Res No 004-21-15624RESOLUTION NO.: 004-21-15624
A Resolution authorizing the City Manager to procure professional services from
CNC Management Group, Inc. for invasive plant/tree clearing and removal at
Little House Reserve Park.
WHEREAS, the City desires to clear and remove invasive tree/plant species, dead trees,
stumps, and vines along the perimeter of little House Reserve Park, located at property address
6609 SW 601h Street; and
WHEREAS, the work scope includes but is not limited to all labor, machinery, equipment,
debris hauling and disposal; and
WHEREAS, the City issued a Request for Proposal ("RFP") #PR2020-26 on November 24,
2020 for the "Invasive Tree/Plant Clearance & Removal at Little House Reserve Park;" and
WHEREAS, pursuant to staff review, the lowest, most responsive bidder for this project is
CNC Management Group, Inc ("CNC"); and
WHEREAS, the proposal/contract amount shall not exceed $29,500.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION 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 authorized to procure professional services from CNC
Management Group, Inc. for invasive plant/tree clearing and removal at Little House Reserve
Park. The total expenditure in the amount of $29,500 shall be charged to Miscellaneous Capital
Improvement Program, account numbered 301-1790-519-6450, which has a balance of 816,983
at the time of this request.
Section 3. The City Manager is authorized to expend an additional $3,000 dollars, if
necessary, for unknown variables (contingency) that may arise during the project.
Section 4. 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 S. 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.
Res. No. 004-21-15624
Section 6. Effective Date. This resolution shall become effective immediately upon
adoption by vote of the City Commission.
PASSED AND ADOPTED this 511 day of January. 2021.
ATTEST:
) �a
CITY C RK
READ AND APPROVED AS TO FORM:
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
C ATTORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
5-0
Mayor Philips:
Yea
Vice Mayor Welsh:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Agenda Item No:1.
City Commission Agenda Item Report
Meeting Date: January 5, 2021
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Rem Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to procure professional services from CNC Management Group, Inc.
for invasive plant/tree clearing and removal at Little House Reserve Park. 3/5 (City Manager -Parks & Recreation
Dept.)
Suggested Action:
Attachments:
Memo -Invasive Clearing Little House Reserve Park (QP).docx
Reso-Invasivive Clearing Little House Reserve.docx
Bid Tabulation Sheet.pdf
CNC Management Proposal.PDF
CNC SunBiz.pdf
Reference.pdf
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: January 5, 2021
SUBJECT: A Resolution authorizing the City Manager to procure professional services
from CNC Management Group, Inc. for invasive plant/tree clearing and
removal at Little House Reserve Park.
BACKGROUND: The City desires to clear and remove invasive tree/plant species, dead
trees, dead wood, stumps, and vines along the perimeter of Little House
Reserve Park (4.06 acres), located at property address 6609 SW 60`h Street.
The work scope includes, but is not limited to all labor, machinery,
equipment, debris hauling and disposal. Invasive plant species entails
Brazilian pepper, umbrella tree, woman's tongue, shoebutton ardisia,
tuberous sword fern, Asian sword fern, oyster plan, rosary pea, gold coast
jasmine, air potato, cat claw vine, and Hong Kong orchid. Furthermore,
the Contractor is responsible for clearing poison ivy and oak (if present)
with care and caution. Existing native tree species will be protected as
much as possible.
PROCUREMENT: The City issued a Request for Proposal ("RFP") #PR2020-26 on November
24, 2020 for the "Invasive Tree/Plant Clearance & Removal at Little House
Reserve Park." Pursuant to staff review, the lowest, most responsive
bidder for this project is CNC Management Group, Inc ("CNC").
Bidders
Bid Price:
CNC Management INC
$29,500 ✓
Sherlock Tree Company
$44,500
Tropic Landscaping & Lawn Maintenance, Inc
$60,500
A Native Tree Service, Inc.
$68,120
SFM Services, Inc.
$72,850
Lefke Tree Experts LLC
$85,000
2
CITY OF SOUTH MIAMI
South emiami OFFICE OF THE CITY MANAGER
THE CITY OF PLEASANT LIVING INTER -OFFICE MEMORANDUM
EXPENSE: CNC's proposal amount shall not exceed $29,500. An additional $3,000
dollars shall be expended, if necessary, for unknown variables
(contingency) that may arise during the project.
FUND &
AccoUNT: The expenditure shall be charged to the Miscellaneous Capital
Improvement Program, account numbered 301-1790-519-6450, which has
a current available balance of $816,983.
ATTACHMENT(S): Resolution
Bid Tabulation Report
Proposal - CNC Management Group, Inc.
Reference(s)
SunBiz Report - CNC Management Group, Inc.
3
Tabulation Sheet
Agency Name City of South Miami
Bid Number
RFP-RFP #PR2020-26-0-2020/SK
Bid Name
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
Bid Due Date
12/18/2020 10:00:00
Bid Opening
closed
MR
CNC Management Group, INC.
12865 SW 216 ST Miami, FL 33186
OFFICE: 786-2504907
FAX: 786-2504908
EMAIL: CNCMANAGEMENT@COMCAST.NET
BID PACKAGE FOR THE FOLLOWING:
INVASIVE TREE/ PLANT CLEARANCE &
RFP #PR2020-26
SUBMITTAL DUE DATE:
DECEMBER 18, 2020 AT 10 AM
eX'A
South iami
THE CITY OF PLEASANT LIVING
1 �
r'
1 of 45 CNC
uY'OIG� jYlC7
TABLE OF CONTENTS
PAGE
BidPackage Cover Letter..................................................................................................I
Tableof Contents................................................................................................................2
SolicitationCover Letter....................................................................................................3
Proposal Submittal Checklist Form..................................................................................5
Insurance & Indemnification Requirements (Exhibit 2)................................................6
Example Certificate of Liability Insurance....................................................................10
Respondents Bid Form (Exhibit 3).................................................................................11
RespondentsFee Breakdown..........................................................................................14
Signed Service Agreement (Exhibit 4)............................................................................15
Respondents Qualification Statement............................................................................20
Respondents Resume, Licenses, and Certifications.......................................................24
List of Proposed Subcontractors and Principal Suppliers (N/A).................................30
Non -Collusion Affidavit...................................................................................................31
Public Entity Crimes and Conflicts of Interest...............................................................33
DrugFree Workplace......................................................................................................35
Acknowledgment of Conformance with OSHA Standards...........................................36
Affidavit Concerning Federal & State Vendor Listings................................................37
Related Party Transaction Verification Form...............................................................39
Presentation Team Declaration/ Affidavit of Representation.......................................45
Sou?heiami CNC
TI1E CITY OF PLEASANT LIVING 2 of 45 i� �I ui«�}csrreev�t i ouj. Lru$
South q� Miami
1111 MV 01 - ..
CITY OF SOUTH MIAMI
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE
RESERVE PARK
RFP #PR2020-26
SUBMITTAL DUE DATE: December 18, 2020 at 10 AM
Solicitation Cover Letter
The City of South Miami, Florida (hereinafter referred to as "Owner') through its chief executive officer (City
Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for
Proposal", `RFP" or "E-Bidding"). All references in this Solicitation (also referred to as an "Invitation for Proposals"
or "Invitation to E-bid) to "City" will be a reference to the City Manager, or the manager's designee, for the City
of South Miami unless otherwise specifically defined or unless the context in which the word is used requires it to
mean the City of South Miami.
The City is hereby requesting sealed responses to this RFP #PR2020-26, INVASIVE TREE/PLANT
CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK project The purpose of this Solicitation
is to contract for the services necessary for the completion of the project in accordance with the Scope of
Services, (EXHIBIT 1, Attachments A) and Respondent's Cost and Technical Proposal, or the plans and/or
specifications, if any, described in this Solicitation (hereinafter referred to as "the Project' or "Project").
Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package by
accessing the following webpage: http://www.southmiami8.gov/ which is the City of South Miami's web address
for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete
Solicitation Package, including all documents listed in the Solicitation.
The City will only receive submittals electronically through the DemandStar Electronic Bid System
(E-Bidding). To register as a business, go to baps:l/network-demandsmr.com/ See directions for registering
and signing into your DemandStar user account on the next page following this Solicitation Cover Letter.
Proposals must be received electronically through DemandStar, no later than 10:00 A.M. local time (the
"Closing Date") on December 18, 2020 and any Proposal received by the City through DemandStar after 10:00
a.m. local time on said date will not be accepted under any circumstances. Hand delivery will not be accepted.
E-BID OPENING VIA VIDEO CONFERENCING:
The opening of E-Bids for this solicitation will occur at 10:30 A.M. local time on (the Closing Date, December
18, 2020. The City Clerk will conduct the E-Bid Opening through video conferencing using the Zoom platform.
Members of the public may view the meeting via Zoom at httpsJ/zoom.us/i/3056636339 ,or listen to the meeting on
a dedicated phone line by dialing +I-786-635-1003 Meeting ID: 3056636339.
A Non -Mandatory Pre -Proposal Meeting will be conducted at Little House Reserve Park located at
6609 SW 60' Street, South Miami, FL 33143 on December 8, at 10:00 A.M and will be held regardless of
weather conditions. Proposals are subject to the terms, conditions and provisions of this letter as well as to those
provisions, terms, conditions, affidavits and documents contained in this Solicitation Package.
The City reserves the right to award the Project to the person with the lowest, most responsive, responsible
Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all
proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject
also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other
1 of 54
3 of 45
than to the one who provided the lowest Proposal Price and, if the Scope of the Work is divided into distinct
subdivisions, to award each subdivision to a separate Respondent
Nkenga A. Payne, CMC
City Clerk
City of South Miami
2 of 54
4 of 45 10
PROPOSAL SUBMITTAL CHECKLIST FORM
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented
by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for
consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified
in an addendum to this Solicitation. The response must include the following items:
The City will only receive submittals online and electronically through
the Demand Star Electronic Bid System (E-Bidding). To register as a
business, go to htWs://Iietwork.demandsr2r.com/ The City, at its
X discretion, may request hard copies of proposals received from a
specific Respondent or all Respondents. N/
X Indemnification and Insurance Documents EXHIBIT 2
X Respondents Bid Proposal, EXHIBIT 3
X Signed Agreement EXHIBIT 4
X Respondents
p Qualification Statement
X List of Proposed Subcontractors and Principal Suppliers
X Non -Collusion Affidavit
X Public Entity Crimes and Conflicts of Interest
X Drug Free Workplace
X Acknowledgement of Conformance with OSHA Standards
X Affidavit Concerning Federal & State Vendor Listings
X Related Parry Transaction Verification Form
X Presentation Team Declaration/Affidavit of Representation
MA
Submit this checklist along with your proposal indicating the completion and submission of each required forms
and/or documents.
