Res No 046-21-15666RESOLUTION NO.046-21-15666
A Resolution relating to the 2021 annual Fourth of July celebration event.
WHEREAS, every year the City of South Miami hosts a Fourth of July celebration at
Palmer Park which includes food, live entertainment, games, children's activities, and a
fireworks display show; and
WHEREAS, last year's Fourth of July celebration was canceled due to the coronavirus
pandemic. Maintaining social -distancing and various other protocols would prove extremely
difficult once again for this year's 2021 celebration. Moreover, the City may get overwhelmed
with non-residents/visitors due to neighboring cities —Coral Gables and Palmetto Bay —
canceling their Fourth of July celebration events this year; and
WHEREAS, according to the Centers for Disease Control and Prevention ("CDC"): "CDC
continues to recommend that large gatherings be avoided, particularly those in which
physical distancing cannot be maintained between people who live in different households.
This guidance is intended for those who are planning a large event, such as sporting events,
concerts, festivals, conferences, parades, or weddings;" and
WHEREAS, the attached memorandum illustrates updates of local municipalities' plans
for the 2021 Fourth of July Celebration as of April 13, 2021.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE
CITY OF SOUTH MIAMI, FLORIDA:
Section 1. The foregoing recitals are hereby ratified and confirmed as being true and
they are incorporated into this resolution by reference as if set forth in full herein.
Section 2. The City Manager is hereby authorized to cancel the 2021 Fourth of July
celebration event.
Section 3. Corrections. Conforming language or technical scrivener -type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 4. Severability. If any section clause, sentence, or phrase of this resolution is for
any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding
shall not affect the validity of the remaining portions of this resolution.
Section S. Effective Date. This resolution shall become effective immediately upon
adoption.
PASSED AND ADOPTED this 22Rd day of April 2021.
Pagel of 2
Res. No. 046-21-15666
ATTEST:
CITY dERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
C ATTORNEY
APPROVED:
COMMISSION VOTE:
5-0
Mayor Philips:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Commissioner Corey:
Yea
Page 2 of 2
Agenda Item No:6.
City Commission Agenda Item Report
Meeting Date: April 22, 2021
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
A Resolution relating to the 2021 annual Fourth of July celebration event. 3/5 (City Manager -Parks & Recreation
Dept.)
Suggested Action:
Attachments:
MEMO_-_Fou rth_of_J u ly_2021.docx
RESOLUTION= _Fourth_of_July_2021.doc
Resolution 022- 18-15054-Fi re works Contract .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: April 22, 2021
SUBJECT: A Resolution authorizing the City Manager to the 2021
Fourth of July celebration event.
BACKGROUND: Every year the City of South Miami hosts a Fourth of July celebration at
Palmer Park which includes food, live entertainment, games, children
activities and a firework display show.
Last year's 2020 Fourth of July celebration was canceled due to the
coronavirus pandemic. Maintaining social -distancing and various other
protocols would prove extremely difficult once again for this year's 2021
celebration. Moreover, the City may get overwhelmed with non-
residents/visitors due to neighboring cities —Coral Gables and Palmetto
Bay —canceling their Fourth of July celebration events this year.
According to the Centers for Disease Control and Prevention ("CDC"):
"CDC continues to recommend that large gatherings be avoided,
particularly those in which physical distancing cannot be maintained
between people who live in different households. This guidance is
intended forthose who are planning a large event, such as sporting events,
concerts, festivals, conferences, parades, or weddings."
JULY 4T" EVENT STATUS
AROUND THE COUNTY: The following are updates (as of 4113121) on local municipalities' plans for
2021 Fourth of July Celebration:
2
RESOLUTION NO.046-21-iS666
A Resolution relating to the 2021 annual Fourth of July celebration event.
WHEREAS, every year the City of South Miami hosts a Fourth of July celebration at
Palmer Park which includes food, live entertainment, games, children's activities, and a
fireworks display show; and
WHEREAS, last year's Fourth of July celebration was canceled due to the coronavirus
pandemic. Maintaining social -distancing and various other protocols would prove extremely
difficult once again for this year's 2021 celebration. Moreover, the City may get overwhelmed
with non-residents/visitors due to neighboring cities —Coral Gables and Palmetto Bay —
canceling their Fourth of July celebration events this year; and
WHEREAS, according to the Centers for Disease Control and Prevention ("CDC"): "CDC
continues to recommend that large gatherings be avoided, particularly those in which
physical distancing cannot be maintained between people who live in different households.
