Loading...
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