END OF SECTION
15of54
5 of 45 11
EXHIBIT 2
INSURANCE & INDEMNIFICATION REQUIREMENTS
INVASIVE TREEIPLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
Insurance
A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as
"FIRM" with regard to Insurance and Indemnification requirements) must procure and maintain at its
own expense during the life of the Contract, insurance of the types and in the minimum amounts stated
below as will protect the FIRM, from claims which may arise out of or result from the contract or the
performance of the contract with the City of South Miami, whether such claim is against the FIRM or any
sub -contractor, or by anyone directly or Indirectly employed by any of them or by anyone for whose acts
any of them may be liable.
B. No Insurance required by the CITY may be issued or written by a surplus lines carrier unless authorized
in writing by the CITY and such authorization is at the CITY's sole and absolute discretion. The FIRM
must purchase insurance from and must maintain the insurance with a company or companies lawfully
authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will
protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from
the FiRM's operations under the Contract and for which the FIRM may be legally liable, whether such
operations be by the FIRM or by a Subcontractor or by. anyone directly or indirectly employed by any of
them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation,
disability benefit and other similar employee benefit acts which are applicable to the Work to be
performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of
the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of
any person other than the FIRM's employees; (d) claims for damages insured by usual personal Injury
liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or
destruction of tangible property, including loss of use resulting there from; (Q claims for damages because
of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a
motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and
(h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract
Firm's Insurance Generally, —The FIRM must provide and maintain in force and effect until all the Work to be
performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise
specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below:
Workers' Compensation Insurance, at the statutory amount as to all employees in compliance with the
"Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written
or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability
at the statutory coverage amount The FIRM must further ensure that all of its Subcontractors maintain
appropriate levels of Worker's Compensation Insurance.
Commercial Comprehensive General fUabilitx insurance with broad form endorsement, as well as
automobile liability, completed operations and products liability, contractual liability, severability of interest with
cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single
limit per occurrence and $2,000,000 aggregate, including.
• Personal Injury: $1,000,000;
• Medical Insurance: $5,000 per person;
• Property Damage: $500,000 each occurrence;
Umbrella Commercial Comprehensive General fUability insurance must be written on a Florida approved
form with the same coverage as the primary insurance policy but In the amount of $1,000,000 per claim and
$2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of
the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services
Office, and must include:
(a) Premises and Operation
41 of 54
6 of 45 12
(b) Independent Contractors
(c) Products and/or Completed Operations Hazard
(d) Explosion, Collapse and Underground Hazard Coverage
(e) Broad Form Property Damage
(f) Broad Form Contractual Coverage applicable to this specific Contract, Including any hold harmless
and/or Indemnification agreement
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of
coverage equal to those required for Bodily Injury Liability and Property Damage Liability.
Business Automobile IAbillu with minimum limits of One Million Dollars ($1,000,000.00) plus an additional
One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and
Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest
edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of
Florida, and must Include:
(a) Owned Vehicles.
(b) Hired and Non -Owned Vehicles
(c) Employers' Non -Ownership
Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract must
contain the same insurance provision as set forth In these insurance and Indemnification requirements, other than
the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where
applicable.
Fire and (Extended Coverage Insumnce (flull e • (Risk) IF APHU AB F:
A. In the event that this contract Involves the construction of a structure, FIRM must maintain, with an
Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on
buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of
construction, including foundations, additions, attachments and all permanent fixtures belonging to and
constituting a part of said buildings or structures. The policy or policies must also cover machinery, if the
cost of machinery is included In the Contract, or if the machinery Is located in a building that is being
renovated by reason of this contract. The amount of Insurance must, at all times, be at least equal to the
replacement and actual cash value of the Insured property. The policy must be in the name of the CITY
and the CONTRACTOR, as their interest may appear, and must also cover the interests of all
Subcontractors performing Work.
B. All of the provisions set forth in the Miscellaneous section below apply to this coverage unless it would be
clearly not applicable.
Miscellaneous:
A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or
should any insurance have an expiration date that will occur during the period of this contract, the FIRM
Is responsible for securing other acceptable insurance prior to such cancellation, change, or expiration
so as to provide continuous coverage as specified in this section and so as to maintain coverage during
the life of this Contract
B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the
CITY, either the FIRM must eliminate or reduce such deductible, or the FIRM must procure a Bond, in a
form satisfactory to the CITY covering the same.
C. The policies must contain waiver of subrogation against CITY where applicable, must expressly provide
that such policy or policies are primary over any other collectible insurance that CITY may have. The
CITY reserves the right at any time to request a copy of the required policies for review. All policies
must contain a "severability of interest" or "cross liability" clause without obligation for premium
payment of the CITY as well as contractual liability provision covering FIRM's duty to Indemnify the City
as provided In this Agreement.
D. Before starting the Work, the FIRM must deliver to the CITY and CONSULTANT certificates of such
Insurance, acceptable to the CITY, as well as the insurance binder, if one Is Issued, the Insurance policy,
including the declaration page and all applicable endorsements and provide the name, address and
telephone number of the insurance agent or broker through whom the policy was obtained. The insurer
must be rated A.VII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue
insurance in the State of Florida. All insurance policies must be written on forms approved by the State
of Florida and they must remain In full force and effect for the duration of the contract period with the
CITY. The FIRM may be required by the CITY, at Its sole discretion, to provide a "certified copy" of the
Policy (as defined in Article I of this document) which must Include the declaration page and all required
endorsements. In addition, the FIRM must deliver, at the time of delivery of the insurance certificate, the
following endorsements:
42 of 54
7 Of 45 13
(1) a policy provision or an endorsement with substantially similar provisions as follows:
"The City of South Miami is an additional insured. The insurer must pay all sums that the City of
South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property
damage', or "personal and advertising injury" and it will provide to the City all of the coverage
that is typically provided under the standard Florida approved forms for commercial general
liability coverage A and coverage B'
(2) a policy provision or an endorsement with substantially similar provisions as follows:
"This policy must not be cancelled (including cancellation for non-payment of premium),
terminated or materially modified without first giving the City of South Miami ten (10) days
advanced written notice of the intent to materially modify the policy or to cancel or terminate
the policy for any reason. The notification must be delivered to the City by certified mail, with
proof of delivery to the City."
E If the FIRM is providing professional services, such as would be provided by an architect, engineer,
attorney, or accountant, to name a few, then in such event and in addition to the above requirements,
the FIRM must also provide Professional Liability Insurance on a Florida approved form in the amount of
$1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all
sums which the FIRM becomes legally obligated to pay as damages for claims arising out of the services
or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by any
person employed or retained by him in connection with this Agreement This insurance must be
maintained for four years after completion of the construction and acceptance of any Project covered by
this Agreement However, the FIRM may purchase Specific Project Professional Liability Insurance, in the
amount and under the terms specified above, which is also acceptable. No insurance may be issued by a
surplus lines carrier unless authorized In writing by the city at the city's sole, absolute and unfettered
discretion.
Indemnification Requirement
A. FIRM accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise
during the work or event that is occurring on the CITY's property due to the negligence or other fault of FIRM or
anyone acting through or on behalf of FIRM.
B. FIRM must indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and
assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost
and expenses, Including reasonable attorney's fees, paralegal fees and investigative costs incidental there to and
incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be
suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates,
employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including
claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a
negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of FIRM, its
contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or
anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from
the performance or non-performance of FIRM's obligations under this AGREEMENT.
C. FIRM must pay all claims, losses and expenses of any kind or nature whatsoever, in connection
therewith, Including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors
and assigns, including their attorney's fees, in the defense of any action in law or equity brought against them and
arising from the negligent error, omission, or act of FIRM, its Sub -Contractor or any of their agents,
representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or
resulting from the performance or non-performance of FIRM's obligations under this AGREEMENT.
D. FIRM agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors
and assigns are to be held liable or responsible for any claims, including the costs and expenses of defending such
claims which may result from or arise out of actions or omissions of FIRM, its contractor/subcontractor or any of
their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising
out of or concerning the work or event that is occurring on the CiTY's property. In reviewing, approving or
rejecting any submissions or acts of FIRM, CITY in no way assumes or shares responsibility or liability for the acts
or omissions of FIRM, its contractor/subcontractor or any of their agents, representatives, employees, or assigns,
or anyone acting through or on behalf of them.
E. FIRM has the duty to provide a defense with an attorney or law firm approved by the City of South
Miami, which approval will not be unreasonably withheld.
43 of 54
8 of 45 14
F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes,
none of the provisions set forth herein above that are In conflict with this subparagraph must apply and this
subparagraph must set forth the sole responsibility of the design professional concerning Indemnification. Thus,
the design professionars obligations as to the City and its agencies, as well as to Its officers and employees, is to
indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the design professional and other persons employed or utilized by the design professional in the
performance of the contract
END OF SECTION
44 of 54
9 of 45 15
CNCMANA-01 ANOVA
A�Rv
CERTIFICATE OF LIABILITY INSURANCE 1DAM(MMDMM)
10/2212020
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 POIICy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,
subject to the terms and conditions of the policy, Certain Policies may require an endorsement A statement on
this certificate does not confer rights to the CeNficate holder
in lieu of such endorsemnn s .
PRooucER
cT
CIC Hotaling Insurance Services, LLC
PHONE
ac L EM: (306 393-8981Suite ac Nc :(845 471-7494
2103 Coral Way
.Certificates h fin.net
Miami,
Miami, FL 33145
INSU 3AFFORDING COVERwQE NAIC0
INSURER A: Hartford Fire Insurance Company 19682
INSURED
INSURERa:Trumbull Insurance Co 27120
CNC Management Group, Inc.
wsu m c,Granite State Insurance Company
23809
12865 SW 216 STREET
wsu D:
Miami, FL 33170
INSURER E:
INSURER F:
--- —�'•"' •' REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER OD
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.
w8R
A
X
TYPE OF w3URANCE
COMMERCIAL GENERAL LIABILITY
CUINS-MADE ❑X OCCUR
ADDL
X
SIBR
POLICY NUMBER
21IJENOL4217
-•q
POLICY EFF
113012020
POLICY EXP
1130/2021
IJMIT3
EACHOCCURRENCE
S 1,000,000
DDAMAGETOREWEDPREMISES Igo �mme)
MED EXP (Any one ni
s 100,000
X
S 51000
PERSONAL B ADV INJURY
S 1,000,000
NL AGGR TE UNIT AP SPED.
POUCV� LOC
OTHER:
GENE RALA GRE T
S 2,000,000
PRODUCTS - P A
S 2,000,000
ARBORIST LANDSC
11000,000
B
AUTOMOSILEUABIUTY
X
X
ANY AUTO
OWNED SCHEDULED
IAt{IU�ppT��O��30NLY AI��Jf��03WWryry pp
AUTOS ONLY X AUTONEY
21UENOL4218
113C112020
1130/2021
COMBINED SINGLEUMIT
BODILYINJURY Ps
S 1,000,000
S
SODILEYRIWryURV Per ecUEent
S
OPVE
S
S
UMBRELLA WB
EXCE35 LIAR
OCCUR
CWIM3-MADE
EACH OCCURRENCE
S
AGGREGATE
DEO RETENTIONS
C
WdIaSCOMPENSATION
AND EMPLOYERS' LIABILITY
AANNYY�CPROPRIIYETBOERRIP�Iu�, CUTIVE Y❑
Pna S. wu:neNHl
tt yyee8. O.ry uAtler-
0SCRIPTIONOFOPERATIO I,l
NIA
C038412090
1213012019
X PE OTH.