This guidance is intended for those who are planning a large event, such as sporting events,
concerts, festivals, conferences, parades, or weddings;" and
WHEREAS, the attached memorandum illustrates updates of local municipalities' plans
for the 2021 Fourth of July Celebration as of April 13, 2021.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE
CITY OF SOUTH MIAMI, FLORIDA:
Section 1. The foregoing recitals are hereby ratified and confirmed as being true and
they are incorporated into this resolution by reference as if set forth in full herein.
Section 2. The City Manager is hereby authorized to cancel the 2021 Fourth of July
celebration event.
Section 3. Corrections. Conforming language or technical scrivener -type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 4. Severability. If any section clause, sentence, or phrase of this resolution is for
any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding
shall not affect the validity of the remaining portions of this resolution.
Section S. Effective Date. This resolution shall become effective immediately upon
adoption.
PASSED AND ADOPTED this 221d day of April2021.
Pagel of 2
Res. No. 046-21-15666
ATTEST:
CITY ERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
C ATTORNEY
APPROVED:
di
COMMISSION VOTE:
5-0
Mayor Philips:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Commissioner Corey:
Yea
Page 2 of 2
Agenda Rem No:6.
City Commission Agenda Item Report
Meeting Date: April 22, 2021
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Rem Type: Resolution
Agenda Section:
Subject:
A Resolution relating to the 2021 annual Fourth of July celebration event. 3/5 (City Manager -Parks & Recreation
Dept.)
Suggested Action:
Attachments:
MEMO=_Fourth_of July 2021.docx
RESOLUTION= _Fourth_of_July_2021.doc
Resolution 022-18-15054-Fireworks Contract .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: April 22, 2021
SUBJECT: A Resolution authorizing the City Manager to the 2021
Fourth of July celebration event.
BACKGROUND: Every year the City of South Miami hosts a Fourth of July celebration at
Palmer Park which includes food, live entertainment, games, children
activities and a firework display show.
Last year's 2020 Fourth of July celebration was canceled due to the
coronavirus pandemic. Maintaining social -distancing and various other
protocols would prove extremely difficult once again for this year's 2021
celebration. Moreover, the City may get overwhelmed with non-
residents/visitors due to neighboring cities —Coral Gables and Palmetto
Bay —canceling their Fourth of July celebration events this year.
According to the Centers for Disease Control and Prevention ("CDC"):
"CDC continues to recommend that large gatherings be avoided,
particularly those in which physical distancing cannot be maintained
between people who live in different households. This guidance is
intended for those who are planning a large event, such as sporting events,
concerts, festivals, conferences, parades, or weddings."
JULY 4T" EVENT STATUS
AROUND THE COUNTY: The following are updates (as of 4113121) on local municipalities' plans for
2021 Fourth of July Celebration:
2
South Miami
THE CITY OF PLEASANT LIVING
EVENT
EXPENSE SAVED
ATTACHMENTS:
$18,000
total
expense
saved.
Fireworks
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
Coral Gables
Currently canceled —but maybe
having further discussions.
Palmetto Bay
Canceled
North Miami
Canceled
Miami Shores
Canceled
Miami Springs
Undecided
Miami Gardens
Undecided
Key Biscayne
Undecided
Fireworks confirmed, but
undecided whether live stream or
Doral
in -person attendance with
restrictions.
Fireworks confirmed, but
Hialeah
undecided whether live stream or
in -person attendance with
restrictions.
alone ($10,950).
Resolution
Resolution No. 022-18-15054 — Fireworks Contract
RESOLUTION NO.: 022-18-15054
A Resolution authorizing the City Manager to enter into a multi -year contract with Light
F/X Pros, LLC for the annual Fourth of July fireworks display show.
