on Ethics.
Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which I
am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my
knowledge, information and beli ff.
Signature:
Print Name & aniel Weinbach / Chief O eratin Officer
Date:
ATTACHED:
Sec. 8A -1- Conflict of interest and code of ethics ordinance.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 45 of 60
Section 8A -1 CODE OF ETHIC
Sec. 8A -1. - Conflict of interest and code of ethics ordinance.':
(a) Designation. This section shall be designated and known as the "City of South Miami Conflict of
Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined
below, and shall also constitute a standard of ethical conduct and behavior for all autonomous
personnel, quasi - judicial personnel, advisory personnel and departmental personnel. The provisions of
this section shall be applied in a cumulative manner. By way of example, and not as a limitation,
subsections (c) and (d) may be applied to the same contract or transaction.
(b) Definitions. For the purposes of this section the following definitions shall be effective:
(1) The term "commission members" shall refer to the mayor and the members of the city
commission.
(2) The term "autonomous personnel" shall refer to the members of autonomous authorities,
boards and agencies, such as the city community redevelopment agency and the health
facilities authority.
(3) The term "quasi- judicial personnel" shall refer to the members of the planning board, the
environmental review and preservation board, the code enforcement board and such
other individuals, boards and agencies of the city as perform quasi - judicial functions.
(4) The term "advisory personnel" shall refer to the members of those city advisory boards
and agencies whose sole or primary responsibility is to recommend legislation or give
advice to the city commission.
(5) The term "departmental personnel" shall refer to the city clerk, the city manager,
department heads, the city attorney, and all assistants to the city clerk, city manager and
city attorney, however titled.
(6) The term "employees" shall refer to all other personnel employed by the city.
(7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial
benefit conferred, or to be conferred, in return for services rendered or to be rendered.
(8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of
ten percent or more of the outstanding capital stock in any corporation or a direct or
indirect interest of ten percent or more in a firm, partnership, or other business entity at
the time of transacting business with the city.
(9) The term "immediate family" shall refer to the spouse, parents, children, brothers and
sisters of the person involved.
(10) The term "transact any business" shall refer to the purchase or sale by the city of specific
goods or services for consideration and to submitting a bid, a proposal in response to a
RFP, a statement of qualifications in response to a request by the city, or entering into
contract negotiations for the provision on any goods or services, whichever first occurs.
(c) Prohibition on transacting business with the city. No person included in the terms defined in
paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 46 of 60
in which that person or a member of the immediate family has a financial interest, direct or indirect with
the city or any person or agency acting for the city, and any such contract, agreement or business
engagement entered in violation of this subsection shall render the transaction voidable. Willful violation
of this subsection shall constitute malfeasance in office and shall effect forfeiture of office or position.
Nothing in this subsection shall prohibit or make illegal:
(1) The payment of taxes, special assessments or fees for services provided by the city
government;
(2) The purchase of bonds, anticipation notes or other securities that may be issued by the
city through underwriters or directly from time to time.
Waiver of prohibition. The requirements of this subsection may be waived for a particular
transaction only by four affirmative votes of the city commission after public hearing upon finding
that:
(1) An open -to -all sealed competitive proposal has been submitted by a city person as
defined in paragraphs (b)(2), (3) and (4);
(2) The proposal has been submitted by a person or firm offering services within the scope of
the practice of architecture, professional engineering, or registered land surveying, as
defined by the laws of the state and pursuant to the provisions of the Consultants'
Competitive Negotiation Act, and when the proposal has been submitted by a city person
defined in paragraphs (b)(2), (3) and (4);
(3) The property or services to be involved in the proposed transaction are unique and the
city cannot avail itself of such property or services without entering a transaction which
would violate this subsection but for waiver of its requirements; and
(4) That the proposed transaction will be in the best interest of the city.
This subsection shall be applicable only to prospective transactions, and the city commission may
in no case ratify a transaction entered in violation of this subsection.
Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed
to amend or repeal any other law pertaining to the same subject matter.
(d) Further prohibition on transacting business with the city. No person included in the terms defined
in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any
business through a firm, corporation, partnership or business entity in which that person or any member
of the immediate family has a controlling financial interest, direct or indirect, with the city or any person
or agency acting for the city, and any such contract, agreement or business engagement entered in
violation of this subsection shall render the transaction voidable. The remaining provisions of subsection
(c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person
included in the term defined in paragraph (b)(1) shall vote on or participate in any way in any matter
presented to the city commission if that person has any of the following relationships with any of the
persons or entities which would be or might be directly or indirectly affected by any action of the city
commission:
(1) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 47 of 60
(2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter
would affect the person defined in paragraph (b)(1) in a manner distinct from the manner
in which it would affect the public generally. Any person included in the term defined in
paragraph (b)(1) who has any of the specified relationships or who would or might,
directly or indirectly, realize a profit by the action of the city commission shall not vote on
or participate in any way in the matter.
(e) Gifts.
(1) Definition. The term "gift" shall refer to the transfer of anything of economic value,
whether in the form of money, service, loan, travel, entertainment, hospitality, item or
promise, or in any other form, without adequate and lawful consideration.
(2) Exceptions. The provisions of paragraph (e)(1) shall not apply to:
a. Political contributions specifically authorized by state law;
b. Gifts from relatives or members of one's household, unless the person is
a conduit on behalf of a third party to the delivery of a gift that is
prohibited under paragraph (3);
C. Awards for professional or civic achievement;
d. Material such as books, reports, periodicals or pamphlets which are solely
informational or of an advertising nature.
(3) Prohibitions. A person described in paragraphs (b)(1) through (6) shall neither solicit nor
demand any gift. It is also unlawful for any person or entity to offer, give or agree to give
to any person included in the terms defined in paragraphs (b)(1) through (6), or for any
person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree
to accept from another person or entity, any gift for or because of:
a. An official public action taken, or to betaken, or which could betaken, or
an omission or failure to take a public action;
b. A legal duty performed or to be performed, or which could be performed,
or an omission or failure to perform a legal duty;
C. A legal duty violated or to be violated, or which could be violated by any
person included in the term defined in paragraph (b)(1); or
d. Attendance or absence from a public meeting at which official action is to
be taken.
(4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall
disclose any gift, or series of gifts from any one person or entity, having a value in excess of
$25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter
112, Florida Statutes, for "local officers" with the city clerk simultaneously with the filing of the
form with the clerk of the county and with the Florida Secretary of State.
(f) Compulsory disclosure by employees of firms doing business with the city. Should any person
included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm,
partnership or business entity in which that person or the immediate family does not have a controlling
financial interest, and should the corporation, firm, partnership or business entity have substantial
business commitments to or from the city or any city agency, or be subject to direct regulation by the city
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 48 of 60
or a city agency, then the person shall file a sworn statement disclosing such employment and interest
with the clerk of the city.
(g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs
(b)(1) through (6) shall corruptly use or attempt to use an official position to secure special
privileges or exemptions for that person or others.
(h) Prohibition on use of confidential information. No person included in the terms defined in
paragraphs (b)(1) through (6) shall accept employment or engage in any business or professional
activity which one might reasonably expect would require or induce one to disclose confidential
information acquired by reason of an official position, nor shall that person in fact ever disclose
confidential information garnered or gained through an official position with the city, nor shall
that person ever use such information, directly or indirectly, for personal gain or benefit.
(i) Conflicting employment prohibited. No person included in the terms defined in paragraphs (b)(1)
through (6) shall accept other employment which would impair independence of judgment in the
performance of any public duties.
(j) Prohibition on outside employment.