12130/2020
11000•ppg
E.L. DISEASEEMPLOYE
8 1.000.000
EL.DISEASE-POUCYUMn
S 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES U\CoaD 1M, AONUAnY W,nerXe 3CMdW, mey b eWCME II nqn epee N reWlnB)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
^��•�� +A�•••�•�n 19lBa8-205 ACOHU CORPORATION. All rights reserved.
The ACORD name and logo gre rreeg'I,steraT marks of ACORD 6
EXHIBIT 3
RESPONDENTS BID FORM
INVASIVE TREEIPLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
THIS PROPOSAL IS SUBMITTED TO:
Shari Kamall
City Manager
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
1. If this Proposal is accepted, the undersigned Respondent agrees to enter Into a Contract with the City of
South Miami in the form included in this Solicitation Package and to perform and furnish all work as specified
or indicated in this Solicitation, Including as set forth in Exhlb)t l (Scope of Services, Attachment A,) for
the Proposed Price as set forth below, within the Contract Time and In accordance with the other terms
and conditions of the Solicitation Package.
2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents,
including without limitation those dealing with the disposition of Proposal/Bid Bond, if required. This
Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening.
The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the
form of contract that is a part of the Solicitation package with appropriate changes to conform to the
Information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by
this Solicitation, required insurance documents, and other documents required by the Solicitation,
Including the Contract if not already submitted, within ten (10) calendar days after the date of the City's
Notice of Award.
3. In submitting this Proposal, Respondent represents that:
a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any
(receipt of all which Is hereby acknowledged.)
Addendum No. 1 Dated: 12/ 10/2020
b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed
work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost,
progress, performance or furnishing of the Work
c. Subsurface conditions: If applicable to this Solicitation, the Respondent represents that:
€. Respondent has studied carefully all reports and drawings, If applicable, of subsurface conditions and
drawings of physical conditions.
II. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully
studying) all such examinations, Investigations, explorations, tests and studies in addition to or to
supplement those referred to in this paragraph which pertain to the subsurface or physical conditions
at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at
the Contract Price, within the Contract Time and in accordance with the other terms and conditions
of the Contract Documents. The Respondent hereby acknowledges that no additional examinations,
investigations, explorations, tests, reports or similar information or data are, or will, be required by
Respondent for any reason In connection with the Proposal. The failure of the Respondent to request
a pre -bid marking of the construction site by any or all utility companies will create an irrefutable
presumption that the Respondent's bid or proposal price, has taken Into consideration all possible
underground conditions and Respondent, if awarded the contract, will not be entitled to a change order
for any such condition discovered thereafter.
€€i. Respondent has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract Documents.
iv. Respondent has reviewed and checked all information and data shown or indicated in the Solicitation
Package or in the Contract Documents with respect to existing Underground Facilities or conditions
at or contiguous to the site and assumes responsibility for the accurate location of ail Underground
Facilities and conditions that may affect the Work No additional examinations, investigations,
explorations, tests, reports or similar information or data in respect to any Underground Facilities or
45 of 54
11 of 45 17
conditions are, or will be, required by Respondent in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and conditions of
the Contract Documents unless the Proposal specifically states that the contract price is subject to
adjustment for future discovery of underground facilities and/or conditions that affect the cost of the
Work and unless the respondent makes a written request to the City for additional information prior
to submitting the bid or proposal as required In subsection ii above,
d. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered
in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice
given, the Respondent represents, by submitting its proposal to the City, that the Respondent has
received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to
Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies.
e. 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 pursuant to any agreement or rules of any group, association,
organization, or corporation; Respondent has not directly or indirectly induced or solicited any other
Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person, firm
or corporation to refrain from responding; and Respondent has not sought by collusion or otherwise to
obtain for itself any advantage over any other Respondent or over the CITY.
4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish and install
all the Work complete and In place. The Schedule of Values, if required, is provided for the purpose of
Proposal Evaluation and when initiated by the CITY, it will form the basis for calculating the pricing of change
orders. The Contract Price may not be adjusted in any way to result in a deviation from the Schedule of
Values, except to the extent that the CITY changes the Scope of the Work after the Contract Date. As
such, the Respondent must furnish all labor, materials, equipment, tools, superintendence, and services
necessary to provide a complete, in place, Project for the Proposal Price. If this Solicitation requires the
completion of a Respondent Cost and Technical Proposal, if any, as may be set forth in an exhibit to this
Solicitation, such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price,
otherwise, the Contract Price for the completed work is as follows:
LUMP SUM BASE PRICE: 29,500 dollars and 00 cents
Alternates: #1 $28,500.00 #2 $27,500.00
A fee breakdown for each task included in the lump sum contract price, If applicable, must be provided.
Failure to provide this information will render the proposal non -responsive.
S. The ENTIRE WORK for the project in accordance with Exhibit 1, Scope of Services, Attachments A,
must be completed, in full, within thirty (30) calendar days from the commencement date set forth in
the NOTICE TO PROCEED. Failure to complete the entire work during the described time will result in
the assessment of liquidated damages as may be set forth In the Contract
6. Insert the following information for future communication with you concerning this Proposal:
RESPONDENT: CNC Management Group, INC
Address: 12865 SW 216 ST Miami, FL 33170
Telephone: 786-250-4907
Facsimile: 786-250-4908 Email: cncmanagement@comcast.net
Contact Person Carlos M. Vazquez
7. The terms used in this Proposal which are defined in the Contract have the same meaning as is assigned to
them In the Contract Documents, unless specifically defined in this Solicitation Package.
8. If a Respondent's Cost & Technical Proposal is required by the Solicitation, Respondent hereby certifies
that all of the facts and responses to the questions posed in the Respondent's Cost & Technical Proposal,
if such an exhibit is made a part of the Solicitation, are true and correct and are hereby adopted as part of
this Bid Form, and are made a part of this proposal, by reference.
46 of "
12 of 45
18
9. By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the
form of contract contained in the Solicitation package and I agree to be bound by those terms, with any
appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information
contained in the Solicitation Documents and this Proposal, or such information that the City and I have
agreed upon in the course of contract negotiations and which have been confirmed by the City in writing,
including e-mail confirmation, if any. I hereby certify under penalties of perjury that I am the lawful
representative of the business entity referenced In this Bid Form, that I have authority to bid for that entity,
that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the
information and representations contained herein are true and correct
SUBMITTED THIS - /7— DAY OF December
PROPOSAL SUBMITTED BY:
CNC Management Group INC
Company
Carlos M. Vaz uez
f�Jar e f Person o ized to mit Proposal
—Signature
President
Title
786-250-4907
Telephone Number
786-250-4908
fax Number
cncmanagement@comcast.net
Email Address
END OF SECTION
47 of 54
20 20 .
13 of 45
19
CNC Management Group, Inc
12865 SW 216 Street Estimate
Miami, Florida 33170
CNCManagement@comcast.net
Office: (786) 250-4907 Date Estimate #
Fax: (786) 250-4908
LIC: CGC1529003 1 12/16/2020 1 5327
Customer Name / Address
City of South Miami
6130 Sunset Drive
South Miami, FL I Project
Description Qty Cost Total
** INVASIVE TREE/ PLANT CLEARANCE & REMOVAL **
** AT LITTLE HOUSE RESERVE PARK **
* RFP #PR2020-26 *
* SERVICES PROVIDED TO COMPLETE SCOPE OF WORK:
- Clearing & Removal of Invasive Tree Species, Stumps, Dead Trees, and
Vines within Specified Area
- Use of any Required Equipment to be Provided and Handled by CNC
Operator
- Any Required Ground Restoration to Include the Leveling, Grading,
and Resoding with St. Augustine Sod
- Hauling of All Resulting Debris as well the Proper Disposal at a
Responsible and Lincesed Facility
TOTAL SERVICE COST 27,500.00 27,500.00
* PERIMETER FENCE
- The Dismantling and Restoration of Perimeter Fence Portions (North,
South, East, and West)
TOTAL COST 1,000.00 1,000.00
* PERMITS
- The Assembling and Handling of any Required Permits in Association
with the Scope of Work
TOTAL COST 1,000.00 1,000.00
UPON APPROVAL PLEASE SIGN AND SEND BACK IN ORDER TO Estimate Total $29,500.00
COMMENCE PROJECT
Sales Tax (7.0%) $0.00
Sign & Date Subtotal $29,500.00
**A Deposit of (50%) is Required to Facilitate Project Commencement**
We look forward to your business.
14 of 45
20
EXHIBIT 4
SERVICE AGREEMENT
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020.26
THIS AGREEMENT (also referred to as "Contract"), entered into this < day of
.&nua 20 , by the CITY OF SOUTH MIAMI through its Manager, both of
whom Al be hereinafter referred to as the "CITY" where applicable; located at 6130 Sunset
Drive, South Miami, FL E-mail: skamali southmiamifl.gov and
CNC Management Group, INC with an office and rinci al la44e of business
located at 12865 SW 216 ST and E-mail address ofcncc�ianag�mfPntc. comcaast.&et
Facsimile transmission number of (hereinafter called the "CONTRACTOR").
WITNESSETH:
WHEREAS, the CITY needs INVASIVE TREE/PLANT CLEARANCE &
REMOVAL AT LITTLE HOUSE RESERVE PARK and desires to retain CONTRACTOR
to provide the required goods and services based on CONTRACTOR's representations which
reflect that CONTRACTOR is qualified and capable of providing said goods and 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 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 forth in CONTRACTOR'S proposal which is attached as Exhibit A to this Agreement, the
CITY hereby retains CONTRACTOR to provide the goods and services set forth in said
proposal, 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").
2) Contract Documents: The Contract Documents include this Agreement the
solicitation documents ("hereinafter referred to as "E-bid Documents") and any documents to
which those documents refer which are used by CITY and the following documents, as well as
any attachments or exhibits that are made a part of any of the documents described herein.
Scope of Services, (EXHIBIT 1, Attachments A)
CITY's Insurance & Indemnification Requirements, EXHIBIT 2
Respondents Bid Form, EXHIBIT 3
This Agreement, the Scope of Services, (EXHIBIT 1, Attachments A) and the CITY's Insurance &
Indemnification Requirements (Exhibit 2) take precedence over the CONTRACTOR's
Respondent Bid Form, EXHIBIT 3 and CONTRACTOR'S Cost & Technical Proposal, if any.
3) Date of Commencement: CONTRACTOR must commence the performance
of the Work under this Agreement on the date specified in a Notice to Proceed or Purchase
Order, (hereinafter referred to as the "Work Commencement Date"). This AGREEMENT does
not confer on the CONTRACTOR any exclusive right to perform work on behalf of the City
other than the work described in the Scope of Services, nor does it obligate the City in any
manner to guarantee work for the CONTRACTOR.
