Loading...
Res No 051-20-15491RESOLUTION NO.051-20-15491 A Resolution authorizing the City Manager to cancel the annual 2020 Fourth of July event due to COVID-19. WHEREAS, each year the City of South Miami host a Fourth of July celebration at Palmer Park which includes food, live entertainment, games, children activities, and a twelve (12) to fifteen (15) minute fireworks display show; and WHEREAS, due to the coronavirus pandemic, maintaining social -distancing and various other protocols would prove extremely difficult this year. Moreover, the City could get inundated with non-residents/visitors as other cities decide to cancel their Fourth of July celebration this year. According to the Centers for Disease Control and Prevention ("CDC'), large events and mass gatherings can contribute to the spread of COVID-19 in the United States via travelers who attend these events and introduce the virus to new communities. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated into this resolution by reference as if set forth in full herein. Section 2. The City Manager is hereby authorized to cancel the city's annual 2020 Fourth of July event due to COVID-19. Section 3. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 4. Severability. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section S. Effective Date. This resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 21d day of June, 2020. ATTEST: APPROVED: CITY LERK 1 _'MAYOR Pagel of 2 Res. No. 051-20-15491 READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATTORNEY COMMISSION VOTE: 5-0 Mayor Philips: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Gil: Yea Page 2 of 2 Agenda Item No:2. City Commission Agenda Item Report Meeting Date: June 2, 2020 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to cancel the annual 2020 Fourth of July event due to COVID-19. 3/5 (City Manager -Parks & Recreation Dept.) Suggested Action: Attachments: MEMO-_Fourth_of_Ju ly_Fireworks_2020_QP_.docx RESOLUTION= _Fourth_of_July_2020 (QP).doc Light FX Contract.pdf P0013926 Light FX Pros LLC 2.28.20.pdf 1 South Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Shari Karnali, City Manager Via: Quentin Pough, Director of Parks & Recreation DATE: June 2, 2020 SUBJECT: A Resolution authorizing the City Manager to cancel the annual 2020 Fourth of July event due to COVID-19. BACKGROUND: Each year the City of South Miami host a Fourth of July celebration at Palmer Park which includes food, live entertainment, games, children activities and a twelve (12) to fifteen (15) minute fireworks display show. Due to the coronavirus pandemic, maintaining social -distancing and various other protocols would prove extremely difficult this year. Moreover, the City could get inundated with non-residents/visitors as other cities decide to cancel their Fourth of July celebration this year. According to the Centers for Disease Control and Prevention ("CDC'), large events and mass gatherings can contribute to the spread of COVID-19 in the United States via travelers who attend these events and introduce the virus to new communities. JULY4T EVENT STATUS AROUND THE COUNTY: The following are updates (as of 5121120) on local municipalities plans for 2020 Fourth of July Celebration: Key Biscayne Canceled Miami Shores Canceled Miami Gardens Canceled North Miami Canceled North Miami Beach Canceled Bal Harbor Canceled Cutler Bay Canceled Miami Beach Canceled Palmetto Bay Canceled E CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER Southkiami INTER -OFFICE MEMORANDUM it IF C ITY OFNF%45 \T LI\ING EVENT EXPENSE SAVED: $17,900 total expense saved. ATTACHMENTS: Resolution Copy of Contract with Light F/X Pros Purchase Order RESOLUTION NO.: 0 2 2 -18 -15 0 5 4 A Resolution authorizing the City Manager to enter into a multi -year contract with Light F/X Pros, LLC for the annual Fourth of July fireworks display show. WHEREAS, the City of South Miami sponsors a JUly 4t" celebration each year at Palmer Park, (6100 SW 6P Avenue South Miami, FL 33143) for its citizens which includes food, live entertainment, kid's activities and a firework display show by a qualified vendor; and WHEREAS, the City issued a request for proposal ("RFP") #PR2017-20 titled "Fireworks Display Services" on Thursday, September 21, 2017 for a term of three (3) years, with one (1) two (2) year renewal, not to exceed five (5) consecutive years; and WHEREAS, the City received three (3) proposals that were evaluated by a Selection Committee ("the Committee") comprised of Yvette Valdes (chairperson), Special Events Coordinator, Jaime Adams, Assistant Director of Parks and Recreation, -and Courtney Clay, Recreation Supervisor II; and WHEREAS, the proposals were first reviewed, scored and ranked on Wednesday, November 29, 2017 with "Preliminary" rankings and, identified the top two (2) respondents for additional questions. After the responses, the Selection Committee conducted final rankings on Tuesday, December 12, 2017 and recommended Light F/X Pros for the award. The Committee's final ranking and contract totals are summarized below; and Evaluator Light F/X Pros Firepower Display Zambelli Fireworks Yvette Valdes 100 90 50 Jaime Adams 90 92 67 Courtney Clay 91 93 65 TOTAL 281 275 182 Year Light F/X Pros Firepower Display Zambelli Fireworks Year 1 $10,950 $10,000 $240000 Year 2 $10,950 $100500 $24,000 Year 3 $10,950 $11,000 $24,000 Year 4 $10,950 $11,500 $24,000 Year 5 $10,950 $12,000 $240000 Total $54,750 $55,000 $120,000 WHEREAS, the proposal amount is not to exceed $54,750 over five (5) year contract term. