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