4) Primary Contacts: The Primary Contact Person in charge of administering this
Agreement on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the
Manager's designee, who will be designated in a writing signed by the Manager. The Primary
Contact Person for CONTRACTOR and his/her contact information is as follows: Name:
48 of 54
15 of 45 Page 1
cncmanagement@comcast.net
Carlos M. Vazquez e-mail: ; Fax: Street Address:
12$65 SW 216 ST Miami, FT. 33170
5) Scope of Services: The goods and services to be provided are as set forth in the
Scope of Services, (EXHIBIT 1, Attachments A)
6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's
performance under the terms and provisions of this Agreement, (hereinafter referred to as the
Contract Price) is as set forth in CONTRACTOR's Respondents Bid Form, EXHIBIT 3, or
as amended by written agreement of the City and Contractor. The CITY will pay
CONTRACTOR upon completion of the Work to the satisfaction of the City.
T) Time Provisions: The term of this Agreement will commence on the Work
Commencement Date and will continue until the work is completed which may not exceed 30
calendar days. Time is of the essence. An extension of the term of this Agreement is at the
CITY's sole and absolute discretion.
8) Termination: This Agreement may be terminated without cause by the CITY with
15 days of advanced written notice and, in such case, the termination effective date will be the
31 n day following receipt of the notice of termination. This provision supersedes and takes
precedence over any contrary provisions for termination contained in the other Contract
Documents. If the CITY terminates the Agreement without cause, the CONTRACTOR is
entitled to be compensated for the work performed up to the effective date of termination.
9) Applicable Law and Venue: Florida law applies to the interpretation and
enforcement of this Agreement. Venue for all proceedings is in Miami -Dade County, Florida.
I O)Duties and Responsibilities: CONTRACTOR must 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 Agreement or the goods and services
to be performed hereunder, and may not commit any trespass on any private property in
performing any of the work embraced by this Agreement. Each and every provision and clause
required by law to be inserted in, or made part of, this Agreement will be deemed to be
inserted herein and this Agreement will be read and enforced as though such provisions and/or
clauses were included herein. All services must be performed by the CONTRACTOR to the
satisfaction of the City Manager or manager's designee, who will decide all questions, difficulties
and disputes of whatever nature which may arise under or by reason of the Contract
Documents, including the prosecution and fulfillment of the services, as well as their character,
quality, amount and value. The City Manager's decisions upon all claims, questions, and disputes
will be final, conclusive, and binding upon the parties unless such determination is clearly
arbitrary or unreasonable.
)Change Orders: No additional Work or extras may 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.
12)Licenses and Certifications: CONTRACTOR must secure all necessary business
and professional licenses at its sole expense prior to executing this Agreement or commencing
the Work.
13)lnsurance, Indemnification & Bonding CONTRACTOR must comply with the
insurance, indemnification and bonding requirements set forth in the Contract Documents.
The terms of indemnification set forth in the Contract Documents survive the termination or
expiration of this Agreement.
14)Jury Trial Waiver: The parties waive their right to jury trial regarding any dispute
arising out of this Agreement.
I S)Entire Agreement, Modification, and Non -waiver. The Contract Documents
constitute the entire agreement of the parties and supersedes any prior agreements, written or
49 of 54
16 of 45 Page 2
oral. The Contract Documents may not be modified or amended except in writing, signed by
both parties hereto and if this Agreement 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 Agreement. The Contract Documents, in general, and this paragraph, in particular, may 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 may 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.
16)Public Records: CONTRACTOR and all of its subcontractors must comply with
the public records law (s.119.0701) while providing goods and services on behalf of the CITY
and the CONTRACTOR, under such conditions, must incorporate this paragraph in all of its
subcontracts for this Project. CONTRACTOR and its subcontractors must: (a) Keep and
maintain public records required by the public agency to perform the service; (b) Upon request
from the public agency's custodian of public records, provide the public agency with a copy of
the requested records or allow the records to be inspected or copied within a reasonable time
at a cost that does not exceed the cost provided in this chapter or as otherwise provided by
law; (c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the duration
of the contract term and following completion of the Agreement if CONTRACTOR does not
transfer the records to the public agency; and (d) Upon completion of the Agreement, 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
Agreement, CONTRACTOR must 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 Agreement, CONTRACTOR must meet
all applicable requirements for retaining public records. All records stored electronically must
be provided to the public agency, upon request from the public agency's custodian of public
records, in a format that is compatible with the information technology systems of the public
agency.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS AT 30S-663-6340; E-mail:
npayne@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143.
If CONTRACTOR or its subcontractor does not comply with a public records request, the
City Manager has the right to enforce this contract provision by specific performance and the
person who violates this provision is liable to CITY for its costs of enforcing this provision,
including attorney fees incurred in all proceedings, whether administrative or civil court and in
all appellate proceedings.
17)Drug Free Workplace. CONTRACTOR must 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 Agreement by reference.
18)Transfer and Assignment. None of the work or services under this Agreement
may be subcontracted or assigned without prior written consent from the CITY which may be
denied without cause.
19) Unauthorized Aliens. The employment of unauthorized aliens by the is
considered a violation of Federal Law. If the CONTRACTOR knowingly employs unauthorized
aliens, such violation will be cause for immediate termination of this Agreement. This applies to
50 of 54
17 of 45 Page 3
any sub -contractors. The City reserves the right at its discretion, but does not assume the
obligation, to require proof of valid citizenship or valid green card for each person employed in
the performance of the Work including persons employed by as independent contractors. By
reserving this right, the City does not assume any obligation or responsibility to enforce or
ensure compliance with the applicable laws and regulations.
20) Non -Appropriation of Funds. In the event that no funds or insufficient funds
are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments
due under this Agreement, then the City, upon written notice to CONTRACTOR or its
assignee of such occurrence, will have the unqualified right to terminate the Agreement without
any penalty or expense. No guarantee, warranty or representation is made that any project(s)
will be awarded to any CONTRACTOR.
21) Most Favored Public Entity. CONTRACTOR represents that the prices
charged to City in the proposal do not exceed existing prices to other customers for the same
or substantially similar items or services for comparable quantities under similar terms,
conditions, wages, benefits, insurance coverage and any other material cost factors. If
CONTRACTOR's prices decline, or should respondent, at any time during the term of a
contract entered into with City, provide the same goods or services with the same comparable
quantities under similar terms, conditions, wages, benefits, insurance coverage and any other
material cost factors, CONTRACTOR must immediately extend the same prices to City.
22)Notices. All notices given or required under this Agreement will 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 will be deemed received on the date that the mail
is returned to sender.
23)Indemnification. In the event that any of the Contract Documents provide for
indemnification, nothing contained therein may imply that the City has waived its sovereign
immunity as provided by Florida Statute, Section 786.28 and anything to the contrary contained
therein will be null and void and of no force or effect.
24)Severability. If any term or provision of this Agreement are to any extent be held
invalid or unenforceable, the remainder of this Agreement will not be affected thereby, and
each remaining term and provision of this Agreement will be valid and be enforceable to the
fullest extent permitted by law. This Agreement may be amended by a court of competent
jurisdiction to harmonize the remaining provisions following such finding of invalidity or
unenforceability.
25)Survival of Provisions. Any terms or conditions of this Agreement that require
acts beyond the date of the term of the Agreement, will survive termination of the Agreement,
will remain in full force and effect unless and until the terms or conditions are completed and
will be fully enforceable by either party.
IN WITNESS WHEREOF, the parties, have executed this Agreement, 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 entity's name]
Witnessed: �
Deniellp Altl Carlos M. Vazquez. President oCCNC Management Group, INC
[print name of witness] [print name of signatory]
51 of 54
18 of 45 Page 4
ATTESTED:
By: N (
Nk ga A. P e, CMC
City Clerk
Read and Approved as to Form, Language,
Legality and ecution T e o .
By; _ %
— Ciry Attorney
CITY OF SOUTH MI MI
By:
Shari, Karnali,
City Manager
END OF SECTION
52 of 54 Page 5
EXHIBIT I
SCOPE OF SERVICES
ATTACHMENT A
INVASIVE TREEIPLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
I. GENERAL REQUIREMENTS:
The work specified in this Request for Proposal (RFP) consists of furnishing all goods,
materials, supplies and services necessary to provide a completed project that meets all
of the needs described in this SCOPE OF SERVICES and as otherwise described in this
RFP (the Work). The Work includes but is not limited to keeping the project site clean
and safe; furnishing all labor of the Contractor and the labor of all allowable
subcontractors; providing dumpster(s); disposing of materials; all necessary engineering
and architectural plans, drawings and technical specifications; all permits; all necessary
equipment, including rental equipment, machinery, tools, transportation and freight;
coordination with any other City contractor, subcontractors and utility companies (i.e.
power, gas, water); erecting construction safety measures, including fencing, privacy
screening and cones, and ensuring that the safety measure are in place at the end of each
working day; root pruning and sod restoration at affected areas to the City's satisfaction;
cleaning the construction site at the end of each working day; maintenance of traffic and
hiring of off duty City police officer if required by the City; and any other goods and
services necessary to perform the Work.
The Work is to be performed in accordance with the specifications and the contract
documents that are provided to the Contractor by the City as well as in accordance with
those plans, drawings and specifications that are required to be produced by the
Contractor and that are approved by the City.
Prior to any digging, Contractor must locate all underground utilities and other facilities
as well as contacting Sunshine 811 to coordinate the process between excavators and
utilities so that the utilities can mark the approximate location of all underground facilities,
including power lines, telephone lines, cables and pipes for gas, water and sewage on the
construction site prior to any excavation.
In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and
other permits (including tree permits), as well as all laboratory tests, engineering and
architectural specifications, drawings and plans, that are necessary to secure any and all
permits and licenses required to complete Work. Permit fees are waived for permits
issued by the City of South Miami. Taxes and permit fees charged by other government
entities are the responsibility of the Contractor.
All work is to be done in accordance with all federal, state and local requirements,
guidelines and regulations included the Florida Building Code, the City of South Miami
Land Development Code, all applicable ordinances of Miami -Dade County and the City
of South Miami and the Americans with Disabilities Act (ADA).
38 of 54 Page 6
II. SCOPE OF WORK:
The City is soliciting proposals from highly qualified firms for the successful clearing and
removal of invasive tree species, stumps, dead trees, and vines along the perimeter of
Little House Reserve Park, located at property address 6609 SW 60" Street, South
Miami, FL 33143. Existing native tree species must be protected and preserved as much
as possible.
Invasive plant species includes but are not limited to: Brazilian pepper; Umbrella tree;
Woman's tongue; Shoebutton ardisia; Tuberous sword fern; Asian sword fern; Oyster
plants; Rosary pea; Gold Coast jasmine; Air Potato; Cat claw vine; Hong Kong Orchid,
etc. The work scope also entails pulling and removing invasive vines from
trees and ground cover plants, including clearance above 10' feet.
The awarded Contractor is permitted to dismantle a section of the perimeter fence on
each side (north, south, east and west) in order to facilitate debris clearing and removal.