(1) No person included in the terms defined in paragraphs (b)(6) shall receive any
compensation for services as an officer or employee of the city from any source other
than the city, except as may be permitted as follows:
a. Generally prohibited. No full -time city employee shall accept outside
employment, either incidental, occasional or otherwise, where city time,
equipment or material is to be used or where such employment or any part
thereof is to be performed on city time.
b. When permitted. A full -time city employee may accept incidental or
occasional outside employment so long as such employment is not contrary,
detrimental or adverse to the interest of the city or any of its departments
and the approval required in subparagraph c. is obtained.
c. Approval of department head required. Any outside employment by any full -
time city employee must first be approved in writing by the employee's
department head who shall maintain a complete record of such employment.
d. Penalty. Any person convicted of violating any provision of this subsection shall
be punished as provided in section 1 -11 of the Code of Miami -Dade County
and, in addition shall be subject to dismissal by the appointing authority. The
city may also assess against a violator a fine not to exceed $500.00 and the
costs of investigation incurred by the city.
(2) All full -time city employees engaged in any outside employment for any person, firm,
corporation or entity other than the city, or any of its agencies or instrumentalities, shall file,
under oath, an annual report indicating the source of the outside employment, the nature of the
work being done and any amount of money or other consideration received by the employee
from the outside employment. City employee reports shall be filed with the city clerk. The reports
shall be available at a reasonable time and place for inspection by the public. The city manager
may require monthly reports from individual employees or groups of employees for good cause.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 49 of 60
(k) Prohibited investments. No person included in the terms defined in paragraphs (b)(1) through (6)
or a member of the immediate family shall have personal investments in any enterprise which will create
a substantial conflict between private interests and the public interest.
(1) Certain appearances and payment prohibited.
(1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall
appear before any city board or agency and make a presentation on behalf of a
third person with respect to any matter, license, contract, certificate, ruling,
decision, opinion, rate schedule, franchise, or other benefit sought by the third
person. Nor shall the person receive any compensation or gift, directly or
indirectly, for services rendered to a third person, who has applied for or is
seeking some benefit from the city or a city agency, in connection with the
particular benefit sought by the third person. Nor shall the person appear in any
court or before any administrative tribunal as counsel or legal advisor to a party
who seeks legal relief from the city or a city agency through the suit in question.
(2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall
appear before the city commission or agency on which the person serves, either
directly or through an associate, and make a presentation on behalf of a third
person with respect to any matter, license, contract, certificate, ruling, decision,
opinion, rate schedule, franchise, or other benefit sought by the third person. Nor
shall such person receive any compensation or gift, directly or indirectly, for
services rendered to a third party who has applied for or is seeking some benefit
from the city commission or agency on which the person serves in connection
with the particular benefit sought by the third party. Nor shall the person appear
in any court or before any administrative tribunal as counsel or legal advisor to a
third party who seeks legal relief from the city commission or agency on which
such person serves through the suit in question.
(m) Actions prohibited when financial interests involved. No person included in the terms defined in
paragraphs (b)(1) through (6) shall participate in any official action directly or indirectly affecting a
business in which that person or any member of the immediate family has a financial interest. A financial
interest is defined in this subsection to include, but not be limited to, any direct or indirect interest in any
investment, equity, or debt.
(n) Acquiring financial interests. No person included in the terms defined in paragraphs (b)(1) through
(6) shall acquire a financial interest in a project, business entity or property at a time when the person
believes or has reason to believe that the financial interest may be directly affected by official actions or
by official actions by the city or city agency of which the person is an official, officer or employee.
(o) Recommending professional services. No person included in the terms defined in paragraphs
(b)(1) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm,
public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction
involving the city or any of its agencies, provided that a recommendation may properly be made when
required to be made by the duties of office and in advance at a public meeting attended by other city
officials, officers or employees.
(p) Continuing application after city service.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 50 of 60
(1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall, for a
period of two years after his or her city service or employment has ceased, lobby any city
official [as defined in paragraphs (b)(1) through (6)] in connection with any judicial or
other proceeding, application, RFP, RFQ, bid, request for ruling or other determination,
contract, claim, controversy, charge, accusation, arrest or other particular subject matter
in which the city or one of its agencies is a party or has any interest whatever, whether
direct or indirect. Nothing contained in this subsection shall prohibit any individual from
submitting a routine administrative request or application to a city department or agency
during the two -year period after his or her service has ceased.
(2) The provisions of the subsection shall not apply to persons who become employed by
governmental entities, 501(c)(3) non - profit entities or educational institutions or entities,
and who lobby on behalf of those entities in their official capacities.
(3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1)
whose city service or employment ceased after the effective date of the ordinance from
which this section derives.
(4) No person described in paragraph (p)(1) whose city service or employment ceased within
two years prior to the effective date of this ordinance shall for a period of two years after
his or her service or employment enter into a lobbying contract to lobby any city official in
connection with any subject described in paragraph (p)(1) in which the city or one of its
agencies is a party or has any direct and substantial interest; and in which he or she
participated directly or indirectly through decision, approval, disapproval,
recommendation, the rendering of advice, investigation, or otherwise, during his or her
city service or employment. A person participated "directly" where he or she was
substantially involved in the particular subject matter through decision, approval,
disapproval, recommendation, the rendering of advice, investigation, or otherwise, during
his or her city service or employment. A person participated "indirectly" where he or she
knowingly participated in any way in the particular subject matter through decision,
approval, disapproval, recommendation, the rendering of advice, investigation, or
otherwise, during his or her city service or employment. All persons covered by this
paragraph shall execute an affidavit on a form approved by the city attorney prior to
lobbying any city official attesting that the requirements of this subsection do not
preclude the person from lobbying city officials.
(5) Any person who violates this subsection shall be subject to the penalties provided in
section 8A -2(p).
(q) City attorney to render opinions on request. Whenever any person included in the terms defined
in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or
application of this conflict of interest and code of ethics ordinance, or whenever any person who renders
services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city
attorney a full written statement of the facts and questions. The city attorney shall then render an opinion
to such person and shall publish these opinions without use of the name of the person advised unless the
person permits the use of a name.
END OF SECTION
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 51 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
EXCEPTION TO THE REQUEST FOR QUALIFICATIONS
NOTE. Please note any exceptions to the provisions of the RFQ. (Additional sheets may be attached.) However,
all alterations or omissions of required information or any change in proposal requirements are done at
the risk of the Proposer presenting the proposal and may result in the rejection thereof. The City
reserves the right to require strict compliance with the terms of the RFP and to reject any exceptions or
alternative proposals.
We have no exceptions to the request for qualifications.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 52 of 60
Proposer:
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
ADDENDUM ACKNOWLEDGEMENT FORM
Addendum #Date Received
The Weinbach Group, Inc.
Daniel Weinbach I Chief Operating Officer
(Printed Name & Title)
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 53 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
ANTI - KICKBACK AFFIDAVIT
STATE OF FLORIDA }
} SS:
COUNTY OF MIAMI -DADE }
I, the undersigned, hereby duly sworn, depose and say that no portion of the sum herein bid will
be paid to any employees of the City of South Miami, its elected officials, and
or its design consultants, as a commission, kickback, reward or gift,
directly or indirectly by me or any member of my firm or by an officer of the corporation.
By: Daniel Weinbach 1
Chief
Sworn and subscribed before this
VM
2013 ANA PELLON
7 3yo MY COMMISSION # EE 03 r
EXPIRES: October 25. 'O
Banded nru Nalery Public olidvwrlters
Nor/A`ablic, State of Florida
VNW#A PEUDN
Me MY 00MMISSION # EE 037296
EXPIRES: October 25, 2014
(Printed Name) B=W Tin notaryPuWUnderveltere
My commission expires:
END OF SECTION
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 54 of 60
CITY OF SOUTH MIAMI
CITY BRANDING DESIGN & SERVICES
RFQ #PW- Q2013 -01
AGREEMENT
THIS AGREEMENT is made this7th day of May 2013 by and between the City of South Miami , Florida
(the "City ") and The Weinbach Group, Inc. (the "Contractor ")
The parties, for the consideration provided for below, mutually agree as follows:
1. SCOPE OF WORK The Contractor shall furnish all labor, materials, supervision, equipment, supplies, and
incidentals required to perform the scope of work as outlined in the RFQ Detailed Requirements Section
III or modified by addendums. Designs, Drawings, Detailed Specifications, Plans and Branding Strategies
developed by the "Contractor" for the City; including colors, materials, etc., shall become the property of
the City and shall be provided to the City upon request.