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1. The City Manager is authorized to negotiate and to enter into a three (3) year agreement with an option -to -renew for an additional two (2) years with Light F/X Pros, LLC for the City's Fourth of July fireworks display for an amount not to exceed $54,750 over five (5) year contract term. 6 Pg. 2 of Res. No. 022-18-15054 Section 2. The total expenditure shall be charged to Promotional Events/Special Events, account number 001-2000-572-4820, which currently has a balance of $ 270545. Section 3. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining- portions of this resolution. Section 4. This resolution shall become effective immediately upon adoption by vote of the City Commission. PASSED AND ADOPTED this 6thday of February . 2018. ATT APP V CLERK AYOR READ AND PPROV AS TO FO COMMISSION VOTE: 4-1 LANGU G AND Mayor Stoddard: Yea EXE REOF Vice Mayor Welsh: Yea Commissioner Edmond: Yea Commissioner Liebman: Yea Commissioner Harris: Nay \CITY ATT NEY 7 th .Miamr THE CITY "ou' OF PLEASANT LMNG CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Steven Alexander, City Manager Via: Quentin Pough, Director of Parks & Recreation DATE: February 6, 2018 Agenda Item No.: SUMECT: A Resolution authorizing the City Manager to enter into a multi -year contract with Light F/X Pros, LLC for the annual Fourth of July fireworks display show. BACKGROUND: The City of South Miami sponsors a July 0h celebration each year at Palmer Park (6100 SW 6761 Avenue South Miami, FL 33143) for its citizens which includes food, live entertainment, kid's activities and a firework display show by a qualified vendor. The City issued a request for Proposal ("RFP") #PR2017-20 titled "Fireworks Display Services" on Thursday, September 21, 2017. The term of the contract is for a period of three (3) years, with one (1) two (2) year renewal, not to exceed five (5) consecutive years. The. City received three (3) proposals that were evaluated by a Selection Committee ("the Committee") comprised of Yvette Valdes (chairperson), Special Events Coordinator, Jaime Adams, Assistant Director of Parks and Recreation, and Courtney Clay, Recreation Supervisor II. The proposals were first reviewed, scored and ranked on Wednesday, !November 29, 2017 with "Preliminary" rankings and, identified the top two (2) respondents for additional questions. After the responses, the Selection Committee conducted final rankings on Tuesday, December 12, 2017 and recommended Light F/X Pros for the award. The Committee's final ranking and contract totals are summarized below: Evaluator Light F/X Pros Firepower Display Zambelli Fireworks Yvette Valdes 100 90 50 Jaime Adams 90 92 67 Courtney Clay 91 93 65 TOTAL 281 275 182 E: SO ut h..Miami THE MY of PLEASANT LIVING EXPENSE: AccouNT: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM Year Light F/X Pros Firepower Display Zambelli Fireworks Year 1 $10,950 10,000 24,000 Year 2 $10,950 10,500 24,000 Year 3 $10,950 11,000 24,000 Year 4 $10,950 11,500 24,000 Year 5 $10,950 12,000 24,000 Total $540750 550000 120,000 The City began issuing formal solicitations for the City's July 4th fireworks event in 2013. Since that time, and prior to *formal solicitations, Firepower Displays has provided services, except for July 4, 2017 where Light F/X Pros was awarded the contract. Both companies have provided excellent firework shows in the past and have followed through with all requests from the City. Last year, the City requested an eco-friendlier plan to display the fireworks show. Light F/X stated that since 2011, they had already been providing a new pyrotechnic formula that replaced perchlorate with nitro gen-rich materials that burned cleaner and produce less smoke. Additionally, their proposal includes using fireworks that are made with recycled cardboard in efforts to further create a more ecofriendly show. Proposal amount is not to exceed $54,750 over five (5) year contract term. The total expenditure shall be charged to Special Events, account number 001-2000-572-4820, which currently has a balance of $27,545. ATTACHMENTS: Resolution Bid Opening Report Preliminary Rankings Final Rankings Light F/X Pros, LLC Proposal 0 31' lag apt an 10 �'r�,lf uN� I o-`tw•�,� I:l.ilr \C•l VIC;•� \' Ealuation South Miami Scoring Sheet THE CITY OF PLFASANT UVIN RFP Title: RFP No.: Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (30S) 663-6339 www.southmiamifl gov DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria The total score for each proposer is calculated 4 adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points ftm- ' y+3<� .w. .