The Contractor is responsible for restoring the fence upon completion. In addition, the
awarded Contractor is responsible for level, grade and resod (St. Augustine) of grounds
affected by the Contractor's equipment near and around the existing Girl Scout little
house property on site (main central area). Contractor is responsible for debris hauling
and disposal.
III. SITE LOCATION:
The construction project will be held at the City of South Miami's Little House
Reserve Park, located at 6609 SW 60' Street, South Miami, FL 33143.
39 of 54 Page 7
IV. PROJECT DURATION:
After permits have been secured/approved, the Respondent is responsible for completing
this project within thirty (30) calendar days from issuance of Notice to
Proceed/Purchase Order/Email Notification from the City's Project Manager.
Work activity is limited to the hours from 7:00 a.m. through 4:00 p.m., on weekdays,
Monday through Friday— Section 7- I S and 7-16 of the City's Code of Ordinances.
V. LUMP SUM PRICING:
Proposal pricing must be submitted in a "Lump Sum" by completing Exhibit 3
"Respondents Bid Form" must include demolition and prep -work at each site,
installation of a new pedestrian pathway/trail and associated structures, in accordance
with the terms and conditions described in Exhibit 1, Scope of Services, Attachment
A. It is the City's intention to award this project to a single Contractor.
IT IS THE SOLE RESPONSIBILITY OF THE E-BIDDER TO BE ON THE
LOOKOUT FOR AND TO KNOW OF ALL ADDENDA THAT MAY BE ISSUED
FOR THIS SOLICITATION.
END OF SECTION
40 of 54 Page 8
EXHIBIT 2
INSURANCE & INDEMNIFICATION REQUIREMENTS
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
Insurance
A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as
"FIRM" with regard to Insurance and Indemnification requirements) must procure and maintain at its
own expense during the life of the Contract, insurance of the types and in the minimum amounts stated
below as will protect the FIRM, from claims which may arise out of or result from the contract or the
performance of the contract with the City of South Miami, whether such claim is against the FIRM or any
sub -contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts
any of them may be liable.
B. No insurance required by the CITY may be issued or written by a surplus lines carrier unless authorized
in writing by the CITY and such authorization is at the CITY's sole and absolute discretion. The FIRM
must purchase insurance from and must maintain the insurance with a company or companies lawfully
authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will
protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from
the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such
operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of
them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation,
disability benefit and other similar employee benefit acts which are applicable to the Work to be
performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of
the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of
any person other than the FIRM's employees, (d) claims for damages insured by usual personal injury
liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or
destruction of tangible property, including loss of use resulting there from; (f) claims for damages because
of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a
motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and
(h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract.
Firm's Insurance Generail,__The FIRM must provide and maintain in force and effect until all the Work to be
performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise
specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below.
Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the
"Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written
or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability
at the statutory coverage amount. The FIRM must further ensure that all of its Subcontractors maintain
appropriate levels of Worker's Compensation Insurance.
Commercial Comprehensive General Liability insurance with broad form endorsement, as well as
automobile liability, completed operations and products liability, contractual liability, severability of interest with
cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single
limit per occurrence and $2,000,000 aggregate, including:
• Personal Injury: $1,000,000,
• Medical Insurance: $5,000 per person;
• Property Damage: $500,000 each occurrence;
Umbrella Commercial Comprehensive General Liability insurance must be written on a Florida approved
form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and
$2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of
the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services
Office, and must include:
(a) Premises and Operation
41 of 54 Page 9
(b) Independent Contractors
(c) Products and/or Completed Operations Hazard
(d) Explosion, Collapse and Underground Hazard Coverage
(e) Broad Form Property Damage
(f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless
and/or indemnification agreement.
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of
coverage equal to those required for Bodily Injury Liability and Property Damage Liability.
Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional
One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and
Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest
edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of
Florida, and must include:
(a) Owned Vehicles.
(b) Hired and Non -Owned Vehicles
(c) Employers' Non -Ownership
Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract must
contain the same insurance provision as set forth in these insurance and indemnification requirements, other than
the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where
applicable.
Fire and Extended Coverage Insurance (Builders' Risk). IF APPLICABLE:
A. In the event that this contract involves the construction of a structure, FIRM must maintain, with an
Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on
buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of
construction, including foundations, additions, attachments and all permanent fixtures belonging to and
constituting a part of said buildings or structures. The policy or policies must also cover machinery, if the
cost of machinery is included in the Contract, or if the machinery is located in a building that is being
renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the
replacement and actual cash value of the insured property. The policy must be in the name of the CITY
and the CONTRACTOR, as their interest may appear, and must also cover the interests of all
Subcontractors performing Work.
B. All of the provisions set forth in the Miscellaneous section below apply to this coverage unless it would be
clearly not applicable.
Miscellaneous:
A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or
should any insurance have an expiration date that will occur during the period of this contract, the FIRM
Is responsible for securing other acceptable insurance prior to such cancellation, change, or expiration
so as to provide continuous coverage as specified in this section and so as to maintain coverage during
the life of this Contract.
B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the
CITY, either the FIRM must eliminate or reduce such deductible, or the FIRM must procure a Bond, in a
form satisfactory to the CITY covering the same.
C. The policies must contain waiver of subrogation against CITY where applicable, must expressly provide
that such policy or policies are primary over any other collectible insurance that CITY may have. The
CITY reserves the right at any time to request a copy of the required policies for review. All policies
must contain a "severability of interest" or "cross liability" clause without obligation for premium
payment of the CITY as well as contractual liability provision covering FIRM's duty to indemnify the City
as provided in this Agreement.
D. Before starting the Work, the FIRM must deliver to the CITY and CONSULTANT certificates of such
insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy,
including the declaration page and all applicable endorsements and provide the name, address and
telephone number of the insurance agent or broker through whom the policy was obtained. The insurer
must be rated A.VII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue
insurance in the State of Florida. All insurance policies must be written on forms approved by the State
of Florida and they must remain in full force and effect for the duration of the contract period with the
CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the
Policy (as defined in Article I of this document) which must include the declaration page and all required
endorsements. In addition, the FIRM must deliver, at the time of delivery of the insurance certificate, the
following endorsements:
42 of 54 Page 10
(1) a policy provision or an endorsement with substantially similar provisions as follows:
"The City of South Miami is an additional insured. The insurer must pay all sums that the City of
South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property
damage', or "personal and advertising injury' and it will provide to the City all of the coverage
that is typically provided under the standard Florida approved forms for commercial general
liability coverage A and coverage B' ;
(2) a policy provision or an endorsement with substantially similar provisions as follows:
"This policy must not be cancelled (including cancellation for non-payment of premium),
terminated or materially modified without first giving the City of South Miami ten (10) days
advanced written notice of the intent to materially modify the policy or to cancel or terminate
the policy for any reason. The notification must be delivered to the City by certified mail, with
proof of delivery to the City."
E� If the FIRM is providing professional services, such as would be provided by an architect, engineer,
attorney, or accountant, to name a few, then in such event and in addition to the above requirements,
the FIRM must also provide Professional Liability Insurance on a Florida approved form in the amount of
$1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all
sums which the FIRM becomes legally obligated to pay as damages for claims arising out of the services
or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by any
person employed or retained by him in connection with this Agreement. This insurance must be
maintained for four years after completion of the construction and acceptance of any Project covered by
this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the
amount and under the terms specified above, which is also acceptable. No insurance may be issued by a
surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered
discretion.
Indemnification Requirement
A. FIRM accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise
during the work or event that is occurring on the CITY's property due to the negligence or other fault of FIRM or
anyone acting through or on behalf of FIRM.
B. FIRM must indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and
assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost
and expenses, including reasonable attorney's fees, paralegal fees and investigative costs incidental there to and
incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be
suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates,
employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including
claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a
negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of FIRM, its
contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or
anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from
the performance or non-performance of FIRM's obligations under this AGREEMENT.
C. FIRM must pay all claims, losses and expenses of any kind or nature whatsoever, in connection
therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors
and assigns, including their attorney's fees, in the defense of any action in law or equity brought against them and
arising from the negligent error, omission, or act of FIRM, its Sub -Contractor or any of their agents,
representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or
resulting from the performance or non-performance of FIRM's obligations under this AGREEMENT.
D. FIRM agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors
and assigns are to be held liable or responsible for any claims, including the costs and expenses of defending such
claims which may result from or arise out of actions or omissions of FIRM, its contractor/subcontractor or any of
their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising
out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or
rejecting any submissions or acts of FIRM, CITY in no way assumes or shares responsibility or liability for the acts
or omissions of FIRM, its contractor/subcontractor or any of their agents, representatives, employees, or assigns,
or anyone acting through or on behalf of them.
E. FIRM has the duty to provide a defense with an attorney or law firm approved by the City of South
Miami, which approval will not be unreasonably withheld.
43 of 54 Page 11
F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes,
none of the provisions set forth herein above that are in conflict with this subparagraph must apply and this
subparagraph must set forth the sole responsibility of the design professional concerning indemnification. Thus,
the design professional's obligations as to the City and its agencies, as well as to its officers and employees, is to
indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the design professional and other persons employed or utilized by the design professional in the
performance of the contract.
END OF SECTION
44 of 54 Page 12
EXHIBIT 3
RESPONDENTS BID FORM
INVASIVE TREEIPLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
THIS PROPOSAL IS SUBMITTED TO:
Shari Kamali
City Manager
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
1. If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of
South Miami in the form included in this Solicitation Package and to perform and furnish all work as specified
or indicated in this Solicitation, including as set forth in Exhibit I (Scope of Services; Attachment AJ for
the Proposed Price as set forth below, within the Contract Time and in accordance with the other terms
and conditions of the Solicitation Package.
2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents,
including without limitation those dealing with the disposition of Proposal/Bid Bond, if required. This
Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening.
The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the
form of contract that is a part of the Solicitation package with appropriate changes to conform to the
Information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by
this Solicitation, required insurance documents, and other documents required by the Solicitation,
including the Contract if not already submitted, within ten (10) calendar days after the date of the City's
Notice of Award.
3. In submitting this Proposal. Respondent represents that
a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any
(receipt of all which is hereby acknowledged.)
Addendum No. 1 Dated: 12/ 10/2020
b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed
work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost,
progress, performance or furnishing of the Work.
c. Subsurface conditions: If applicable to this Solicitation, the Respondent represents that:
I. Respondent has studied carefully all reports and drawings, if applicable, of subsurface conditions and
drawings of physical conditions.
ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully
studying) all such examinations, investigations, explorations, tests and studies in addition to or to
supplement those referred to in this paragraph which pertain to the subsurface or physical conditions
at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at
the Contract Price, within the Contract Time and in accordance with the other terms and conditions
of the Contract Documents. The Respondent hereby acknowledges that no additional examinations,
investigations, explorations, tests, reports or similar information or data are, or will, be required by
Respondent for any reason in connection with the Proposal. The failure of the Respondent to request
a pre -bid marking of the construction site by any or all utility companies will create an irrefutable
presumption that the Respondent's bid, or proposal price, has taken into consideration all possible
underground conditions and Respondent, if awarded the contract, will not be entitled to a change order
for any such condition discovered thereafter.