2. COMPENSATION /PAYMENT
2.1 Contractor shall provide the City with an invoice on a monthly basis within ten (10) days of the
end of each month stating the services provided in the preceding month.
2.2 The City shall make payment on said invoices of approved amounts due, as required under the
Florida Prompt Payment Act. No payments shall be due or payable for Work not performed or
materials not furnished. If there is a dispute with regard to an invoice, the City may withhold
payment until all requested supporting materials are received from Contractor and the dispute is
resolved.
2.3 Contractor shall be compensated at the unit prices specified in the Bid Proposal, attached hereto
as Exhibit "B ", based upon the actual Work completed for the month. The total compensation
under this Agreement shall not exceed $20,000.00 (the "Agreement Sum ").
3. TERM This Agreement shall be effective upon execution by both parties and shall continue for a term of
One (1) Year. At its sole discretion, the City may extend the Term of the contract in the event the
contract has provided just cause for an extension. This extension may be exercised at the sole discretion
of the City Manager. Such extension shall be effective upon receipt of a written notice from the City
Manager to the Contractor received no later than 30 days prior to the date of termination.
4. PROTECTION OF PROPERTY AND THE PUBLIC The Contractor shall continuously maintain adequate
protection of all his Work from damage and shall protect public and private property from injury or loss
arising in connection with this Agreement as follows:
5.1 The Contractor shall take all necessary precautions for the safety of employees in the
performance of the Work on, about or adjacent to the work sites, and shall comply with all
applicable provisions of Federal, State, and local laws, including, but not limited to the
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 55 of 60
requirements of the Occupational Safety and Health Act of 1970, and amendments thereto, and
building codes to prevent accidents or injury to persons on, about or adjacent to the work site
where the Work is being performed.
6. INDEMNIFICATION
6.1 The parties agree that 1% of the total compensation paid to the Contractor for the performance
of this agreement shall represent the specific consideration for the Contractor's indemnification
of the City as set forth in this Section 1.5 and in the Terms and Conditions.
6.2 To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless the City and their consultants, agents and employees from and against any and all
claims, damages, losses and expenses, direct, indirect or consequential (including but not limited
to fees and charges of attorneys and other professionals and court costs) arising out of or
resulting from the performance of the work, provided that any such claim, damage, loss or
expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the work itself) including the loss of use resulting
there from and (b) is caused in whole or in part by any willful and wanton or negligent or gross
negligent acts or omission of Contractor, any subcontractor, any person or organization
directly or indirectly employed by any of them to perform or furnish any of the work or anyone
for whose acts any of them may be liable, regardless of whether or not it is caused in part by
a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of
the negligence of any such party.
7. AGREEMENT DOCUMENTS The following documents shall, by this reference, be considered part of this
Contract:
Instructions to Proposers;
All Addendums;
Contract Agreement;
Proposal;
Detailed Specifications;
Qualification Statement;
Public Entity Crime Form;
Affidavits and Forms;
Insurance Certificates
S. INSURANCE The Contractor shall secure and maintain throughout the duration of this Agreement,
insurance of such type and in such amounts necessary to protect its interest and the interest of the City
against hazards or risks of loss as specified below. The underwriter of such insurance shall be qualified to
do business in Florida, be rated AB or better, and have agents upon whom service of process may be
made in the State of Florida. The insurance coverage shall be primary insurance with respect to the City,
its officials, employees, agents and volunteers. Any insurance maintained by the City shall be in excess of
the Contractor's insurance and shall not contribute to the Contractor's insurance. The insurance
coverages shall include a minimum of:
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 56 of 60
8.1 Worker's Compensation and Employer's Liability Insurance. Coverage to apply for all employees
for statutory limits as required by applicable State and Federal laws. The policy (ies) must include
Employer's Liability with minimum limits of $500,000.00 each accident.
8.2 Comprehensive Automobile and Vehicle Liability Insurance This insurance shall be written in
comprehensive form and shall protect the Contractor and the City against claims for injuries to
members of the public and /or damages to property of others arising from the Contractor's use of
motor vehicles or any other equipment and shall cover operation with respect to onsite and
offsite operations and insurance coverage shall extend to any motor vehicles or other equipment
irrespective of whether the same is owned, non - owned, or hired. The limit of liability shall not be
less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and
Property Damage Liability. Coverage must be afforded on a form no more restrictive that the
latest edition of the Business Automobile Liability Policy, without restrictive endorsement, as filed
by the Insurance Services Office.
8.3 Commercial General Liability This insurance shall be written in comprehensive form and shall
protect the Contractor and the City against claims arising from injuries to members of the public
or damage to property of others arising out of any act or omission to act of the Contractor or any
of its agents, employees, or subcontractors. The limit of liability shall not be less than
$1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property
Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition
of the Commercial General Liability Policy, without restrictive endorsements, as filed by the
Insurance Services Office, and must include: (1) Premises and /or Operations; (2) Independent
contractors and Products and /or completed Operations; (3) Broad Form Property Damage,
Personal Injury and a Contractual Liability Endorsement, including any hold harmless and /or
indemnification agreement.
8.4 Certificate of Insurance Contractor shall provide the City Manager with Certificates of Insurance
for all required policies. The Certificates of Insurance shall not only name the types of policy(ies)
provided, but also shall refer specifically to this Agreement and shall state that such insurance is
as required by this Agreement. The City reserves the right to require the Contractor to provide a
certified copy of such policies, upon written request by the City. If a policy is due to expire prior
to the completion of the services, renewal Certificates of Insurance or policies shall be furnished
thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be
endorsed with a provision that not less than thirty (30) calendar days' written notice shall be
provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the
Certificate(s) is subject to approval of the City Manager.
8.5 Additional Insured The City is to be specifically included as an Additional Insured for the liability
of the City resulting from operations performed by or on behalf of Contractor in performance of
this Agreement. Contractor's insurance, including that applicable to the City as an Additional
Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in
excess of and shall not contribute to Contractor's insurance. Contractor's insurance shall contain
a severability of interest provision providing that, except with respect to the total limits of
liability, the insurance shall apply to each Insured or Additional Insured in the same manner as if
separate policies had been issued to each. All deductibles or self- insured retentions must be
declared to and be approved by the City Manager. The Contractor shall be responsible for the
payment of any deductible or self- insured retention in the event of any claim.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 57 of 60
9 ASSIGNMENT AND AMENDMENT No assignment by the Contractor of this Agreement or any part of it,
or any monies due or to become due, shall be made, nor shall the Contractor hire a subcontractor to
perform its duties under this Agreement without prior written approval of the City . This Agreement may
only be amended, by the parties, with the same formalities as this Agreement.
10. TERMINATION
10.1 Either party may terminate this Agreement without cause upon 30 days written notice to the
other party.
10.2 Upon notice of such termination, the City shall determine the amounts due to the Contractor for
services performed up to the date of termination. The Contractor shall not be entitled to
payment of any lost profits or for Work performed after the date of termination.
10.3 After receipt of a notice of termination, and except as otherwise directed, the Contractor shall
stop all Work under this Agreement, and shall do so on the date specified in the notice of
termination.
10.4 The City may terminate this Agreement upon five (5) days written notice if the Contractor defaults
on any material term of this Agreement.
11. GOVERNING LAW The law of the State of Florida shall govern the contract between the City of South
Miami and the successful proposer and any action shall be brought in Miami -Dade County, Florida. In the
event of litigation to settle issues arising hereunder, the prevailing party in such litigation shall be entitled
to recover against the other party its costs and expenses, including reasonable attorney fees, which shall
include any fees and costs attributable to appellate proceedings arising on and of such litigation.
12. ACCESS TO PUBLIC RECORDS The Contractor shall comply with the applicable provisions of Chapter 119,
Florida Statutes. The City shall have the right to immediately terminate this Agreement for the refusal by
the Contractor to comply with Chapter 119, Florida Statutes. The Contractor shall retain all records
associated with this Agreement for a period of three (3) years from the date of Termination.