WHEREAS, the City of South Miami sponsors a July 4`h celebration each year at Palmer Park,
(6100 SW 671h Avenue South Miami, FL 33143) for its citizens which includes food, live
entertainment, kid's activities and a firework display show by a qualified vendor; and
WHEREAS, the City issued a request for proposal ("RFP") #PR2017-20 titled "Fireworks
Display Services" on Thursday, September 21, 2017 for a term of three (3) years, with one (1) two
(2) year renewal, not to exceed five (5) consecutive years; and
WHEREAS, the City received three (3)
Committee ("the Committee") comprised of
Coordinator, Jaime Adams, Assistant Director
Recreation Supervisor II; and
proposals that were evaluated by a Selection
Yvette Valdes (chairperson), Special Events
of Parks and Recreation, and Courtney Clay,
WHEREAS, the proposals were first reviewed, scored and ranked on Wednesday, November
29, 2017 with "Preliminary" rankings and, identified the top two (2) respondents for additional
questions. After the responses, the Selection Committee conducted final rankings on Tuesday,
December 12, 2017 and recommended Light F/X Pros for the award. The Committee's final ranking
and contract totals are summarized below; and
Evaluator
Light F/X Pros
Firepower Display
Zambelli Fireworks
Yvette Valdes
100
90
50
Jaime Adams
90
92
67
Courtney Clay
91
93
65
TOTAL
281
275
182
Year
Light F/X Pros
Firepower Display
Zambelli Fireworks
Year 1
$10,950
$10,000
$24,000
Year 2
$10,950
$10,500
$24,000
Year 3
$10,950
$11,000
$24,000
Year 4
$10,950
$11,500
$24,000
Year 5
$10,950
$12,000
$24,000
Total
$54,750
$55,000
$120,000
WHEREAS, the proposal amount is not to exceed $54,750 over five (5) year contract term.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA THAT:
Section 1. The City Manager is authorized to negotiate and to enter into a three (3) year
agreement with an option -to -renew for an additional two (2) years with Light F/X Pros, LLC for the
City's Fourth of July fireworks display for an amount not to exceed $54,750 over five (5) year
contract term.
6
Pg. 2 of Res. No. 022-18-15054
Section 2. The total expenditure shall be charged to Promotional Events/Special Events,
account number 001-2000-572-4820, which currently has a balance of $ 27,545.
Section 3. If any section clause, sentence, or phrase of this resolution is for any reason held
invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the
validity of the remaining portions of this resolution.
Section 4. This resolution shall become effective immediately upon adoption by vote of the
City Commission.
PASSED AND ADOPTED this 6thday of February , 2018.
ATT APP V
aAvi"
CLERK AYOR
READ AND PPROV AS TO FO M: COMMISSION VOTE: 4-1
LANGU G AND Mayor Stoddard: Yea
EXE REOF Vice Mayor Welsh: Yea
Commissioner Edmond: Yea
Commissioner Liebman: Yea
Commissioner Harris: Nay
\ CITY ATT NEY
7
South Miam'i
THE CITY OF PLEASANT LMNG
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
To: The Honorable Mayor & Members of the City Commission
FROM: Steven Alexander, City Manager
Via: Quentin Pough, Director of Parks & Recreation
DATE: February 6, 2018 Agenda Item No.:
SUBIECT: A Resolution authorizing the City Manager to enter into a multi -year
contract with Light F/X Pros, LLC for the annual Fourth of July fireworks
display show.
BACKGROUND: The City of South Miami sponsors a July 4t' celebration each year at
Palmer Park (6100 SW 674' Avenue South Miami, FL 33143) for its citizens
which includes food, live entertainment, kid's activities and a firework
display show by a qualified vendor.
The City issued a request for Proposal ("RFP") #PR2017-20 titled
"Fireworks Display Services" on Thursday, September 21, 2017. The term
of the contract is for a period of three (3) years, with one (1) two (2) year
renewal, not to exceed five (5) consecutive years.