III. Respondent has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract Documents.
iv. Respondent has reviewed and checked all information and data shown or indicated in the Solicitation
Package or in the Contract Documents with respect to existing Underground Facilities or conditions
at or contiguous to the site and assumes responsibility for the accurate location of all Underground
Facilities and conditions that may affect the Work. No additional examinations, investigations,
explorations, tests, reports or similar information or data in respect to any Underground Facilities or
45 of 54
11 of 45 Page 13
conditions are, or will be, required by Respondent in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and conditions of
the Contract Documents unless the Proposal specifically states that the contract price is subject to
adjustment for future discovery of underground facilities and/or conditions that affect the cost of the
Work and unless the respondent makes a written request to the City for additional information prior
to submitting the bid or proposal as required in subsection ii above,
d. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered
in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice
given, the Respondent represents, by submitting its proposal to the City, that the Respondent has
received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to
Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies.
e. 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 pursuant to any agreement or rules of any group, association,
organization, or corporation; Respondent has not directly or indirectly induced or solicited any other
Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person, firm
or corporation to refrain from responding; and Respondent has not sought by collusion or otherwise to
obtain for itself any advantage over any other Respondent or over the CITY.
4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish and install
all the Work complete and in place. The Schedule of Values, if required, is provided for the purpose of
Proposal Evaluation and when initiated by the CITY, it will form the basis for calculating the pricing of change
orders. The Contract Price may not be adjusted in any way to result in a deviation from the Schedule of
Values, except to the extent that the CITY changes the Scope of the Work after the Contract Date. As
such, the Respondent must furnish all labor, materials, equipment, tools, superintendence, and services
necessary to provide a complete, in place, Project for the Proposal Price. If this Solicitation requires the
completion of a Respondent Cost and Technical Proposal, if any, as may be set forth in an exhibit to this
Solicitation, such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price,
otherwise, the Contract Price for the completed work is as follows:
LUMP SUM BASE PRICE: 29,500 dollars and 00 cents
Alternates: # 1 $28,500.00
#2 $27,500.00
A fee breakdown for each task included in the lump sum contract price, if applicable, must be provided.
Failure to provide this information will render the proposal non -responsive.
S. The ENTIRE WORK for the project in accordance with Exhibit i, Scope of Services, Attachments A,
must be completed, in full, within thirty (30) calendar days from the commencement date set forth in
the NOTICE TO PROCEED. Failure to complete the entire work during the described time will result in
the assessment of liquidated damages as may be set forth in the Contract
6. Insert the following information for future communication with you concerning this Proposal:
RESPONDENT: CNC Management Group, INC
Address: 12865 SW 216 ST Miami, FL 33170
Telephone:
Facsimile:
Contact Person
Em
uez
7. The terms used in this Proposal which are defined in the Contract have the same meaning as is assigned to
them In the Contract Documents, unless specifically defined in this Solicitation Package.
8. If a Respondent's Cost & Technical Proposal is required by the Solicitation, Respondent hereby certifies
that all of the facts and responses to the questions posed in the Respondent's Cost & Technical Proposal,
if such an exhibit is made a part of the Solicitation, are true and correct and are hereby adopted as part of
this Bid Form, and are made a part of this proposal, by reference.
46 of 54
12 of 45 Page 14
9. By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the
form of contract contained in the Solicitation package and I agree to be bound by those terms, with any
appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information
contained in the Solicitation Documents and this Proposal, or such information that the City and I have
agreed upon in the course of contract negotiations and which have been confirmed by the City in writing,
including e-mail confirmation, if any. I hereby certify under penalties of perjury that I am the lawful
representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity,
that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the
information and representations contained herein are true and correct
SUBMITTED THIS —/7— DAY OF December 20 20
PROPOSAL SUBMITTED BY.
_CNC Management Group, INC
Company
Carlos M. Vazquez
e f Person o ized to }� mit Proposal
�l/ s�H
;�tignature
President
ritle
786-250-4907
Telephone Number
786-250-4908
Fax Number
cncmanagement@comcast.net
Email Address
END OF SECTION
47 of 54
13 of 45
Page 15
RESPONDENT QUALIFICATION STATEMENT
INVASIVE TREEIPLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
The response to this questionnaire will be utilized as part of the CITY'S overall Proposal Evaluation and
RESPONDENT selection.
1. Number of similar projects completed,
a) In the past 5 years
In the past 5 years On Schedule
b) In the past 10 years
In the past 10 years On Schedule
3
3
3
2. List the last five (5) completed similar projects.
a) Project Name: Brickell Ave
Owner Name: City of Miami
Owner Address: 444 4W 2nd Ave Miami, Ft., 33130
Owner Telephone: 305-468-5900
Original Contract Completion Time
(Days): N/A
Original Contract Completion Date: 11 /20/2014
Actual Final Contract Completion Date: 11/20/2014
Original Contract Price: $384,212.49
Actual Final Contract Price: $3702568.87
b) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Musuem Park
FHP Tectonics Corp.
290 NW 165th ST Miami FL. 33169
305-308-2187
Original Contract Completion Time
(Days): N/A
Original Contract Completion Date: 10/12/2015
Actual Final Contract Completion Date: 10/12/2015
Original Contract Price: $1,074,753.00
Actual Final Contract Price $1,705,193.00
16 of 54
20 of 45
26
C)
Project Name mouth Shenandoah Park
Owner Name: City of Miami
Owner Address. 444 SW 2nd AVE Miami, FL 33130
Owner Telephone: 305-468-5900
Original Contract Completion Time
(Days): 120 Days
Original Contract Completion Date: 10/04/2019
Actual Final Contract Completion Date: 10/04/2019
Original Contract Price: $2%685.00
Actual Final Contract Price:
d) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
$35,610.35
Swannanoa
City of Miami
444 SW 2nd AVE Miami, FL 33130
305-468-5900
Original Contract Completion Time
(Days): 120 Days
Original Contract Completion Date: 10/04/2019
Actual Final Contract Completion Date: 10/04/2019
Original Contract Price: $35,571.00
Actual Final Contract Price $29,105.01
e) Project Name: 836 Beautification
Owner Name: Florida Department of Transportation
Owner Address: 605 Suwanee ST MS-55 Tallahassee, FL 32399
Owner Telephone: 850-414-4000
Original Contract Completion Time
(Days): N/A
Original Contract Completion Date: 02/07/2020
Actual Final Contract Completion Date: 02/07/2020
Original Contract Price: 141,451.66
Actual Final Contract Price: 408,481.66
17 of 54
21 of 45 27
3. Current workload
Project Nanie
Landscape Maintenance
Owner Nanie
otrth Miami Beach
Telephone Ntimber
305-948-2946
Contract Price
$277,200
4. The following information must be attached to the proposal.
a) RESPONDENTS home office organization chart.
b) RESPONDENTs proposed project organizational chart
c) Resumes of proposed key project personnel, Including on -site Superintendent - See Attached Resume
S. List and describe any:
N/A a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations,
N/Ab) Any arbitration or civil or criminal proceedings, or
Suspension of contracts or debarring from Bidding or Responding by any public agency brought
N/Ac) against the Respondent In the last five (5) years
6. Government References:
List other Government Agencies or Quasi -Government Agencies for which you have done business within
the past five (5) years.
Name of Agency: Miami -Dade County
Address: 111 NW 1st ST Ste 710 Miami, FL 33128
Telephone No.: 305-375-4712
Contact Person:
18 of 54
22 of 45
28
Type of Project Debris Hualing and Disposal
Name of Agency: City of Miami
Address: 444 SW 2nd Ave Miami, FL 33130
Telephone No.:
Contact Person:
Type of Project Debris Hauling and Disposal
Name of Agency:
Address:
Telephone No.:
Contact Person:
Type of Project
19 of 54
23 of 45 29
CNC Management Group, INC.
12865 SW 216 ST Miami, FL 33186
OFFICE: 786-250-4907
FAX: 786-250-4908
EMAIL: CNCMANAGEMENT@COMCAST.NET
<ComD ny Oyerview>
CNC Management Group, Inc. is a company focused on providing quality Lawn, Landscaping, and Tree
Trimming Services to its customers. The team at CNC Management Group, Inc. embraces one fundamental
philosophy: Provide our customers with the best support and high level of service our clients deserve.
Our team here at CNC is composed of key personnel that is the core of what we strive to achieve, creating a
company whose name is synonymous with the highest level of service, reliability, and quality.
1 Owned & Operated Since 2004
Carlos Vazauez
President
305-301-9498
Jesus Gonzalez
Project Manager
786-337-5461
Employed by CNC Since 2004
`I. Experienced in the planning, organizing, controlling, and directing of associated management activities
such as budget preparation and handling of multiple projects while maintaining company philosophy.
"t Effectively apply sound management practices and principles of administration, supervision, and training.
'-T Unparalleled task management skills and ability to analyze situations accurately to adopt an effective
course of action.
1 Remarkable communicative skills with the ability to establish and maintain cooperative, effective, and
long-lasting working relationships with others.
Well -versed in policies, rules, and regulations pertinent to landscape operations.
Ability to maintain current horticulture practices, modern techniques, materials, and equipment used in
landscape maintenance.
T Up to date on Integrated Pest Management Programs and concepts, as well as Pest and herbicide control
techniques.
Y Proper Implementation of safety method standards and practices.
Able to properly interpret blueprints and specifications.
Serving: Communities / Commercial Properties / Shopping Centers / Property Management Companies / Builders & Developers / Estate Homes
24 of 45 30
Afi
Thomas Jervis
ISA Certified Arborist #0246FL
305-972-9830
1 ISA Certified for 14 Years
1 Employed by CNC Since 2009
:1 Informed of all current arboricultural practices and procedures.
1 Enthusiastic of Florida horticultural trends in relation to trees, shrubs, flowers, and ornamental plants.
1 Competency in executing landscape designs that are creative, cohesive, and mindful of plant and tree
anatomy.
1 Well -aware of occupational hazards and proper safety precautions required in arboriculture.
1 Assembling of training classes to ensure employees are up to date on all safety standards.
t Knowledgeable of City laws and ordinances relating to trees.
-1 In-depth skill in establishing realistic goals and developing comprehensive plans that optimize the
scheduling and organization of projects.
1 Exceptional ability to communicate and work effectively with others as well as tactfully handle public
relations problems both orally and in text.
Rieoberto Saucedo
Irrigation Technician / Irrigation Supervisor
1 Employed by CNC Since 2011
I Performing and handling of installation, troubleshooting, repair, and maintenance of irrigation systems
effectively on properties.
1 Proficiency in the maintenance and operation of various irrigation system models.
1. Experience in operating computerized irrigation control systems.
Knowledge of tools, methods and materials used in irrigation.
't Properly interpret blue -prints, diagrams, sketches, and ability to execute instructions.