13. INSPECTION AND AUDIT During the term of this Agreement and for three (3) years from the date of
termination the Contractor shall allow City representatives access, during reasonable business hours, to
Contractor's and, if applicable, subcontractor's records related to this Agreement for the purposes of
inspection or audit of such records. If upon audit of such records, the City determines the Contractor was
paid for services not performed, upon receipt of written demand by the City, the Contractor shall remit
such payments to the City.
14. SEVERABILITY If a term, provision, covenant, contract or condition of this contract is held to be void,
invalid, or unenforceable, the same shall not affect any other portion of this Agreement and the
remainder shall be effective as though every term, provision, covenant, contract or condition had not
been contained herein.
15. WAIVER OF JURY TRIAL The parties irrevocably, knowingly agree to waive their rights to a trial by jury in
any action to enforce the terms or conditions of this Agreement.
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 58 of 60
16. COUNTERPARTS This Agreement may be signed in one or more counterparts, each of which when
executed shall be deemed an original and together shall constitute one and the same instrument.
17. INDEPENDENT CONTRACTOR It is expressly agreed and understood that the Contractor shall be in all
respects an independent contractor as to Work, and that Contractor is in no respect an agent, servant or
employee of the City . Accordingly, Contractor shall not attain, nor be entitled to, any rights or benefits of
the City, nor any rights generally afforded classified or unclassified employees. Contractor further
understands that Florida Worker's Compensation benefits available to employees of the City are not
available to Contractor, and agrees to provide worker's compensation insurance for any employee or
agent of Contractor rendering services to the City under this Agreement.
All employees and subcontractors of the Contractor shall be considered to be, at all times, the sole
employees or contractors of Contractor, under its sole discretion and not an employee, contractor or
agent of the City .
18. ACCIDENT PREVENTION AND REGULATIONS Precautions shall be exercised at all times for the protection
of persons and property. The Contractor and subcontractors shall conform to all OSHA, Federal, State,
County and City regulations while performing under the terms and conditions of this Agreement. Any
fines levied by the above - mentioned authorities, because of inadequacies to comply with these
requirements, shall be borne solely by Contractor responsible for same.
19. BACKGROUND CHECKS The Contractor will be responsible for maintaining current background checks on
all employees and subcontractor employees involved in the performance of this Work. Background
checks must be performed prior to the performance of any Work by the employee under this Agreement.
Written verification of any background checks must be provided to the City at the request of the City
Manager.
20. LAWS, RULES & REGULATIONS Contractor shall be held responsible for any violation of laws, rules,
regulations or ordinances affecting in any way the conduct of all persons engaged in or the materials or
methods used by him, on the Work. Contractor shall give all notices and comply with all laws, ordinances,
rules, regulations and orders of any public authority bearing on the performance of the Work under this
Agreement. Contractor shall secure all permits, fees, licenses, and inspections necessary for the execution
of the Work, and upon termination of this Agreement for any reason, Contractor shall transfer such
permits, if any, and if allowed by law, to the City .
21. POLICY OF NON - DISCRIMINATION The Contractor shall comply with all federal, state and local laws and
ordinances applicable to the work or payment for work and shall not discriminate on the grounds of race,
color, religion, sex, age, marital status, national origin, physical or mental disability in the performance of
work under this Agreement.
22. NON - WAIVER The approval, and /or acceptance of any part of the Work by the City shall not operate as a
waiver by City of any other terms and conditions of the Agreement.
23. NOTICES Whenever any party is required to give or deliver any notice to any other party, or desires to do
so, such notices shall be sent via certified mail or hand delivery to:
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 59 of 60
City :
CITY OF SOUTH MIAMI
6130 Sunset Drive
South Miami, FL 33189
Contractor:
Attention: Maria M. Menendez, City Clerk
IN WITNESS WHEREOF the parties hereto have executed this agreement on the day and date first above written.
Attest:
By:
By:
CITY OF SOUTH MIAMI
Maria M. Menendez, City Clerk
City Attorney
Signed, sealed and witnessed in the
presence of:
MtEL1 SNtar1E�
By:
Steven Alexander— City Manager
City Resolution #
CONTRACTOR: The Weinbach Group, Inc.
N In the event that the Contractor is a corporation, there shall be attached to each counterpart a certified copy
of a resolution of the board of the corporation, authorizing the officer who signs the contract to do so in its
behalf.
END OF DOCUMENT
RFQ #PW- Q2013 -01
City Branding Design & Services
Page 60 of 60
3.1: SCOPE OF SERVICES
Our Approach To Brandin
At The Weinbach Group, we consider branding — or positioning, as we often call it — a
vital step in effectively communicating about client organizations and achieving their
organizational goals. For the City of South Miami, our branding strategy will include:
• Defining the City of South Miami's "personality" and how it wishes to be
perceived by its various audiences, including:
o Residents
• Commercial entities operating in South Miami
• Commercial entities contemplating relocation or expansion to South
Miami
• Residents of nearby municipalities and unincorporated Miami -Dade
County
• City of South Miami employees and elected officials
• Defining how to express these characteristics — graphically and in writing
• Defining standards and guidelines to ensure consistency in the expression of
South Miami's brand across all of its communications platforms
Deliverables
The Weinbach Group will provide the following:
Phase I — Branding Strate x
• Approved branding statement (a.k.a. positioning statement) that serves as a
touchstone or yardstick against which all future communications are measured
and evaluated to ensure consistency and congruency with the brand.
• Approved graphic interpretation of the branding statement in the form of a logo or
corporate mark. This may include icons combined with typography or type alone
and will also include recommended colors that reinforce the brand.
• In some cases, we develop a tagline or descriptor that distills the brand statement
into a short, pithy statement. In the case of the City of South Miami, we will
evaluate the current tagline, "The City of Pleasant Living" to ensure it is relevant
and is a useful expression of the brand.
• Original designs for:
I_e�
o Letterhead
• Business cards
• #10 envelopes
• Window envelopes
• Mailing labels
• Email signatures
• Fax cover sheets
• Memoranda
• PowerPoint presentations
Phase II - Introduction To The Brand- T o ra h , Photo ra h Pattern
Illustration Usage; Stationery; Webs le Design, Si na ,
We will develop a comprehensive brand standards manual which will provide specific
style and usage guidelines for the City's new logo. The Weinbach Group, working in
collaboration with the City Manager and other key staff, will develop the structure and
content for the manual — including all copywriting and layouts.
The finished manual will include the following sections:
• An introduction explaining the purpose and importance of brand standards,
including the benefits of following consistent usage guidelines as well as the risks
associated with failure to do so.
• Logo usage:
• Guidelines for logo use in full color, black and white, and reverse
applications
• Guidelines for use of the City's tagline when adjacent to the logo
• Required space clearance for the logo (or clear space around the logo)
• Examples of improper use
• A primary and secondary color palette for use in all communication materials.
The color palette will be defined for print (I'MS & CMYK) and electronic (RGB)
applications.
• Guidelines of using the City of South Miami name in written form — first and
secondary mentions, as well as style guidelines for such elements as credentials,
website addresses, telephone numbers, commas in a series, and abbreviations.
• Selection of primary and secondary typography and guidelines for usage.
Depending upon the selected font, The Weinbach Group may also identify
eo
alternative fonts for word processing applications if the selected font(s) are not
readily available to City employees.
• Guidelines for use of the logo in printed and electronic applications (such as a
website) as well as other applications, including signage
Work Plan
At The Weinbach Group we recognize that clients are more than organizations. They are
comprised of people. So, in the day -to -day course of our work, we meet the needs of the
people within our clients' organizations. That means we pay special attention to
turnaround time, respecting clients' budgets, achieving goals, measuring results, and
recognizing their internal circumstances. And above all else we provide flexibility.
In practice, and for the purposes of this proposal, we will endeavor to meet the City's
goals as follows:
• At the outset of our engagement with the City of South Miami, we will develop a
project schedule that will identify key dates for each major project step, as well as
dates for periodic meetings to review creative work and gather feedback about our
performance.
• We will facilitate a discovery session with the City Manager and key staff (and
possibly with elected officials) to identify the traits the City wishes to convey
through its brand.