The. City received three (3) proposals that were evaluated by a Selection
Committee ("the Committee") comprised of Yvette Valdes (chairperson),
Special Events Coordinator, Jaime Adams, Assistant Director of Parks and
Recreation, and Courtney Clay, Recreation Supervisor II. The proposals
were first reviewed, scored and ranked on Wednesday, November 29,
2017 with "Preliminary" rankings and, identified the top two (2)
respondents for additional questions. After the responses, the Selection
Committee conducted final rankings on Tuesday, December 12, 2017 and
recommended Light F/X Pros for the award. The Committee's final
ranking and contract totals are summarized below:
Evaluator
light F/X Pros
Firepower
Zambellipisplay Fireworks
Yvette Valdes
100
90
50
Jaime Adams
90
92
67
Courtney Clay
91
93
65
TOTAL
281
275
182
8
soul.X-. iami
THE CITY OF PLEASANT LIVING
EXPENSE:
AccouNT:
ATTACHMENTS:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
Year
light F/X Pros
Firepower
Display
Zambelli
Fireworks
Year 1
$10,950
10,000
24,000
Year 2
$10,950
10,500
24,000
Year 3
$10,950
11,000
24,000
Year 4
$10,950
11,500
24,000
Year 5
$10,950
12,000
24,000
Total
$54,750
55,000
120,000
The City began issuing formal solicitations for the City's July 4th fireworks
event in 2013. Since that time, and prior to *formal solicitations,
Firepower Displays has provided services, except for July 4, 2017 where
Light F/X Pros was awarded the contract. Both companies have provided
excellent firework shows in the past and have followed through with all
requests from the City.
Last year, the City requested an eco-friendlier plan to display the
fireworks show. Light F/X stated that since 2011, they had already been
providing a new pyrotechnic formula that replaced perchlorate with nitro
gen-rich materials that burned cleaner and produce less smoke.
Additionally, their proposal includes using fireworks that are made with
recycled cardboard in efforts to further create a more ecofriendly show.
Proposal amount is not to exceed $54,750 over five (5) year contract
term.
The total expenditure shall be charged to Special Events, account number
001-2000-572-4820, which currently has a balance of $27,545.
Resolution
Bid Opening Report
Preliminary Rankings
Final Rankings
Light F/X Pros, LLC Proposal
9
BID OPENING REPORT �Y
14*
"�. u: Taesda October-3l 2`017
0?00�rew3rtsDjs la SetvlcesaffeY
;
a x= tf
1 OMPA1YlES E�IAs1_�SliB 11T2;PGD PROPOSALS
SLAi'�i UNLBU ED .
+i t ➢� yX H
CIA,
y uxi rFLLM[D Y 1 r �'' G
ris
Vy r
At
{
s
THE 1.$OVE$ID$HAVE P[OTBGEPI ^� 'D,
te r :
ME R& ARE SU6ACT TO CORRECTI AFTER Ti, RID3.HF d 1V GOM.PL$TCLV R�`plhVkE
ID
tk
m
t
.::. a.-n_r......s..u.v.....:.inn.�:..wve+mnn-r..-.v...�_rn..wr...w........._...M....n...m.r.rw...u....r...rl.nvsn�ev�..i.e••.T.:..�.reaw-aa�.:�rn�=�ea[a.v.... .cu'�.n�'-s r
10
Wt I VVuV'j I LCV.\C_d V((, \' .
�y Evaluation
Sout 1 1 V Zia 1 i Scoring Sheet
THE CRY OF PLEASANT LIVING
RFP Tide:
RFP No.:
Procurement Division
6130 Sunset Drive
South Miami, Florida 33143
(305) 663-6339
wwwsopthmiamifl gov
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria The total score for each proposer is calculated 4 adding each
criteria for a total score by proposer. The maximum score total score for each proposer is 100 points.
.MM
Respondents experience,
qualifications, and past performance
1.
related to performing and providing
fireworks display services or services
of a similar nature:
Maximum Points 30
Relevant experience and
cimiifiations of key personnel,
Including key personnel that will be
assigned to the shoot and
ti
Z'
perform
the number of years' experience in
handling and shooting fireworks.
Maximum Points 20
Respondents use of "eco•friendly
3.
(reworks described In Exhibit I,
Scope of Services.
�
/
J
Maximum Points 10
Proposed Annual Contract
4. term fee:
V
L
Maximum Points 30
(Print Name)
Page i of 1
Date: tii
11
Procurement Division
�(fv Evaluation 6130 Sunset Drive
South Miami Scoring Sheet South Miami, Florida 33143
n1E QTV Or PLEASANT LIVING (305) 663-6339
XvWM..southmiam if_f gov
RFP Tale: FIREWORKS DISPLAY -SERVICES
RFP No.: PR2017-20
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria. The total score for each proposer is calculated by addin each
criteria for a total score 4 Rroposer. The maximum score total score for each proposer is 100 points.
Respondents experience,
qualifications, and past performance
related to performing and providing
I.
fireworks display services or services
L
of a similar nature:
Maximum Points 30
Relevant experience and
j
qualifications of key personnel.
including Ivey personnel that will be
2
assigned to perform the shoot and
the number of years' experience in
handling and shooting fireworks.