Serving Communities / Commercial Properties / Shopping Centers / Property Management Companies / Builders & Developers / Estate Homes
25 of 45 31
Xr4_�,
<Company ExperieUe>
We are currently building a reputation of superior service with many successful businesses and entities including,
but not limited to; Fisher Island, Lakes of the Meadow Community Association, Lucky Start Homes, Veitia
Padron Incorporated, Miami -Dade County, City of Miami, and most recently the City of North Miami Beach.
Current/ Oneoine Proiects
I Currently under Contract with 10 Community Associations for Lawn, Landscape, and Tree Trimming
Maintenance Services.
1_ City of North Miami Beach — Landscape Maintenance Services.
`1 Veitia Padron Inc. —Tree and Landscape Installation Services for various construction projects.
L ASR Construction — Lawn, Landscape, and Tree Trimming Maintenance Services.
't City of Miami — Landscape Maintenance Services.
Past Completed Proiects
't Miami -Dade County — Hurricane Irma Debris Removal.
1 FHP: Museum Park — Relocation and Installation of the entire Museum Park.
1 City of Miami: Brickell Ave Beautification — Installation of New Landscape on Brickell Median.
't Odebrecht: 836 Beautification — Tree and Landscape Installation Services.
'I: Palazzo Della Luna — Hardscape Design Installation of Driveway and Pool Stone
't Palazzo Del Sol — Hardscape Design Installation of Driveway and Pool Stone
Serving Communities I Commercial Properties / Shopping Centers I Property Management Companies / Builders & Developers I Esmte Homes
26 of 45 32
Local Business Tax Receipt
County, State of Florida
Miami—DadeCoun i r
THIS IS NOT A BILL — DO NOT PAY
5460530
BUSINESS NAMB/LOCATION
CNC MANAGMENT GROUP INC
12865 SW 216TH ST
MIAMI, FL 33170
OWNER
CNC MANAGMENT GROUP INC
RECEIPT NO.
RENEWAL
5700415
LBT
EXPIRES
SEPTEMBER 30, 2021
Must be displayed at place of business
Pursuant to County Code
Chapter SA - Art. 8 & 10
207 MULTIPLE SERVICE PAYMENT RECEIVED
BUSINESS (3 +) BYTAx COt18CTOA
250.00 07/1 &MO
CREDITCARD-20-054787
This Local Businast Tax Receipt only caafnmt Payment of tbo Local Sulam Tex. The Receipt Is not a Iiceate,
Permit at a CuffCadw of the bgdar s q=Uftasl=to do budaest. Holder must comply with any Governmental
or acagavernmental regulatory In" and raQairemiats whkh apply to the butlnett.
The RECEIPT H0. above auxt be displayed on all commercial webleles - Missal -Dade Coda &a ais _=
For mare htfannation. withyAyMMIamidedeAmdtaxcollicto.
27 of 45 33
Ron DeSantis, Governor
STATE OF FLORIDA
Halsey Beshears, Secretary
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE
PROVIS
iAl- ,ER, 89, FLORIDA STATUTES
Z, CARLOS MANUEL
CNC MANAGEMENT GROUP, INC.
12865 SW 216TH STREET
MIAMI FL 33170
J
LICENSE NUMBER: CGC1529003
EXPIRATION DATE: AUGUST 31, 2022
Always verify licenses online at MyFloridaLicense.com
Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
b8pr
w
A
lip
The International Society of Arboriculture
w
N
O
Hereby Announces That
Slkom s �4. 5ervis
Has Earned the Credential
ISA Certified Arborist
By successfully meeting ISA Certified Arborist certification requirements
through demonstrated attainment of relevant competencies as supported by
the ISA Credentialing Council
Caitlyn Pollihan
CEO & Executive Director
17 April 1999 30 June 2023 FL-0246A
Issue Date
ANSI National Acuadllatioa Board
A C C R E D I T E D
PERSONNEL CERTIFlCArION
BODY
A0847
ISA Cerllaed ArhorW
Expiration Date Certification Number
LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
Respondent must list all proposed subcontractors, if subcontractors are allowed by the terms of this
Solicitation to be used on this project if they are awarded the Contract.
Other.
This list must be provided as a part of Respondents submittal to the City of South Miami and in response to this
RFP.
END OF SECTION
N/A
20 of 54
30 of 45 36
NON -COLLUSION AFFIDAVIT
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
Carlos M. Vazquez being first duly sworn, deposes and states that
(1) He/Shefihey is/are the Owner
(Owner, Partner, Officer, Representative or Agent) of
CNC Management Group, INC the Respondent that has submitted the
attached Proposal;
(2) He/She(They is/are fully informed concerning the preparation and contents of the attached Proposal
and of all pertinent circumstances concerning such Proposal;
(3) Such Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the said Respondent 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 Respondent, 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 Bidding or proposing in connection with such Work; or have in any manner, directly or
indirectly, sought by agreement or collusion, or communication, or conference with any Respondent,
firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other
Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal
Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against (Recipient), or any person interested in the proposed Work;
(5) 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 Respondent or any other
of its agents, representatives, owners, employees or parties of interest. Including this affiant.
Signed, sealed and delivered in the presence of.
fl Ss
Witness
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
By..L—gym . 6�V -
Signature
Carlos M. Vazquez, President
Print Name and Title
12/16/2020
Date
ACKNOWLEDGEMENT
On this the 1_�_ day of December , 20 20 , before me, the undersigned Notary Public of the State
of Florida, personally appeared (Name(s) of individual(s) who appeared before notary)
Carlos M. Vazquez and whose name(s) islare Subscribed to the within
instrument, and he/she/they acknowledge that he/shelthey executed it
21 of 54
31 of 45 37
WITNESS my hand and official seal.
NOTARY PUBLIC:
SEAL OF OFFICE:
Diana
DIANA NAME VAJIVI
Nmary PuElk • State of
Canmisslon a IN CW)i
Ay Comm. Erom Me r 7 s
d through Natlopal M::r
22 of 54
or type as commissioned.)
Personally, known to me, or
Personal identification:
FL Drivers License
Type of Identification Produced
JDid take an oath, or
Did Not take an oath.
32 of 45
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "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
Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit an E-bid or
proposal for a Contract with a public entity for the construction of repair of a public building or public work, may
not submit E-bids or proposals on leases or real property to a public entity, may not be awarded to perform Work
as a RESPONDENT, Sub -contractor, supplier, Sub -consultant, or Consultant under a Contract with any public entity,
and may not transact business with any public entity In excess of the threshold amount Category Two of Section
287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list".
The award of any contract hereunder is subject to the provisions of Chapter I I Z Florida State
Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or
agent who is also an officer or employee of the City of South Miami or its agencies.
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a),
FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES
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
City of South Miami
[print name of the public entity]
by Carlos M. Vazquez
[print individual's name and title]
for CNC Management Group, INC
[print name of entity submitting sworn statement]
whose business address is 12865 SW 216 ST
Miami, FL 33170
and (if applicable) its Federal Employer Identification Number (FEIN) is 20-2030856 (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)(g), 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 of the United
States, including, but not limited to, any E-bid, proposal or contract for goods or services to be provided
to any public entity or an agency or political subdivision of any other state or of the United States and
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 of 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
I. 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that 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. The 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 any person, or a pooling of equipment or income among persons when not for fair
23 of 54
33 of 45 39
market value under an arm's length agreement, will 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 will 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 E-bids or proposal or applies to E-bid or proposal on contracts for the
provision of goods 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 management of an entity.
6. Based on information and belief, the statement which I have marked below is true in relation to the entity
submitting this sworn statement [Indicate which statement applies.]
Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July I, 1989.
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 I,
1989.
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 of July I,
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 I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VAUD
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT 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. I _
[Signature]
Sworn to and subscribed before me this �-1 day of December , 2o20
Personally known
OR Produced identification I/ Notary Public - State of Florida
FL Drivers License My commission expires
(Type of identification) (Printed, typed ors ped ommr-
Form PUR 7068 (Rev.06/11/92) name of notary p It
DIANA kdIE VALamA
Notary Public - State of Florida
Commission M HH 003308
Ay Comm. Etolres Wv 2S. 2024
24 of 54
34 of 45 40
DRUG FREE WORKPLACE
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
Whenever two or more responses to a solicitation which are equal with respect to price, quality and service are
received by the State or by any political subdivisions for the procurement of commodities or contractual services,
a response to the solicitation received from a business that certifies that it has implemented a drug -free workplace
program will be given preference in the award process. Established procedures for processing tie responses to
solicitations will be followed if none of the tied vendors have a drug -free workplace program. In order to have a
drug -free workplace program, a business must:
I) 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
E-bid a copy of the statement specified in Section (1).
4) In the statement specked in Section (1), notify the employees, that, as a condition to their
working for the employer with regard to the matters that are the subject of the response to the
solicitation including those involving the procurement of commodities or contractual services
that are under E-bid, the employee must abide by the terms of the statement and must 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 employees 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 this statemen[, and under penalties of perjury, I declare that I have read the
foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above
requirements. O ��
RESPONDENTS Signature: �—� �'• V6-Y y��
Print Name: Carlos M. Vazquez
Date: 12/16/2020
25 of 54
35 of 45 41
ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
TO THE CITY OF SOUTH MIAMI
We, CNC Management Group INC (Name of CONTRACTOR), hereby acknowledge and agree that as
CONTRACTOR for the INVASIVE TREEIPLANT CLEARANCE & REMOVAL AT LITTLE HOUSE
RESERVE PARK RFP #PR2020-26 as specified have the sole responsibility for compliance with all the
requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health
regulations, and agree to indemnify and hold harmless the Cry of South Miami and N/A (Consultant, if any)
against any and all liability, claims, damages, losses and expenses they may incur due to the failure of Whenever two
or more responses to a solicitation which are equal with respect to price, quality and service are received by the
State or by any political subdivisions for the procurement of commodities or contractual services, a response to the
solicitation received from a business that certifies that it has implemented a drug -free workplace program will be
given preference in the award process. Established procedures for processing tie responses to solicitations will be
followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace
program, a business must:
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
E-bid a copy of the statement specified In Section (1).
4) In the statement specified In Section (1), notify the employees, that, as a condition to their
working for the employer with regard to the matters that are the subject of the response to the
solicitation including those involving the procurement of commodities or contractual services
that are under E-bld, the employee must abide by the terms of the statement and must 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 this statement, and under penalties of perjury. I declare that I have read the
foregoing statement and that the facts stated in it are true and that this firm and its subcontractors, if any, who are
listed below, are in full compliance with the above requirements:
CONTRACTOR
CNC Management Grout), INC
BY: Carlos M. Vazaeuz
Name
President
Tide
26 of 54
36 of 45 42
AFFIDAVIT CONCERNING
FEDERAL AND STATE VENDOR LISTINGS
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PART
RFP #PR2020-26
The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent', r
certify that the Respondent's name Does Not appear on the Sate of Florida, Department of Management Sen
"CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDC,
LISTINGS".