+.air ... i1 ?4 Respondents experience, qualifications, and past performance related to performing and providing G -r 1. fireworks display services or services of a similar nature: Maximum Paints 30 Relevant experience and qualifications of key personnel, Including key personnel that will be assigned to the shoot and l 2-0 ) ti 2 perform the number of years' experience in handling and shooting fireworks. Maximum Points 20 Respondents use of "eco-friendly' 3. fireworks as described in Exhibit I, Scope of Services. Maximum Points 20 Proposed Annual Contract 4. term fee: Maximum Potnis 30 Date: l 2 91 ( -I (Print Name) (S7 ature) Page 1 of 1 11 SouthMiami THE QTV OF PLEASANT LIVING Procurement Division Evaluation 6130 Sunset Drive Scoring Sheet South Miami, Florida 33143 (305) 663-6339 www.sgk!diiniamifl.gov RFP Title: FIREWORKS DISPLAY SERVICES RFP No.: PR2017-20 DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points :.. py , Y = Respondents experience, qualifications, and past performance related to performing and providing I . fireworks display services or services of a similar nature: > Maximum Points 30 Relevant experience and qualifications of key personnel, including key personnel that will be Z' assigned to perform the shoot and the number of years' experience in VX handling and shooting fireworks. I ' Maxbnum Pohts 20 Respondents use of "eco-friendly" fireworks as described in Exhibit I, 3. Scope of Services. MaWnram Points 20 Proposed Annual Contract 4. term fee: Maximum Points 30 Reviewed by. �k;., < < �,. ��. Date: (Print Name) II (Signature) Page 1 of 1 12 V I South rMiami 'I HE CITY OF PI EASAW I I VING RFP Title: RFP No.: Evaluation Scoring Sheet FIREWORKS DISPLAY SERVICES PR2017-20 Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663-6339 myLAL�south iamLffl.gov DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score U proposer. The maximum score total score for each proposer is 100 points. W, Respondents experience, qualifications, and past performance related to performing and providing I fireworks display services or services of a similar nature: mad"Itim Points 30 Relevant experience and qualifications of key personnel, including key personnel that will be 2. assigned to perform the shoot and the in number of years' experience handling and shooting fireworics. Max4twin Points 20 Respondents use of "eco-friendly" fireworks as described in Exhibit 1, 3. Scope of Services. Maximum Points 20 Proposed Annual Contract 4. term fee: j Mazinvan Points 30 I i c rill V )I t 'k % o sLl V/K 1. L I 1 '11, _)) t�. / I . lq� >, -Date: d hj:. ..... (Print Nihie) i.I (Signature) Page I of I 13 Procurement Division (+/�i Evaluation 6130 Sunset Drive South Miami Scoring Sheet South Miami, Florida 33143 THE an or ri-FASAnf i rvwc (305) 663-6339 .Www.southmiamifl_eov RFP Title: FIREWORKS DISPLAY SERVICES RFP No.: PR2017-20 DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated -by adding each criteria for a total score by proposer. The maximum score total score for each Rroposer is I00points I ...,'d�se T Respondents experience, qualifications, and past performance related to performing and providing �)"`D L lJ I. fireworks display services or services , of a similar nature: Maximum Pohas 30 Relevant experience and qualifications of key personnel, including key personnel that will be 2' assigned to perform the shoot and %( 1 the number of years' experience in handling and shooting fireworks. Maxunum Points 20 Respondents use of "eco-friendly" _ 3. fireworks as described in Exhibit I. Scope of Services. Maximum Points 20 Proposed Annual Contract term fee: II �y 4. /_)l� ?r U Maximum Points 30 total Scolre �I95 r _ y, , a Rerfe'iied:6Yr i��t 1 i�f'it; -� j � / /f . Date: (Print ame) Sign ture} Page I of 1 M C I Procurement Division 6130 Sunset Drive Evaluation South Miami, Florida 33143 South Miami Scoring Sheet THE CITY OF PLEASANT LIVING (305) 663-6339 WWW.So ijimignifl.grov RFP Title: FIREWORKS DISPLAY SERVICES RFP No.: - PIR2017-20 DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed '4y 11 VIC Respondents experience, qualifications, and past performance related to performing and providing I fireworks display services or services of a similar nature: Maximim Points 30 Relevant experience and qualifications of key personnel, including key personnel that will be 2. assigned to perform the shoot and the number of years' experience in handling and shooting fireworks. Ma xinuim Points 20 Respondents