• We will develop and submit creative work to meet the deadlines identified within
the agreed -upon schedule.
• We will work with the City Manager and /or key staff to gather feedback and
implement client - directed changes — always mindful of turnaround time and
scheduled deadlines.
• We will submit time allocation reports to identify the total volume of time spent
by our staff on the City of South Miami branding program and the specific
elements of the program.
Team Members
Our dedicated team for the City of South Miami brand development and brand guidelines
project will consist of the following fulltime, Weinbach Group employees:
The Manager of Client Services who serves as the account director and day -
to -day liaison between the City of South Miami and The Weinbach Group. He or
she is responsible for marshaling agency resources on the client's behalf;
directing the development of creative work to accurately reflect clients' tastes and
needs, and ensuring that project schedules and budgets are respected.
• The Senior Art Director & Studio Manager who provides artistic guidance
for the development of artwork produced by The Weinbach Group and ensures
that all artwork meets agency standards for quality and consistency.
• The Graphic Designer who will provide the hands -on graphic design services
and original artwork development, as well as implementation of client - directed
:modifications to artwork.
• The Communications Specialist who will draft original copy for the written
requirements of the account, such as the guidelines within the brand standards
manual.
• The Agency Principal who will participate in the initial discovery session and
supervise the overall project progression. In addition, the Agency Principal serves
as "creative director" for all agency output. He is available whenever necessary to
address client concerns.
3.2: PROPOSER QUALIFICATIONS
The Weinbach Group was founded in 1987 under the leadership of industry veteran
N. Phillip Weinbach (Phil). In 1994, Daniel Weinbach joined the firm, bringing a
background in organizational communications, the visual arts, and a Master's degree
in film producing from the University of Southern California.
With Daniel's contribution to the company, The Weinbach Group began to expand
its range of services — truly defining itself as a full- service agency. In 1998 the
agency relocated to the City of South Miami, and the following year created an in-
house graphic design studio to further enhance its capabilities to meet clients'
comprehensive communications needs.
Over the course of our 25 -year operating history in South Florida, The Weinbach
Group has served a number of public, government, and not - for - profit entities
including:
• Jackson Health System / Public Health Trust
• The Town of Cutler Bay
• The Department of Veterans Affairs
• City of Doral
• The Village of Pinecrest
• P.A.C.E. — Performing Arts for Community and Education
• Children's Home Society
• Miami -Dade County Department of Health (Hepatitis C Education)
In addition, The Weinbach Group has earned a reputation for applying a principled
approach to the delivery of marketing communications services. We do so because
it's in our nature, and we do so because it's good business. In fact, we believe
"integrity" is one of the most important factors that has led to an average client
tenure of nearly a decade!
We extend this philosophy to our professional staff by carefully selecting like -
minded recruits. Collectively, we have 155 years of experience and talents that
produce sound, smart, thoughtful and most importantly effective work, all under one
roof. It's this team — not to mention our location in the City of South Miami — that
uniquely positions us to address South Miami's requested services
Today, The Weinbach Group continues to evolve and grow, employing integrated
marketing solutions to its varied roster of South Florida, national, and international
clients.
Relevant Clients
Why is The Weinbach Group uniquely positioned to serve the brand strategy needs
of the City of South Miami? Not only has our office been located in South Miami for
more than a decade and a half, giving us valuable perspective, but we are highly
experienced assisting clients with brand development and positioning. We have
worked with the following organizations specifically assisting with their brand
standards (samples attached on subsequent pages):
• Jackson Health System / Public Health Trust
• University of Miami Health System
• Children's Bereavement Center
• ToplineMD
• Village of Pinecrest
• Titan Emergency Group
• Cassel Salpeter & Partners
• Westshore Capital Partners
• The Succession Group
• Lapin & Leichtling
• Physicians Dialysis
Team
• Daniel Weinbcach, Chief Operating Officer Daniel joined The Weinbach
Group in 1994, and his intensive approach to client service has resulted in
successful, long -term client relationships. He brings discipline and organization to
his clients' marketing programs in terms of continuity of message, focus on goals,
and respect for clients' budgets.
He is a frequent contributor to marketing, healthcare, and entrepreneurial journals.
He is a member of the Society for Healthcare Strategy and Market Development,
the Association for Corporate Growth, and he serves on the Board of the Temple
Beth Am Religious School.
Prior to joining The Weinbach Group, he worked at Neufeld /Rehme Productions,
a division of Paramount Pictures, as well as at Chestnut Hill Productions and
Metro Goldwyn Mayer (MGM). He earned his master's degree from the
University of Southern California film school and his bachelor's degree from the
University of Michigan.
• Perla Terzian,_Manager of Ment Services Perla is a Manager of Client
Services at The Weinbach Group. As a lead team member, Ms. Terzian marshals
agency resources on behalf of clients and contributes to her clients' marketing
communications programs and strategies.
Prior to joining The Weinbach Group, Perla was account supervisor at Barrow &
Beber Silverstein, where she developed high -end marketing campaigns for
national clients with special emphasis on the real estate industry. She also worked
as an account executive for Bernard Hodes Group.
A native of Miami, Ms. Terzian earned her Bachelor of Science in
Communications from Florida International University, where she minored in
Marketing.
Alex Madeia, Manager of Client Services Alex serves as a Manager of
Client Services, handling the day -to -day relationship between clients and The
Weinbach Group. He is responsible for identifying the client's strategic goals and
coordinating the agency's internal team to execute tactics to meet those
objectives.
Alex's diverse background includes communications work in higher education,
arts, real estate, publishing, automotive, and recently, community organizing.
He earned a BA, English from SUNY Fredonia (2000) and an MBA from Argosy
University (2010).
• Meieli Sawyer, Corm- nunications 5 ecialisf Meieli is responsible for
copywriting for The Weinbach Group's clients. She handles a range of marketing
communications activities including researching and monitoring clients'
businesses, competitors, and industries to identify and target opportunities for
news media coverage. In addition, she writes press releases, publicity pitches, and
copy for advertising, newsletters, brochures and other promotional client
communications.
A native of Vermont, Ms. Sawyer earned her Bachelor of Science degree from
Syracuse University. She also studied at London College of Fashion and
Mackenzie Presbyterian University in Sao Paulo, Brazil.
• Jovan Villalba, Senior Art Director & Studio Manacle Jovan Villalba
supervises and manages The Weinbach Group's art department to ensure the
timely delivery and exemplary design of all of our graphic materials. Prior to
joining The Weinbach Group, Jovan held the position of Art Director at the Eliran
Murphy Group of New York City, handling accounts for high - profile clients such
as the American Museum of Natural History, The Chamber Music Society at
Lincoln Center, and The Apollo Theater.
A Miami native, Jovan attended the New World School of the Arts in Miami and
was honored with a full- tuition scholarship to attend the Cooper Union in New
York City where he earned his BFA. He is a professional artist who has exhibited
his art at many renowned venues, such as the Queens Museum of Art, the New
York Design Center, and the Berlinerkunst Project of Berlin, Germany. Jovan's
solo exhibition is currently on view at Tache Gallery in New York City.
• Peter Bacallao Art Director Peter's work draws on over a decade of prior
graphic design experience including positions at Aquus Interactive, Indvio
�O_Jl
Marketing and Advertising and CP +B. In addition, Peter has handled a number of
high - profile freelance projects for companies including B1ackBerry Latin
America, Oleomed, UM Life Science and Technology Park, Resorts World
Group, PharMed, Latitude Miami, Ivax and Trump International.
A Miami native, he graduated from the Art Institute of Ft. Lauderdale, where he
earned a bachelor's degree and currently remains active as a member of its alumni
organization, where he serves on the Presidential Board. He is also a member of
the American Institute of Graphic Arts, The Type Directors Club, and The One
Show committee.
• Delfos Alma ro Art Director Delfos previously worked at Brenalt Design
Agency, where he coordinated and designed large - format artwork including
posters, banners, and signs. He also designed signage for two Miami companies
after emigrating from Havana, Cuba in 2000.