If the Respondent's name appears on one or all the "Listings" summarized below, Respondents must "Check if
Applies" next to the applicable "Listing." The "Listings" can be accessed through the following (ink to the Florida
Department of Management Services website:
DECLARATION UNDER PENALTY OF PERJURY
I, Carlos M. Vazouez (hereinafter referred to as the "Declarant) state, that the following facts
are true and correct
(1) 1 represent the Respondent whose name is CNC Management Group, INC ,
(2) 1 have the following relationship with the Respondent President (Owner (if Respondent is a
sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General
Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent Is a Limited Liability
Company).
(3) 1 have reviewed the Florida Department of Management Services website at the following URL address:
http://www.dms.myforida.com/business_operations/sate_purchasing/vendor information/convicted_suspended_di
scriminatory_complaints_vendor lists
(4) 1 have entered an "x" or a check mark beside each listingicategory set forth below if the Respondents
name appears in the list found on the Florida Department of Management Services website for that category or
listing. If I did not enter a mark beside a listing/category, it means that I am attesting to the fact that the
Respondent's name does not appear on the listing for that category in the Florida Department of Management
Services website as of the date of this affidavit
Check if
Applicable
_ Convicted Vendor Ust
Suspended Vendor Ust
Discriminatory Vendor List
_ Federal Excluded Parties List
_ Vendor Complaint Lin
FURTHER DECLARANT SAYETH NOT.
Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the
foregoing statement and that the facts sated in it are true and that this firm is in full compliance with the above
requirements.
Carlos M. Vaz uez
Int name of D t)
B M•�
(Signature of Declarant)
ACKNOWLEDGEMENT
STATE OF FLORIDA )
COUNTY OF MIAMI-DADE )
On this the day of December , 20 20 , before me, the undersigned authority, personally
appeared Carlos M. azoeuz who is personally know to me or who provided the
following identificationFL Drivers Licenseand who took an oath or affirmed that that he/she/they executed the
foregoing Affidavit as the Declarant
27 of 54
'% Of 45 43
WITNESS my hand and official seal.
NOTARY PUBLIC:
SEAL
DIANA NAPIE VALDIVIA
Notary Public • State of Florida
Commission N HH 001198
My Comm. Expires May 25, 202e
Notary Public, State
Stamp or type as
28 of 54
38 of 45
EV
RELATED PARTY TRANSACTION VERIFICATION FORM
INVASIVE TREEIPLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
I Carlos M. Vazquez , Individually and on behalf of CNC Management Group, INC
("Firm") have Name of Representative Company/VendorlEntlty read the City of South Miami ("City")'s Code of Ethics,
Section 8A- I of the City's Code of Ordinances and I hereby certify, under penalties 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-I, 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, Le, 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) must 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:
_ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you
must make reference, on the above line, to the additional sheet and the additional sheet 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) must 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:
(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet 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:
(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet 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) must 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 On or
benefit anticipated through the performance of the contract.
29 of 54
39 of 45 45
(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 parry
before any board, commission or agency of the City within the past two years other than as
follows: (if
necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
X\Purchasing\Vendor Registration\I2.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].dotx
(7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a
spouse, son, daughter, parent, brother or sister) is related by blood or 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:
(if necessary, use a separate sheet to supply additional
information that will not fit on this line; however, you must make reference, on the above line, to the additional
sheet and the additional sheet 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 scatement in this section (7)
must 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 of employees, officers, or directors of the Firm, or of any
of their immediate family to any appointed or elected officials of the City, or to their immediate family members].
(8) No Other Firm, 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 members (hereinafter referred to as "Related Parties') has
responded to a solicitation by the City in which I 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.
(if
necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet 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) must 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 chat 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 agreement with the City, and the
imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by
and subject to action by the Miami -Dade County Commission on Ethics.
Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the
foregoing statement, that I have made a diligent effort to investigate the matters to which I am attesting
hereinabove and to the best of my knowledge, information and belief the facts stated in it are true and this firm is
in full compliance ith the abc requirements.
Signature: �'�
Print Name & Title: Carlos M. Vazgeuz, President
Date: 12/ 16/2020
30 of 54
40 of 45 46
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) DeJ7n1dons. 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 Solicitation, 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 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 affect 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 rase 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.
31 of 54
41 of 45 47
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
(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) Gifrs.
(1) Definition. The term "g€ft" 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 be taken, or which could be taken, 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) Disdosure. Any person Included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or
series of gifts from anyone 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 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) shad 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
(1) Conflicting employment prohibited.
32 of 54
42 of 45 48
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.
0) 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 I -I I 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.
(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
counselor 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
counselor 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 Priandal 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 f inandal 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.
(0) 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
33 of 84
43 of 45 49
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 ter city service.
(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, Solicitation, 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.
M of 54
44 of 45
50
PRESENTATION TEAM
DECLARATION/AFFIDAVIT OF REPRESENTATION
INVASIVE TREE/PLANT CLEARANCE & REMOVAL AT LITTLE HOUSE RESERVE PARK
RFP #PR2020-26
This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid
the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-
2206 (c)(9), any person who appears as a representative for an Individual or firm for an oral presentation
before a City certification, evaluation, selection, technical review or similar committee, must list on an
affidavit provided by the City staff, all individuals who may make a presentation. The affidavit must be
filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager.
For the purpose of this subsection only, the listed members of the presentation team, with the exception
of any person otherwise required to register as a lobbyist, must not be required to pay any registration
fees. No person may appear before any committee on behalf of an anyone unless he or she has been
listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered
with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.
Pursuant to '92.525(2), Florida Statutes, the undersigned, Carlos M. Vazquez makes the following
declaration under penalties of perjury:
Listed below are all individuals who may make a presentation on behalf of the entity that the affiant
represents. Please note; No person may appear before any committee on behalf of anyone unless he
or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he
or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration
fees.
NAME TITLE
Carlos M. Vazquez
President
Thomas Jervis ISA Certified Arborist
Jesus Gonzalez Project Manager
For the purpose of this Affidavit of Representation only, the listed members of the presentation team,
with the exception of any person otherwise required to register as a lobbyist, will not be required to pay
any registration fees. The Affidavit of Representation must be filed with the City Clerk's office at the time
the committee's proposal is submitted to the City as part of the procurement process.
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated
in it are true and specifically that the persons listed above are the members of the presentation team of
the entity listed below.
Exec ted this day of December 20 20 .
Signature of Representative
Carlos M. Vazquez, President CNC Management Group, INC
Print Name and Title Print name of entity being represented
END OF SECTION
35 of 54
45 ofi 45 51
12/21/2020 Detail by Entity Name
DIVISION OF CORPORATIONS
I � . I'Jr�l
Depanment of Slate I Division of Corporations Search Records $g@rct� y F yName
Detail by Entity Name
Florida Profit Corporation
CNC MANAGEMENT GROUP, INC
EIpg Information
Document Number
P04000170524
FEI/EIN Number
20-2030856
Date Filed
12120/2004
State
FL
Status
ACTIVE
Last Event
REINSTATEMENT
Event Date Filed
Principal Address
10/12/2018
12865 SW 216 STREET
MIAMI, FL 33170
Changed:09/22/2009
Mailing Address
12865 SW 216 STREET
MIAMI, FL 33170
Changed: 09/22/2009
ftgistered99ent Name & Address
VAZQUEZ,CARLOS M
12865 SW 216 STREET
MIAMI, FL 33170
Name Changed: 10/19/2016
Address Changed: 09/22/2009
Of rerlDirector Detail
Name & Address
Title PD
VAZQUEZ,CARLOS M
12865 SW 216 STREET
MIAMI, FL 33170
seamh.sunbiz.org/Inquiry/CorporabonSearch/SeamhResultDotallYinquirytype=EnUtyName&directionType=lnlf W&searchNameOrder-CNCMANAGEM... 11-
12/2112020
I An1jual Rsipoaa
ReportYear
Filed Date
238
10/12/2018
2019
05/05/2019
2020
03/20/2020
Q L- n020 -ANNUAL REPORT
View Image in PDF format J
)taM019 ANNUAL REPORT
View Image In PDF format
tort L2018 - REINSTATEMENT
View Image in PDF format
)UN12017 -ANNUAL REPORT
_ View Image in PDF format J
12I 2016-REINSTATEMENT
View image in PDF format
01 152015 -ANNUAL REPORT
_ _ View image in PDF format
03m42014 -ANNUAL REPORT
View image in PDF formal
Q2T 2013 - ANNUAL REPORT
_ View image in POF formal l
J''Ia2012 -ANNUAL REPORT
_ Vlew Image in PDF format I
71: 1y2011 -ANNUAL REonRT
View image in PDF format
01I111112010 -ANNUAL REPORT
_ View image in PDF format _ J
0&22r2O09 - ANNUAL REPORT
View Image In PDF format
01: 1612008 - ANNUAL REPORT
Mew Image In PDF format
q�E2112007 -ANNUAL REPORT
View Image in PDF fomlal
'_aF2006 - REINSTATEMENT
View image in POF format
OS; -`WOOS - R IN TATEM NT
_ Mew Image in PDF format
12'2J2004 - Domestic Prmft
View image in PDF format
Detail by Entity Name
search.sunbizorgllnquirylCorporationSearchlSearchResullDelail?inquirytype=EnlityName&directionType=lnigal&searchNameOMer-CNCMANAGEM... 2 53
Southkiami
THE CITY OF MASAN! LIVING
REFERENCE CHECK
TO: South Shenandoah / Contact Person: Julio Martinez
PROJECT: RFP PR#2020-26 - Invasive Tree/Plant Clearance & Removal at Little House
Reserve Park.
FIRM: CNC Management Group, INC. / Contact Person: Carlos M. Vazquez,
President
DATE: Monday, December 21, 2020
You were given as a reference by: CNC Management Group, INC. It would be appreciated if you
could complete, sign and date the questionnaire and return it via email to the sender as soon as
possible.
1. Please briefly describe the work scope/project details that CNC Management Group, INC was /
is responsible for at the City of North Miami Beach (landscape maintenance)?
CNC has perormed several major & minor landscape renovation and new construction projects for
our firm.
Please rate questions 1 through 4 from one (1) lowest to three (3) being the highest.
2. How satisfied were you with qualifications, experience and professionalism of the firm's
personnel, subcontractors and agents in completing the contract requirements? (Circle One)
1 2 3
3. Did the firm keep you updated and informed about the progression of the work, particularly
when special needs or problems arose? (Circle One)
1 2 3`
4. Please rate the firm's quality of work performed. (Circle One)
1 2 3
S. Were projects completed within established timeframes/on-time? es / No
1 07
54
Southkiami
THE CITY OF PLEASANT LIVING
6. Were there any change orders associated with your project? Yes
If you had a similar project to undertake in the future, would you consider CNC Management
Group, INC to perform the work again based on performance? yes; / No
8. Is there anything we should know while evaluating CNC Management Group, INC?
((YEP�;(please explain) / No
They are not licensed to perform new irrigation installs
and must sub out the irrigation work.
Name:
Title:
Signature:
Julio Martinez
Date: 12/21 /2020
55