use of "eco-friendly' fireworks as described in Exhibit 1, 3 Scope of Services. cJ r Maximum Points 20 Proposed Annual Contract 4. term fee. Maximum Points 30 Total Score: -ieyiewe Date: (Print Name) (Signature) Page 1 of 1 15 South Miami 7ME OTY Of I'LEASANT LIVING RFP Tide: RFP No.: Evaluation Scoring Sheet Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305)663-6339 www.sourbaliamifl. ov DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points rv t'k Jti�: Respondents experience, qualifications, and past performance I. related to performing and providing fireworks display services or services of a similar nature: J JJ Maximum Points 30 Relevant experience and qualifications of key personnel, Z' including key personnel that will be assigned to perform the shoot and 2, r 1. j the number of years experience in�-J handling and shooting fireworks. Marumnn Points 20 Respondents use of "eco-friendly" 3. fireworks as described in Exhibit I, Scope of Services. 6> Moximnm Points 20 Proposed Annual Contract 4. term fee: U' Maximum Points 30 )iC CA Reviewed by ` Iy e t(J. Date: (Print Name) �a ture) Page 1 of 1 16 LN cl 1&7 It C4 owe i IJ 44 4t i T I u At "WA ' -JO.- , Lc;r IT ��M-xmxff%ffm FOO N, MT v "NW ;1OX1 - 4 vg ��•:�;�.� •nq� s_{ 1� a �a;e_.r}�'x'•� •io .,.��1 �°' ,1:! ,+• _I •'c a :' Slf.�aTt;;r: 'r, ;'�-c• t- f �� �+• �° �Irl�=!( y, F'A; fA-.- - - —S;4 57 7-7"17 V4>1 "-y• 1. 'Ap IZ "Zo os n 4,v N' 1't! z 4 iOR. 9 ry Fit I " . 'Z N,11 J1 v 7/:'I-+�' t,^i?'r.r•�• IJ � r tf, +: n't'`� �`` .��-�?ti'eyS�h��' r`t.• ;���OIC � I N f'k! I j 14 7 r, z rc_­� Act — kit'. _Sm f m w7w — A W I we, 1. Wr- sqw 1 -41 On 0 1 M&M A -0 dr is fpr & 17 F - v :F WOO* "o-ur. vp 22 V".4201-08". k ink r � r 24 W mr vt 40 wom-ft- I r I va" _0 OA FIRAN hs r NOW . 6_62AMma, P"Tft tft* 14 om 4. —rc* AM ft-whil 10 41m .RIW, "6 Wt "Pic 0 lop I L I -Will 17 M" &Lv-k-- m *are Wool, I Ila 1111 =pr . I . Wft Wd ow A ua%m IN M, m - OR -mi i"Was - md%1i'j"fiw amv Aueaboi.... W 8 ere IWO40,00.1., 32 ' 34 *"acnm, 35 I 1: *6ol. 04m, mmisit�:$"JWMM-40-2,3 Q* RIM .7. 36 JL 'I" 37 4 - - -+-;;F. -AS �- 6 0--so-Im" 47- 7.W-IF. ft MI. J= 38 39 W I 7r-,771.7 - ��l .IRA 41 X� 42 ow M, mll MI. M, BPS„ 51 Z9 I'MY-7 53 Nom WOO J". "0: IWDOFW�AO 54 c j -I M 61 'wow, lift, !77 iw _lUll "mama., IA'7 —• FA: A IN 10 4,1 mm' 1.0 a 56- 57 4 � E,ri►�itafsSrVlbpl, lids+�+af���;fnri�ya�rc�%p�r�ggr�s 59 ran IWO" 61 62 tip "OpwF 12404, 63 ge L r CA WPOSA Jim vwh� : 000, la"AMMK *-Ot"WORMW 1�mps 00 M V Ox MlOrl; O. VWUM O EMM.- Pl- =.11111 66 EXHIBIT 6 CONTPACT Fireworks Display Services RFP #PR2017-20 THIS CONTRACT, entered into this kday of 0e 20_12 by the CITY OF SOUTH MiAMI through its Manager, both of whom shall be hereinafter referred to as the "CITY" where appl cajole; located at 6130 Sunset Drive, South Miami, FL. , E-mail: salexander@southmiamifl.eov and V lvS with n office and principal place of business located at and E-mail address of h �� • end Facsimile transmission number of (hereinafter called the "CONTRACTOR"). WITNESSETH: 7 V (* rq l A - L(4ifV WHEREAS, the CITY is in need of Fireworks Display Services: and WHEREAS, the CiTY desires to retain CONTRACTOR to provide the required goods and/or services based on CONTRACTOR's representations which reflect that CONTRACTOR Is qualified and capable of providing said goods and/or services In a professional and timely manner and In accordance with the CITY's goals and requirements; and WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in accordance with the terms and conditions set forth herein. NOW, THEREFORE, In consideration of the mutual covenants and agreements herein contained, the parties agree as follows: 1) Engagement of Contractor: Based on the representations of CONTRACTOR as set out in the following "checked" documents the CITY hereby retains CONTRACTOR to provide the goods and/or services set forth In said proposal, quote or response to solicitation, whichever Is applicable, as modified by the Contract Documents, or as is otherwise set forth In the Contract Documents defined below (all of which is hereinafter referred to as the Work"). (Check the box immediately preceding the document described below to indicate that such document is part of this contract) 4 Contractors response to the CITY's written solicitation; Exhibit 3 and 4 2) Contract Documents: The Contract Documents shall include this Contract and the following "checked documents", as well as any attachments or exhibits that are made a part of any of the "checked documents". (check the box immediately preceding the document described below to indicate that such document is part of this Contract) Scope of Services; Exhibit 1. Contractor's response to the CIMs Did Documents; Exhibie3 and 4. CITVs Insurance & Indemnification Requirements, Exhibit Z This Contract and the General Conditions to Contract, Supplementary Conditions, the Solicitation, Scope of Services and "Other Document", if any are "checked documents", shall take precedent over the response to the CITY's Bid Documents, if any, or the proposal or the quote, if any. The "checked documents" are attached hereto and made a part hereof by reference. 