In Cuba, Delfos worked as a designer in the communications arts industry and for
the fashion industry, where he was honored in 1999 for his innovative pre & -a-
porter (ready -to -wear) fashions.
He earned his bachelor's degree in communication art from the Technical
Institute of Industrial Design and the Higher Institute of Industrial design in
Havana.
Services
The Weinbach Group's range of activities includes:
• Marketing goal identification
• Positioning and branding
• Graphic design and commercial art
• Key message development
• Production management
• Advertising concept and creation
• Copywriting
• Collateral materials development
• Media planning, buying and placement
• Public relations and publicity generation
• Social media management
Search engine optimization
It's our team — not to mention our location — that uniquely positions us to address the
City of South Miami's requested services, including branding strategy, visual
guidelines, logos, and future style recommendations.
Rates
The Weinbach Group charges clients a blended rate of $175 per hour which covers
all professional and account - related services, with the exception of graphic design
and web programming. For these services we charge $125 per hour. The majority
of the work detailed in this proposal will fall under this rate category.
e�
on PUBLIC
❑ HEALTH
TRUST
HEALTH SYSTEM
Miracles mace c?ai4.
Jacnkson
gee What You
�
an Gain
vVhen You Lose
c_
a
LJHealth
UNIVERSITY OF MIAMI HEALTH SYSTEM
IL j1i 7,y� 1: v �l M7n nM U.tiul
1 L�A711TW1.
UNIVERSITYOF MLWI
DEPARTMENT OF
Pinecrest
People Mover
Connecting People in Pinecrest
jam
!'I
• ■'
All ABOARD,..
Introducing the
Pinecrest People Mover
Connecting Palmetto Middle School
and Palmetto Senior High School with
surrounding neighborhoods
Titan
EMERGENCY
GROUP
Command Performance
�� Titan
jam "
Onow
1111 NarN SCa81n211Cl8 - JWAN WA Fla,ee 72218
P6: BW (Al 8628 • Fu: 88/8f AQ • W bbuMMbRiPoI
-14 Titan
4711 Ns616Yl�gy 6i/
lYtfMW14 iplli 3II1B
i� Titan
�snow
n.. Kh►m r. s�zm
TOO Wes 6e..
P6: SW 641 5526 • F- M W? 1243
Jsbwlhnh FL R219
—dwl n-
/)nc Alh.imMa Playa
C."Cwd
w w
l Glhles, Florida 441 0070
.
, 111 n544),IInIYI
SUCCESSION
Or Alhamhra P,,» d
Cue 1411,
rd, Galde.. Fkr1,1 111 14
1 t
SUCCESSION
Wisdom in Wealth Transfer
SUCCESSION
(one Alhamhra Pl-
Suite 1410
Cural Gahles, Florida 37174
105 447 0070
.. 305 447 0080
-J'. phollanderrtsuccession -group com
www yucca—In-group com
F rc , A1• rmNnndr•i
1
SUCCESSION
Cassel Salpeter& Co.
INVESTMENT BANKING
21
Cassel Salpeter & Co.
INVESTMENT BANKING
Cassel Salpeter & Co. SCOTT E. SALPETEK
INVESTMENT NANKING
Cassel Salpeter &Co.
r
801 Brickell Avenue, Suits 650
Miami, Florida 33131
P: 305. 438.7702 • F: 305. 438.0000
W W W.CASSEL9A 11MCOM
L1
CHILDREN
BEREAVEMENT
C E N T E R
CHILDREN'S
BEREAVEMENT_
C E w T C R
7bming Lives Around After loss
(CB )-IILDRFNS
LREAVEMCNT
7600 S. Red Road, Suite 307
South Miami, FL 33143
Turning Lives Around Aker Loss
7600 S Red Road Suite 307 • South Miami, FL 33143 • 305- 668 -4902 • Fax: 305 - 669 -9110 • www.childbereavement org
CHILDREN S
UIRFAVEXIENT
Mindy Cassel, Ph.D., C.T.
EXECUTIVE DIRECrOR
AND CO-FOUNDER
7600 S. Red Road Suite 307
South Mlaml, FL 33143
305- 668 -4902
Fax: 305.669.9110
mecassei@childbereavement.org
L A P I N & L E I C H T L I N G
L A P I N & L E I C H T L I N G
L
L
LAPIN & LE IC FI T L I N
255 Alhamb,. C :,Cll
Sr , 6G0
Cora Gahles Flnri3a 33134
jrosenni3LL- lawfirm.com
L 255 Alhambra Circle
Suite 600
Coral Gables, Florida 33134
LAPIN & LEICHTLING Ph: 305.569 4100
Direct: 305.569,4103
Fax: 305.569 0000
I
r'
I
255 Alhambra Circle Suite 800 Coral Gable:, Florida 33134 Ph: 305 569 4100 Fax: 305 569 0000
PHYSICIANS r DIALYSIS
FIYSIC IAN ti
IV DIALYSIS
U DIALYSIS
19559 N C. V Avenue
North Aliami Beath, Pl 391;7
Li��''''�� I'IIYtiI (TA N
ti
DIALYSIS
Allan 1. Jacob, M.U.
President
ajnco6C plp'sic iunsdinllsis oom
r Avenue , North Miami Beach, CL 33179
•(305) 651-3261 , rix: (305) 651 -2961 - www.phy1iciansdial3sis cum
i Reach, PI 33179
• 1'.- (305) 651-7961
T Di 1" w
�. �rrr VMD
1A DiUisron Of Femwe!!
....
O�.�.IIICMn Francisco J. Leon
Tnnl:
I � " IIf "° „II rhlcf Opc raliitK 0l ficur
3225 Avialian A4enue I Suilu ^00 1 Miami Florida 33133
— .. r-
WESTSHORE
CAPIIAI PARTNERS
WESTSHORE
Rivergete To—,, Suite 2610
400 North Ashley Drive I Ternpa, FL 33602
WESTSHORE
CAPITAL PARTNERS
Davtlr 11 Rur!d r P wi%i,i
DHROWesyehoreCaphelPartners.com
WESTSHORE
I.. I I . 11 '1 I
David J Mali2ia I Managing Partner
DJM®Westsho Cajea,f aHears.cam
I ivergale Tower, guile 2510 1 400 North Ashley Dine I Tampa, FL 338112
I Ph 813- 223.3600 I Fax 513- 223 -3099 1 www WestshoreCaphalPannem com
I
Rivergate Tower, Suite 2610 1 400 North Ashley Drive I Tampa, FL 33602 1 Ph: 813- 223.3900 I Fax : 913- 223.3999 I www.Wesrchore CapitelPartners.com
HW6DEC 0211
Citizens Property Insurance Corporation
CITIZENS Citizens Service Center
6676 Corporate Center Parkway
r.Offlifr3Ksuer CEWAPW" Jacksonville, FL 32216-0973
Homeowners HW-6 Condo Unit - Owners Wind Only Policy - Endorsement Effective 03110/2013
Policy Number: FRJW4232474 -05 -0001 Policy Period: From 03/10/13 To 03/10/14
12:01 A.M. Eastern Standard Time at the location of the Residence Premises
Named Insured and Mailing Address: ILocatlon of Residence Premises: Agent: Phone (305) 233 -6101
THE WEINBACH GROUP 7301 SW 57TH CT BERNIE CARR INSURANCE AGENCY, INC..
7301 SW 57th Ct Ste 550 STE 550 Bernard Carr
Miami, FL 33143 -5334 MIAMI, FL 33143 12600 SW 120th St #108
Miami, FL 33186
FL License: A041360 Citizens ID: 003474
Coverage is only provided where a premium and a limit of lia;!Ry is shown.