Maximum Points 20
Respondents use of "eco-friendly"
fireworks as described in Exhibit I,
3.
Scope of Services.
Maximum Pointy 20
Proposed Annual Contract
_
4
term fee
a-
i
Maximum Paints 30
Reviewed by: ,I.^ +;, A.'.. i I.1 L I �� ,..J/I ���- Date:
(Print Name) (Signature)
Page 1 of 1
iVA
l If -w
South Miami
119E OTV Or PLEASANT LIVING
Procurement Division
6130 Sunset Drive
Evaluation South Miami, Florida 33143
Scoring Sheet (305) 663-6339
www.southmiarnifl.gov
RFP Title: FIREWORKS DISPLAY SERVICES
RFP No.: PR2017-20
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria. The total score for each proposer is calculated by adding each
criteria for a total score by proposer, The maximum score total score for each proposer is 10 points
Respondents experience,
qualifications, and past performance
related to performing and providing
I.
fweworks display services or services
of a similar nature:
Maximum Points 30
Relevant experience and
qualifications of key personnel,
including key personnel that will be
2'
assigned to perform the shoot and
the number of years' experience in
handling and shooting fireworks.
Maximmn Points 10
Respondents use eco-friendly"
fireworks as described in Exhibit I,
3.
Scope of Services.
(.
- -
Maximum Points 10
Proposed Annual Contract
4
term fee:
Maximtun Points 30
J :'
U 0
Page 1 of 1
i9l
Procurement Division
f 6130 Sunset Drive
Evaluation South Miami, Florida 33143
SouthMiami Scoring Sheet
THE O Y OF PLEASANT LIVING (305 ) 663.6339
, wWsouthmiamifl.env
RFP Title: FIREWORKS DISPLAY SERVICES
RFP No.: PR2017-20
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria. The total score for each proposer is calculated -by adding each
criteria for a total score bypr000ser The maximum score total score for each proposer is 100 points
av
Respondents experience,
qualifications, and past performance
I.
related to performing and providing
fireworks display services or services
of a similar nature:
Maximum Paints 30
Relevant experience and
qualifications of key personnel,
including key personnel that will be
2
assigned to perform the shoot and
1 V
(7
10
• i -
L- v
the number of years' experience in
handling and shooting fireworks.
Maximum Points 20
Respondents use of "eco-friendly"
_
3.
fireworks as described in Exhibit I,
Scope of Services.
Maximum Points 20
Proposed Annual Contract
4. term fee:
I ,
Maximum Points 30
9
17
i
Reriewed:by: I(✓L.Yf- n e,(.
(Print ame) J
Page 1 of 1
1
..x_- Date:
14
Procurement Division
6130 Sunset Drive
Evaluation Florida 33143
SouthSouth Miami, Miami Scoring Sheet THE MY OF PLEASANT I.IVINO (305) 663-6339
wwvvsopth miiniFl. coy
RFP Title: FIREWORKS DISPLAY SERVICES
RFP No.: PR2017-20
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria. The total score for each pr000ser is calculated by adding each
criteria for a total score by proposer. The maximum score total score for each proposer is 100 points.
1
nM
k frx LP
�}S�
I
Y
Respondents experience,
qualifications, and past performance
related to performing and providing
I,
fireworks display services or services
J
of a similar nature:
Maxitmim Points 30
Relevant experience and
qualifications of key personnel,
including key personnel that will be
2
assigned to perform the shoot and
the number of years' experience in
handling and shooting fireworks.
Maximum Points 20
Respondents use of "eco-friendly"
fireworks as described in Exhibit 1,
3.
Scope of Services.
i.":
v
Maxinnim Points 20
Proposed Annual Contract
4.
term fee:
C'
Maximum Points 30
Additional
Total Score: ll
l f:1 .
Comments'.