3) Date of Commencement: CONTRACTOR shall commence the performance of the Work under this Contract a date to be specified In a Notice to Proceed, or Purchase Order, (hereinafter referred to as the "Work Commencement Date"). rime is of the essence. 4) Primary Contacts: The Primary Contact Person In charge of administering this Contract on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the Managers designee, who shall be designated in a writing signed by the Manger. The Primary Contact Pars for C ACTOR and his r co� ormation Is as follows: N me:07/n4*S� "+Z e-mail: A;e �y`t' axi 786 S Addre S) Scope of Services: The goods and/or services to be provided are as set forth in the "checked documents". 6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's performance under the terms and provisions of this Contract (hereinafter referred to as the Contract Price) shall be as set forth In CONTRACTOR's response to the CITY's written solicitation or as set forth in, or modified by, one of the Contract Documents, whichever Is applicable. 7) Hours of Work: In the event that this Contract requires the performance of services, it is presumed that the cost of performing the Work after regular working hours, and on Sunday and legal holidays, is Included in the Contract Price. However, nothing contained herein shall authorize work on days and during hours that are Thorns P. Pepe 67 1211412016 otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City Manager, the Managers assistant or designee. 8) Time Provisions: The term of this Contract shall commence on the Work Commencement Date and shall continue for three (3) years and one (1) two (2) year renewal, solely at the discretion of the City Manager, or unless earlier terminated according to the Contract Documents. An extension of the term of this Contract is at the CnTY°'s sole and absolute discretion. The contract may not exceed five (5) consecutive year 9) Termination: This Contract may be terminated without cause by the CITY with 30 days of advanced written notice. This provision supersedes and takes precedence over any contrary provisions for termination contained in the Contract Documents. 10) Applicable Law and Ventre: Florida law shall apply to the interpretation and enforcement of this Contract Venue for all proceedings shall be In Miami -Dade County, Florida. 11) Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws, ordinances, codes, rules, regulations, and health and safety standards of any governmental body having jurisdiction over any matter related to this Contract or the goods and/or services to be performed hereunder, and shall commit no trespass on any private property in performing any of the work embraced by this Contract Each and every provision and/or clause required by law to be inserted In this Contract shall be deemed to be inserted herein and this Contract shall be read and enforced as though such provislons and/or clauses were included herein. 12) Change Orders: No additional Work or extras shall be done unless the same Is duly authorized In writing and In advance of the work by appropriate action by the City Manager and In accordance with the Contract Documents. 13) Licenses and Certifications: Contractor shall secure all necessary business and professional licenses at Its sole expense prior to executing this Contract or commenting the Work. 14) Insurance, Indemnification & Bonding: CONTRACTOR shall comply with the insurance, indemnification and bonding requirements set forth In the Contract Documents. 15) Jury Trial Waiver. The parties waive their right to jury trial. 16) Entire Agreemen% Modification, and Won -waiver: The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may not be modified or amended except In writing, signed by both parties hereto and if this Contract is required to be approved by the City Commission, all amendments thereto must be approved in the same manner and with the same formality as this Contract The Contract Documents, In general, and this paragraph, In particular, shall not be modified or amended by any acts or omissions of the parties. No failure to exercise and no delay in exercising any right; power or privilege shall operate as a waiver. No waiver of the Contract Documents, in whole or part, including the provisions of this paragraph, may be Implied by any act or omission. 