OTHER WINDSTORM OR HAIL DEDUCTIBLE: $500 HURRICANE DEDUCTIBLE: $4,000 (2%)
LIMIT OF LIABILITY ANNUAL PREMIUM
PROPERTY COVERAGES $1,211
A - Dwelling $1,000
C - Personal Property $200,000
D - Loss of Use $40,000
OTHER COVERAGES
Personal Property Replacement Cost
ante or Law Limit (25% of Cov. A)
PREMIUM ADJUSTMENT DUE TO ALLOWABLE RATE CHANGE
MANDATORY ADDITIONAL CHARGES
Tax Exempt Surcharge
Catastrophe Financing Surcharge
2005 Citizens Property Insurance Corporation Emergency Assessment
2005 Florida Hurricane Catastrophe Fund (FHCF) Emergency Assessment
INCLUDED
(see policy)
TOTAL POLICY PREMIUM INCLUDING ASSESSMENTS AND ALL SURCHARGES
Insured Note: The portion of your premium for Hurricane Coverage is: $727 Non - Hurricane is: $31
Loan Number. 832909001
FIRST NATIONAL BANK OF SOUTH MIAMI
5750 SUNSET DR
MIAMI, FL 33143 -5332
$414
INCLUDED
-$867
$13
$114
$8
$10
$903
Policyholder Copy Page 1 of 3 MID: 1216 /AID: 1216 / FID: 0 Processed Date: 03/06/2013
p
r.,
•1
co
co
m
N
8
r
0
Policy Number: FRJW4232474 -05 -0001 Policy Period: From 03/10/13 To 03/10/14EC 0211
PAGE 3 12:01 A.M. Eastern Standard Time at the location of the Residence Premises
FLOOD COVERAGE IS NOT PROVIDED IN THIS POLICY.
THIS POLICY CONTAINS A SEPARATE DEDUCTIBLE FOR
HURRICANE LOSSES, WHICH MAY RESULT IN HIGH
OUT -OF- POCKET EXPENSES TO YOU.
LAW AND ORDINANCE COVERAGE IS AN IMPORTANT
COVERAGE THAT YOU MAY WISH TO PURCHASE. YOU
MAY ALSO NEED TO CONSIDER THE PURCHASE OF
FLOOD INSURANCE FROM THE NATIONAL FLOOD
INSURANCE PROGRAM. WITHOUT THIS COVERAGE, YOU N
MAY HAVE UNCOVERED LOSSES. PLEASE DISCUSS
THESE COVERAGES WITH YOUR INSURANCE AGENT.
LO
TO REPORT A CLAIM CALL (866) 411 -2742.
INFORMATION ABOUT YOUR POLICY MAY BE MADE AVAILABLE TO INSURANCE COMPANIES AND /OR AGENTS TO
ASSIST THEM IN FINDING OTHER AVAILABLE INSURANCE MARKETS.
_EA QE CONTACT YOUR AGENT IF THERE ARE ANY QUESTIONS PERTAINING TO YOUR POLICY. IF YOU ARE UNABLE TO CONTACT
YOUR AGENT, YOU MAY REACH CITIZENS AT (888) 685.1555.
licyholder Copy Page 3 of 3 MID: 1216 /AID: 1216 / FID: 0 Processed Date: 03/06/2013
7401 Cypress Gardens Blvd.
Winter Haven, FL 33888 -0007
M U -19- 2705 -F600 U 3
000001 0001
WYNBROOK PROPERTIES LLC AND
WEINBACH GROUP INC
7301 SW 57TH CT STE 550
LIN, SOUTH MIAMI FL 33143 -5334
2
OP
0
;o
Location: 7301 SW 57TH CT STE 550
SOUTH MIAMI FL
33143 -5334
Mortgagee: FIRST NATIONAL BANK OF
SOUTH MIAMI
ITS SUCCESSORS AND/OR ASSIGNS
Loan No: 832909001
Forms, Options, and Endorsements
"
$2,145.18
icial Form 3
FP -6153
p Dishonesty $10,000
OPT ED
Valuable Paper $20,000
OPT VP
Amendatory Endorsement
FE- 6210.3
Business Policy Endorsement
FE -6464
Tree Debris Removal
FE -6451
Glass Deductible Deletion
FE- 6538.1
Fungus (Including Mold) Excl
FE -6566
Subcontractor P Exclusion
Amendatory Collapse
FE -6598
FE -6839
Policy Endorsement - Business
FE -6610
Business Unit - Owners
FE-6385
Continued on back of page
...... ..�.. r.r vrI ■ I gf 1VP9I G
uusiness- Office Policy
DEC 08 2012 to DEC 08 2013
DEC 082012
$2,145.18
Coverages and Limits
Section I
A Buildings
$231,700
B Business Personal Property
46, 600
C Loss of Income
Actual Loss
D Loss Assessments
1,000
Deductibles - Section I
Basic 1,000
Other deductibles may
apply - refer to policy
Section If
L Business Liability $1,000,000
M Medical Payments 5,000
Gen Aggregate (Other than PCO) 2, 000 000
Prducts - Completed Operations 2, 000, 000
(PCO Aggregate)
Annual Premium
Forms, Opts, & Endrsmnt
Bus Liability - Cov L
FL EMPA ASSESSMENT
FL TRUST FUND
FHCF ASSESSMENT
2005 CITIZENS -EM
Amount Due
Premium Reductions
Yrs in Business Discount
Enclosed Building
Sprinkler Discount
Inflation Coverage Index:
230.4
+ For the full name of each assessment entity and the dollar amount, please see the Florida Assessment
Page.
NOTICE: Information concerning changes in your policy language is included. Please call your agent if
you have any questions.
$722.00
1,328.00
41.00
4.00
2.09
27.18
20.91
$2,145.18
l /WV6, - �&i*uSS ue c... Moving? See your State Farm agent.
000a 1018 i Agent BERNIE CARR INSURANCE AGCY IN See reverse for important information.
K2, R6 , ".r. rtmn ___ - Prepared
oiui; rd[m r- iurlua ifisufoffuu uumpuiiy UUM 7u 1\-r ✓v v ..r
S53 -3299 FL
Important information regarding your policy premium
Your policy premium may include one or more of the following assessments:
4
Citizens Property Insurance Corporation
Understate law, Citizens Property Insurance Corporation (Citizens) may assess all property insurance companies to cover any
deiici t resulting from losses, including hurricane losses. Insurance companies are permitted to recoup this assessment from
their policyholders. 'These assessments may be imposed for more than one deficit year, and may be in the form of a "regular"
assessment or an "emergency" assessment. Ifyour premium includes a Citizens assessment, your renewal notice will 'indicate the
applicable assessment (for example, 2005 CITIZENS-RE, G, 2005 CITIZEN, S -EIVI, etc.) and the assessment amount.
The Florida Insurance Guaranty Ass cia_ _ tion
The Florida Insurance Guaranty Association (FIGA) was created by the Florida legislature to administer the claims of insolvent
piope.r'cN- and casualty insurance companies. Under state law, the FIGA may secure funds to pay covered claims and expenses by
assessing property arld casualty, insurers. Insurance companies are permitted to recoup this assessment from their policyholders.
These assessments may be unposed for more than one deficit year, and may be in the form of a "regular" assessment or an
emergency' assessment. If your premium includes any FIGA assessments, your renewal notice will indicate the applicable
assessment (for example, 2009 Fl. GUARANTY -REG, 200; FT, GU kRANTY -F,M, etc.) and the assessment amount.
Florida Hurricane Catastrophe Fund
The Florida Hurricane Catastrophe Fund (FHCF) was created in 1993 during a special legislative session after Hurricane Andrew.
'I lie fund protects the states interest in maintaining insurance capacih- in Florida by providing reimbursements to insurers for a
portion of their catastrophic hurricane losses. The assessments small continue until the Office of Insurance Regulation is directed
by the 'Board to issue an Order superseding or terminating the Order levying the assessment. Ifyour premium includes this
aSSessnlerlt, your renewal notice will indicate the applicable assessment (FHCF ASSFSSN•IFNT) and the assessment amount.
F €orida Emergency Management Prepa redness .and ,Assistance
Florida statute established the Emergency Management, Preparedness and Assistance (ENIPA)Trust Fund, which is funded by an
annual surcharge of $2.00 on residences of every home - owner, mobile homeowner, Tenant homeowner, and condominium unit
owner, and a $9.00 surcharge on commercial fire, commercial multiple peril, and business owner property insurance policies.