Rev'rewed.byr `f r r ♦ l i li l n 'C ('i t ,a. v _ • ,- Date: I",
(Print Name) i (Signature)
Page 1 of 1
15
r
`f_ :
Southkami
THE Cm' or PLEASANT LIVING
RFP Tide:
RFP No.:
Evaluation
Scoring Sheet
FIREWORKS DISPLAY
Procurement Division
6130 Sunset Drive
South Miami, Florida 33143
(305) 663-6339
www.south n tiamifi.eav
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria The total score for each proposer is calculated by adding each
criteria for a total score by proposer. The maximum score total score for each proposer is 100 points
.�.�°�:�f' •2'�' I�' ,��,,F•`x.
r�"��s"S+ rJr�'�v
�3 t p
a � (� J
I.
Respondents experience,
qualifications, and past performance
I.
related to performing and providing
fireworks display services or services
��
--•-��
r
of a similar nature:
Minimum Pointy 30
Relevant experience and
qualifications of key personnel,
2'
including key personnel that will be
assigned to perform the shoot and
r� N
l
the number of years experience in
handling and shooting fireworks.
Maximum Pointy 20
Respondents use of "eco-friendly"
_
3.
fireworks as described in Exhibit I,
Scope of Services
I�
( j
, A� j
�`—
Maximum Pointy 20
Proposed Annual Contract
4.
term fee:
qq
) G
Maximum Pointy 30
W, C1 (C)
wt.ri IT am..
I m
Reviewed by: `\) — "' \� a11) )) J
(Print Name)
Page 1 of 1
Date:
16
$1 * A .*?,
86
ff.. �..i � M :1 *1
INI
MID 0)
ne
MIES
Marl
so
WTA
t in VAT
6-40 eT".
-Vj MR. am ff�
J !a"Al
At
7011
Sr
8
L-
21
�::ts,puuto
:::w
VU.
22
L•
23
'i ie: iu wad
�0E-SBmr.-P
24
77 -5
Mr.
NOWMAN
25
9Z
1
vap
s -$10-P '
W.
U%o�p:_ .
oyd.,p fp
Jd
UWIW�ft MERINO.
HOW
. w a 0. up W., * '#a
.�������� ..'mac �� •�
.o- +=►_ 1 ice:
m low-waftow
ow oil
a .m tafl►s `aidON i
11 3 IQr .ion t� u SH-1 ;
-----------------
2%
28
29
0£
w
'M jww jrjvvat
-Ml P.% -
32
££
���` ,
-�,
x..
.:.
iNbO.Sm'"PON
34
w-I k *31,11,4101110C
pow
ssr
."O'FsEcncw
35
N
h--m-
*;v I" p -- _-; ..-,* a - -- '.KII
ltt:
01�
4;4i i i9w-G -49�
- nFift
F,
v
36
IW-
37
AlOW-10 z
I.0 A. llmo* W-0
I
k
f
38
4'N �ft� Yy
39
1000, 9111 ri *Avowg�` !� v��i ...� � _ aei^�"d. .... . � . �ti 'ac+':'i _�8��r�b� '�i v,�-'.i`dPlYu..aer�.2.-�'�^n:.
qmipil.
M.
N9ftpANbW4*Abm
40
=06
41
MaTt
a
I ,"Meo-ly
42
4!
M70.11i"l-
43
llz...,.0
viz .464i,
45
r.."
f�:tic?. � _
46
47
917
49
09
51
���sEcrioM:
a .ft"
52
owTtsw
10"
sv&—
=h"
53
PIOTICE_Ei1T-AW.,,MO.. '
Fiw�i''olld%_bY_Sleridhe?
1RFI'>ruF�2o;
r. .�.wa wrpww av;.Mrrmpvse�auW0�0[M gYrWGJ4'tltTOhtt10;R�fRM# .Disofty SerV wPCw"salco
iW IIdY�ff19�IWitffuT`Aco'uesc fnw 0.nniiuLenA:Iwl.....H.J ��e _si9:..:v .
r A�EP'F.
OtiC- -
Yoirrei8g111fad W. i'eruiri'en adtgewpe�adeopy �fyhkf!Oedee otl4y�attl.ta rha Cit1t i?lAk='
EffD..S?FSOM.
r�
54
ss
99
pma
Pf
IL
000
. ov.
Mall
Oz
zlil! MOO
M, mor Z
i; IM
• ai-
ow o1R
"i
Q
Wr -N*g4O. - •
l
im: 71 W
to
op
IAA
4
is
57
85
:41Av"dm
I
Im
69
MA
E:
A
It
� 3-1
0-
62
. 4
k
-01.