17) Public Records: CONTRACTOR and all of Its, subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall Incorporate this paragraph In all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon• request from the public agency's custodian of public record`;, provide the public agency with a copy of the requested records -or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authortmed by law for the duration of the Contras term and following completion of the Contract if CONTRACTOR does not transfer the records to the public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service. if CONTRACTOR transfers all public records to the public agency upon completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Conv= CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from tfhe public agency's custodian of public record, in a format that is compatible with the Information technoloV systems of the public agency. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PU13L1C RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: mmenende so uthmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143. TMMU F. Pape 68 12/14/2016 18) Background Screening. All personnel and volunteers that will provide any service with vulnerable persons, as defined in Section 435.02, Fla. Scat., involving the City or its Agency in such related activity or who may have access to secure or sensitive areas of the City, must be in compliance with Level 11 Background Screening and fingerprinting requirements as per, Florida Statute Ch. 435 prior to the scheduled start of any employee or - volunteer. CONTRACTOR shall prevent any and all of its personnel, including volunteers, from engaging in any such related activities without having passed a background screening to the satisfaction of the City. A violation of this requirement shall constitute a substantial breach of this Contract 19) Drug Free Workplace. CONTRACTOR shall comply with the Drug Free Workplace policy set forth In the City of South Miami's Personnel Manual which is made a part of this Contract by reference. 20) Transfer and Assignment. None of the work or services under this Contract shall be subcontracted or assigned without prior written consent from the CITY which may be denied without cause. 21) Notices. All notices given or required under this Contract shall be deemed sufficient if sent by a method that provides written evidence of delivery, including e-mail and facsimile transmission and delivered to CONTRACTOR or his designated contact person. Return of mail, sent to the address contained herein for the parties or their contact persons, as not deliverable or for failure to claim the mail shall be deemed received on the date that the mail is returned to sender. IN WITNESS WHEREOF, the parties, have executed this Contract, on or before the date first above written, with full knowledge of its content and significance and intending to be legally bound by the terms hereof. Individual or s In Witnessed: By: [name of signatory] A /-) � � i f. B Maria Menen City aerk Read and Approved as to Form, Language, Legality and Execution Thereof: By: City Attorney (PPOFSOLUT14 MIAMI Sven Alexander ---City Manager END OF SECTION Thomas F. Pepe 69 12/1412016 OL :*k MIAMI DAILY BUSINESS REVIEW P6hshed Daly except Seturcar. Sulwday alid Legal Holidays M19M Miami -Dada Count' Fw:da STATE OF FLORIDA COUNTY OF MIAMWADE: Before the undersigned authority personally appeared JOHANA OLIVA. who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daffy Business Review . f/k/a Miami Review, a daily (except Saturday: Sunday and Legal Holidays) newspaper. published at Miami in Miami -Dade County, Florida, that the attached copy of advertisement, bung a Legal Advertisement of Notice in the matter of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI - FEB. 6, 2018 in the XY%XX Court. was published in said newspaper in the issues of 0v2s►2o1 e Affant further says that the said Miami Daily Business Review is a newspaper published at Miarre. in said Miami -Dade County, Florida and that the said newspaper has heretofore been contlriuousy published in said Miami -Dade County, Florida each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mad matter at the post office in Miami in said Miami -Dade County, Florida. for a period of one year next preceding the first Publication of the attached copy of advertisement- and afGant further says .that he or she has neither paid nor promised any person. firm or Corporation any discount, rebate. commission or refuno for the purpose of securing this advertisement for Publication in the said newspaper. JOHANA OLIVA personally known to me BARBARATHOMAS �z Commission #GC 121171 Exom Noverr-bar 2, 2021 ,.....