Money in the fund may not be used to supplant existing funding. The rules for the allocation of funds are: 60% to implement
and administer .state and local emergency management programs (training, specified percentages of which go to counties
and local agencies), 20% for state relief assistance for nun - federally declared disasters, and 20% for grants and loans to state or
regional agencies, local governments, and private organizations to implement projects that will further state and local emergency
management objectives. If your premium includes this assessment, vour renewal notice will indicate the applicable assessment
(FI. EMPA ASSESSMENT) and the assessment amount.
Florida Trust Fund
•I he fu lids received from the Insurance Regulatory-Trust Fund shall be used by the staff of the Florida State Fire College to
provide all necessary services, training, equipment, and supplies to carry out the college's responsibilities, including, but not
limited to, the Stale Fire Marshal Scholarship Grant Program and the procurement of training Films, videotapes, audiovisual
equipnleiit, and other useful information on tire, firefighting, and fire prevention, including public fire service iniormation
packages. If your premium includes this assessment, your renewal notice will indicate the applicable assessment (FI, TRUST
FUND) and the assessment amount.
R, you have any questions regarding the information in this notice, please contact your State Farm" agent.
553 -3299 FL (C)
rOnLl n00 G4 n4 ..v fOrlC\ 794 GQ1)J
�, 7401 cypress Gardens Blvd
Winter Haven, FL 33888 -0001
A Stock Company with Home Offices in Winter Haven, Florida
2705 -F600
WYNBROOK PROPERTIES LLC AND
WEINBACH GROUP INC
7301 SW 57TH CT STE 550
SOUTH MIAMI FL 33143 -5334
Forms, Options, and Endorsements
Sinkhole Cat Grnd Cvr Coll Cov FE -6668
Building Coverage For Tenants FE -6859
Mandatory Reporting End FE -5801
Section II Additional Insured FE -6609
nG;1Vr -VV ►L trtK i iNGATE SUPPLEMENTAL PAGE
PQLfCY NUMBER 98- R4- 9616 -3
Business -Office Policy
DEC 08 2012 to DEC 08 2013
CONTINUED
Please keep this part for your record.
`P Agent BERNIE CARR INSURANCE AGCY INC
Telephone 305 - 233 -6101
Prepared Oct 18 2012
A� °� CERTIFICATE OF LIABILITY INSURANCE 0510612x° 3Y'
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poboy(W must be endomod. H SUBROGATION IS WAIVED, subject to the
terms and conditions of the policy, Certain policies may require an endoreemenL A statement on this certificate dose not confer rights to the
certificate holder In lieu of such endarsemenl[*)
PRODUCER Bernie Carr Insurance Agency
12600 SW 120th Street Suite 108 PH0
State&- Miami, FI 33186 - - --
111811 _RERL)AFFORDIN[iCOV9t1iGE_
rMSURBIt A_State Faun Fire and Casualty gompa rlY js
INSURED THE WEINBACH GROUP, INC
7301 SW 57TH CT STE 550 INSU
SOUTH MIAMI FL 33143 -5334 INSURER 0-
orsuReRe_ _.. •- - i
COVERAr.F4 rROTICIr`ATM Wr lexar- 7• -
THIS IS TO CERTIFY THAT THE POLICIES OF iNSURANGE LISTED BELOW I1AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
__19 TYPE OF INSURANCE .... _... POLICY NUMBER M 1�ldGY F]IF -.�._ .._ VAS .�"...
WSR;
GENERAL
LIAaLISY
EACH OCCURRENCE
_
COMM,; RCIAL GENERAL LtASILTY
'�
��ATi .-
PRFM RES (E0 ogZi s
CLAIMS -MADE OCCUR
`
-
M£O EXP [A rk ane
- --
..- - ..�._-
_PERSONALd Aq INJURY 3
I
QEMERAL AGGREGATE f
GEN'L AG[;RECrATE LIMIT APPLIES PER:
FcsL +cY ' nRa- 1
PROWLTS - COhiPIOP ACC S
—.... -
LOC
S
AUTOMO9ILELIABILITY
-
LIMIT
ANY AUTO
.. - --
BO ILY INJURY _S
BODILY INJURY (Per person) S
ALL OWNED , SCHEDULED
__: AUTOS . ; AUTOS
- --
BODILY INJURY (Per not CBI) 5
NONI MIED
HIRED AUTOS AUTOS
I
�ROP AIAGE
PW OGfaOe f
S
UMBRELLA 1 OCCUR
" EACH OCCURRENCE S
S
EXCESS LIAR C� IAIMS -MADE
AGGREGATE
DEO
-
A WORKERSCOMPENSAT10N
AND EMPLOYERS' LIABILITY YIN
98- SK4L852 -5
0*7912013
STATU, OTH. .
09129/2013 X T- Ry -Lum- EB.
A y PROPRIETORIPARTNER/EXECUTIVE
OFFICEIMEMBER EXCLUDED? ❑ NIA
E. L. EACH A Cf1
C,IE7VT $ 100,00U
iA1A[MRrary In NR)
if yee, eee,tfap �I[MIAC
E.L. DI5UA017 - EA EMPLOYEE $ 100,000
_
. -__ . -_ ..... _... _
0
I E.L DISEASE - POLICY I IMrT S 500,D00
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES puta %ACORD 101, AddrUorall Remarks Schelde, If more apwo Id mgLamd)
1 Iw"
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
/ r-I
7 -2 A' ❑ItI] Cr]liRC1R8TlAIJ 61I rinhFa �nceruari
ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD 1001486 132849.8 01 -23 -2013
I
FE- 6999.1
Page 1 of 1
In accordance with the Terrorism Risk Insurance Reauthorization Act of 2007, this disclosure is part of
your policy.
POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
Coverage for acts of terrorism is not excluded
from your current policy. However your policy
does contain other exclusions which may be ap-
plicable, such as an exclusion for nuclear hazard.
You are hereby notified that under the Terrorism
Risk Insurance Act, as amended in 2007, the
definition of act of terrorism has changed. As de-
fined in Section 102(1) of the Act: The term "act
of terrorism" means any act that is certified by the
Secretary of the Treasury—in concurrence with
the Secretary of State, and the Attorney General
of the United States ---to be an act of terrorism; to
be a violent act or an act that is dangerous to
human life, property, or infrastructure; to have
resulted in damage within the United States, or
outside the United States in the case of certain
air carriers or vessels or the premises of a United
States mission; and to have been committed by
an individual or individuals as part of an effort to
coerce the civilian population of the United States
or to influence the policy or affect the conduct of
the United States Government by coercion. Un-
der this policy, any covered losses resulting from
certified acts of terrorism may be partially reim-
bursed by the United States Government under a
formula established by the Terrorism Risk Insur-
ance Act, as amended. Under the formula, the
FE- 6999.1
United States Government generally reimburses
85% of covered terrorism losses exceeding the
statutorily established deductible paid by the in-
surance company providing the coverage. The
Terrorism Risk Insurance Act, as amended, con-
tains a $100 billion cap that limits U.S. Govern-
ment reimbursement as well as insurers' liability
for losses resulting from certified acts of terrorism
when the amount of such losses exceeds $100
billion in any one calendar year. If the aggregate
insured losses for all insurers exceed $100 billion,
your coverage may be reduced.
There is no separate premium charged to cover
insured losses caused by terrorism. Your insur-
ance policy establishes the coverage that exists
for insured losses. This notice does not expand
coverage beyond that described in your policy.
THIS IS YOUR NOTIFICATION THAT UNDER THE
TERRORISM RISK INSURANCE ACT, AS
AMENDED, ANY LOSSES RESULTING FROM
CERTIFIED ACTS OF TERRORISM UNDER YOUR
POLICY MAY BE PARTIALLY REIMBURSED BY
THE UNITED STATES GOVERNMENT AND MAY
BE SUBJECT TO A $100 BILLION CAP THAT MAY
REDUCE YOUR COVERAGE.