•+'" Smiled TtW Troy Fain traram 800.3dS•10 13 v 4f • r+�caRroo+mo ' c Wei � LnRT Cffy OF "Um O NOTHes OF Pusuc &BE * NO i ICE 'IS HEREBY givers that the City Commission of the City of South Miami, Florida will coriduct Public Hearing(s) at its regular City Commission meeMg scheduled for Tuesday. February 6, 20% beginning at 7-00 p.m., in the City Commission Chambers, 6130 Swrset Drive, to consider the following uem(s):- A Resolution authorizing the City Manager to enter into.a multi -year contract with Light F/X Pros, L LC for the -annual Fourth of July fireworks display show. An- Ordinance amending the City of South Miami Code of Ordinances, Chapter 8A, Section 8A-5 titled `Lobbyists; reg€strstion, reporting, fees, exemptions, expenditures, and penalties' to arnfind subsection (a) and to add a now subsection (h) regarding campaign consultants. An Ordinance amending Section 20-3.3(E) of the City of Scuttr Miami Land Development Code perryfraing Outdoor Seating/Dining on all commercial properties that are within the Hometown District Overlay Zone (HD). An Ordinance amending the City's Land Development Code, Section 20-3.3(D) and Section 2D-7.12(A) and Section 20-3.4(B), regarding restaurant uses. An ordinance amending Section 20.2.3 (definitions) as well as Sections 20-3.1(B) and 20-3.3(D) (relating to the purpose statement and uses permitted for the Parks and Recreation zoning district) of the City's Land Development Code. ALL interested parties are invited to attend and will be heard For further information, please contact the City Clerk's Office at. 305-663-6340. Maria M. Menendez, CMC City Clerk Pursuant to Florida Statutes 286.0105, the City hereby Wines the public that if a person decides to appeal Any decision made by this.Board. Agency or Commission with respect to arty matter considered at its meeting or hearing, he or she will need a record of the proceedings, and that for such purpose, affected person may need to ensure that a verbatim record of the Proceedings is made which record includes the testimony and evidence upon which the appeal is to be based. 1126 18-56/0000290947M 72 21MU IAtt M 211 toga AIIANHERA10.001 NEIGHBORS 5n�t7' x � Y M tt/CaMhtitMltlt • ryas CITY OF SOUTH MIAMI NOTICE OF GENERAL ELECTION NOTICE IS HEREBY GIVEN that puiNuant to Article V. of the Charter of the City of South Miami, Florida. a General Election ror the City of South Mlimni to elect a Mayor for a two (2) year term; a Commiss over from Group I and.a Commissiuncr from Group IV for a tour (4) year term has been called, to be ht:ld on Tuesday, February 13, 2018 from 70) a.m. to 71M p.m.. in the City Cummiavion (IllunbcM. 6130 Sunset Drive. South Miami, FL 33143. NOTICE IS HEREBY GIVEN that there will be Early Voting held con Saturday. February 10, 2018 from 9:00 a.m. to 50) p.m. at the above location. Inyuiric.-4 can be made by calliup in the City Clerk's office at- 305-663-6.140. Muria M. Mencridez, CMC City Clerk City of S(oulh Miami d l�4 CITY OF SOUTH MIAMI COURTESY NOTICE \(irtLC ItRKE9y p.rn qua fir tb+ l .wmais.wp tr! tic lYtr u! Jaaa A1/ rtM_ nqw W43 %raw" pd14k I1emmr.1 m o rn4w raw roafts►.w tauten= w r+ 4ulax? a. Tasfty. Pehawy 6-MIS. hFincM as 1.+N p.m- in ft Cos G"vel,ron tlnvlxi 43 Sls smart WVC. a. ei W&I SW 6dlowft rant.): A ReWlpolim awkAdn the Co Mxutfu b casts low a aathi-ym two m with Login IN Pro.. LLC G•r It& amid F+Klb t4 July G►tw.viu dbpbr rlwtr• Aa ptdeumv mnnmh ra ft,r CS.- ••1 Rob Minns C *.4Ontiruetd. C1,vwxk k wn PA.S tifkd 4 41%. we fersJnasvt kos. earttapli tsm ertwsd um. and madfios" 6• .mend •d..Y161n lot wed it. ALI w aa- wbarora t bt n%wdii %-Anjolp a•eN amu An OkUnw a as V&P Saike .tLJ.J8b1 ul the Chy ,a Sadb Must LaW 110,%*Vrawl C,ale•tofmaart Aaal va .a A aatalwrod pr..palln 4 a1 mr +Wisn Mr lihvnrl.•ra Ontrki OmbT Trot (Heil As Onbsaxe xaendint Ar Od: s Land rk-wLtowr Cnk, Scauar ±tj-7:KDt art Sodas 01.1 IAAj aa.l .;.Mim 2a.:+,fle16 ftpn at tr"#= rhea Ass (haftaxr aw abag Seetitaf -W.) (derlt1t..unl m sailtas Swivw 211.1.1181'wW M.)lfill Into C to ftr privax s xnumt :cal um, I%mAwd kI list Pis sad Rwmri.42 wont ,Irmiei) .•r for Cily'NL:rtd IV%%$•praela C•+fe AU. ttdnr.led IOU" arc 130*41u 011001:w.1 will it, br=J F" 10fib" 1altrmatwa Pkl.e oaaatl dse cis Cxtet:'. nmcr at: SAs.90-0411 M.lfta m Mfat'odrt. c%tr C1trci f1: Arramv ►i...,►e 4awe+2et� Fprf. t1► fSn ►�M7.4•..a toe ts1•G. 1171.ra eeq.ad!eid� tw "Il'•'+s tar dr.wl w tassel. tap g-4 4. Arm, e t}•..e•a.� �Ja tA,v.• 4 a* •nm• h rt.i.MA •r Ni 0*44" ♦ IWOiaL IN n qr -,a ww,l . rn ..t .r an,•.vv..aeo, eel due 1.v ,wi w,.+a...dw W lee•.• m, —J w. tw•w►rnr +••Iotiw .m•.r el ew N'+'�a4'o7' it,•.4. •ti.a tw.wl.w.M1.+r, tt7w�..� s.4 .. dna. .r.+W L ew t►pr,t is w f..R.r 1295E 1` F. got MUNICIPAL CANVASSING BOARD SCHEDULE FEBRUARY 13, 2018 SOUTH MiAMI GENERAL ELECTION The City of South Miami Canvassing Board will convene at the Office of the Supervisor of Elections. 2700 NW 87th Avenue, Miami, Florida. The Canvassing Board is convening on these dates for the February 13, 2018 South Miami General Election. DATEMME ACTIVITY Monday, 216/18 1. Logic and Accuracy Test of the touch 10:00 a.m. screen and optical scan voting systems to be used for vote -by -mall. early voting and precinct ballots 2.00 P.M. 2. Public Inspection of vota-by-mall ballots Monday. 2112/18 1. Pro -count Logic and Accuracy Test of the 10:00 a.m. through optical scan system used for vote -by -mail Tuesday, 2/13/18 and provisional ballots to completion 2. Approval to commence vote-brmap ballot opening, processing, and duplication 3. Vote -by -mail ballot opening and processing (as needed) 4. Duplication of ballots (as needed) Tuesday. V13118 1. Canvassing of presumed invalid Canvassing: vote-l"all banots 5:00 p.m. to completion 7:00 pm. to completion 2. Tabulation of results 3, unofficial Results provided by the Supervisor of Elections Friday. 2116118 1. Canvassing of provisional ballots 10:00 am. to (as needed) completion 2. Certification of Official Results, including provislonals, by the Supervisor of Elections 3. Post -count Logic and Accuracy Test of the optical scan system used for vote`by-mall and provisional ballots 4. Race and precinct(s) selection for manual post -election audit ti. Audit process starts to completion Rf.. 121"1 tt;£P ramassina Board Members Josh Liebman. Commissioner Bob Welsh. Vice Mayor Maria M. Menendez. CMC. FCRM. City Clerk 73 City of South Miami Division of Purchasing 6130 Sunset Drive �.. South Miami, Florida 33143 DATE 0 2 / 2 8 / 2 0 Phane: 3054M 341339 Fax: 305-667-7806 VENDOR: DELIVER TO: Light F/X Pros LLC 1261 NW 43 St MIAMI, FL 33166 PURCHASE ORDER NO. P0013926 TO PECENE PROPER PAYMVIT THE ABOVE PO MW= ►VJ;T AX- SAP ON ALL SEND INVOICE TO: City of South Miami Division of Purchasing 6130 Sunset Drive Farina Tmc tom. �ts,'t24-i�B.s4c South Miami, Florida 33143 Payment7�s in accwdanco With FL state state f 21W3 FcftM m etrmtnr W4=0r/at Req. a Vendor # Ship Via Department PR003320 0091363 Terms Date Required Confirming Confirmed to yes no QUANTITyT PART NO. DESCRIPTION UNIT PRICE EXTENDED PRICE L Anuual Fireworks show for July 4th 10,950.00 10,950.Q celebration - 12 minute display TOTAL 10,950 ACCOUNT NO. AMOUNT 0012J00 5724820 10,950.00 74 P.O. Approval Ptucha ng Manager RESOLUTION NO.: 022-18-15054 A Resolution authorizing the City Manager to enter into a multi -year contract with Light F/X Pros, LLC for the annual Fourth of July fireworks display show. WHEREAS, the City of South Miami sponsors a July 4th celebration each year at Palmer Park, (6100 SW 67th Avenue South Miami, FL 33143) for its citizens which includes food, live entertainment, kid's activities and a firework display show by a qualified vendor; and WHEREAS, the City issued a request for proposal ("RFP") #PR2017-20 titled "Fireworks Display Services" on Thursday, September 21, 2017 for a term of three (3) years, with one (1) two (2) year renewal, not to exceed five (5) consecutive years; and WHEREAS, the City received three (3) proposals that were evaluated by a Selection Committee ("the Committee") comprised of Yvette Valdes (chairperson), Special Events Coordinator, Jaime Adams, Assistant Director of Parks and Recreation, and Courtney Clay, Recreation Supervisor 11; and WHEREAS, the proposals were first reviewed, scored and ranked on Wednesday, November 29, 2017 with "Preliminary" rankings and, identified the top two (2) respondents for additional questions. After the responses, the Selection Committee conducted final rankings on Tuesday, December 12, 2017 and recommended Light F/X Pros for the award. The Committee's final ranking and contract totals are summarized below; and Evaluator Yvette Valdes Jaime Adams Courtney Clay TOTAL F/X Pros Firepower Display Zambelli Fireworks 100 90 50 90 92 67 91 93 65 281 275 182 Year Light F/X Pros Firepower Display Zambelli Fireworks Year 1 $10,950 $10,000 $24,000 Year 2 $10,950 $10,500 $24,000 Year 3 $10,950 $110000 $24,000 Year 4 $100950 $11,500 $24,000 Year 5 $10,950 $12,000 $24,000 Total $54,7S0 $55,000 $120,000 WHEREAS, the proposal amount is not to exceed $54,750 over five (5) year contract term. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1. The City Manager is authorized to negotiate and to enter into a three (3) year agreement with an option -to -renew for an additional two (2) years with light F/X Pros, LLC for the City's Fourth of July fireworks display for an amount not to exceed $54,750 over five (5) year contract term. 75 Pg. 2 of Res. No. 022-18-15054 Section 2. The total expenditure shall be charged to Promotional Events/Special Events, account number 001-2000-572-4820, which currently has a balance of $ 27,S45. Section 3. If any section clause, sentence, or phrase of this resolution is for any reason held Invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining• portions of this resolution. Section 4. This resolution shall become effective immediately upon adoption by vote of the City Commission. PASSED AND ADOPTED this -today of February . 2018. ATT APP V a-r-k CLERK ISAYOR READ AN PPROV AS TO FOAM: COMMISSION VOTE: 4-1 LANGU G AND Mayor Stoddard: Yea EXEC REOF Vice Mayor Welsh: Yea Commissioner Edmond: Yea Commissioner Liebman: Yea Commissioner Harris: Nay CITY ATT NEY 76