=11, &I
I&
"mt#00)-
r'� as 0
INICAt...P..RGIPOSAL
64
.044 #W:S,
le-VALU RffE I
0
woo-WRO-600,
Aft"W
O= rear
�R
. *4
UllM-lL=W
66
EXHOBOT6
CONTRACT
Fireworks Display Services
RFP #PR2017-20
THIS CONTRACT, entered into this Lday of V C 20_, by the CITY OF SOUTH MIAMI
through its Manager, both of whom shall be hereinafter referred to as the "CITY" where appl"cave; located at 6130
Sunset Drive, South Miami, FL. , E-mail: salexander southmiamifl.eov and La
�.S
with tl office and principal place of business located at and E-mail address of
1 D e •(ALbrid Facsimile transmission number of (hereinafter called the "CONTRACTOR").
WITNESSETH: ')VP
WHEREAS, the CITY is in need of Fireworks Display Services: and
WHEREAS, the CITY desires to retain CONTRACTOR to provide the required goods and/or services based on
CONTRACTOR's representations which reflect that CONTRACTOR Is qualified and capable of providing said goods
and/or services In a professional and timely manner and in accordance with the CITY's goals and requirements; and
WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in accordance with the
terms and conditions set forth herein.
NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the parties
agree as follows:
1) Engagement of Contractor: Based on the representations of CONTRACTOR as set out in the following
"checked" documents the CITY hereby retains CONTRACTOR to provide the goods and/or services set forth in said
proposal, quote or response to solicitation, whichever is applicable, as modified by the Contract Documents, or as is
otherwise set forth In the Contract Documents defined below (all of which is hereinafter referred to as the Work").
(Check the box immediately preceding the document described below to indicate that such document is part of this contract)
J Contractor's response to the CITVs written solicitation; Exhibit 3 and 4
2) Contract Documents: The Contract Documents shall include this Contract and the following "checked
documents", as well as any attachments or exhibits that are made a part of any of the "checked documents". (check
the box immediately preceding the document described below to indicate that such document is part of this Contract)
Scope of Services; Exhibit 1.
Contractor's response to the CITY's Bid Documents; Exhibit 3 and 4.
CITY's Insurance & indemnification Requirements, Exhibit L
This Contract and the General Conditions to Contract, Supplementary Conditions, the Solicitation, Scope of Services
and "Other Documents", if any are "checked documents", shall take precedent over the response to the CiTY's Bid
Documents, if any, or the proposal or the quote, if any. The "checked documents" are attached hereto and made a
part hereof by reference.
3) Date of Commencement: CONTRACTOR shall commence the performance of the Work under this
Contract a date to be specified in a Notice to Proceed, or Purchase Order, (hereinafter referred to as the "Work
Commencement Date"). Time is of the essence.
4) Primary Contacts: The Primary Contact Person in charge of administering this Contract on behalf of
the CITY is the City Manager ("Manager"), assistant Manager, or the Manager's designee, who shall be designated
in a writing signed by the Manager. The Primary Contact Perso for C TI OR and his $�r, co� ormation
is as follows: Name: VA pS4- Ui 1 e-mail: j�Aie ► 1i1 axc C I to St del Addr�
12(a ( N4) s �� 1a.�� � 3?ice
5) Scope of Services: The goods and/or services to be provided are as set forth in the "checked
documents".
6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's performance under the terms
and provisions of this Contract (hereinafter referred to as the Contract Price) shall be as set forth in CONTRACTOR's
response to the CITY's written solicitation or as set forth in, or modified by, one of the Contract Documents,
whichever is applicable.
7) Hours of Work: In the event that this Contract requires the performance of services, it is presumed
that the cost of performing the Work after regular working hours, and on Sunday and legal holidays, is Included in
the Contract Price. However, nothing contained herein shall authorize work on days and during hours that are
Thomas P. Pepe
1211412016
67
otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City Manager, the
Managers assistant or designee.
8) Time Provisions: The term of this Contract shall commence on the Work Commencement Date and
shall continue for three (3) years and one (1) two (2) year renewal, solely at the discretion of the City Manager, or
unless earlier terminated according to the Contract Documents. An extension of the term of this Contract is at the
CITY's sole and absolute discretion. The contract may not exceed five (5) consecutive year
9) Termination: This Contract may be terminated without cause by the CITY with 30 days of advanced
written notice. This provision supersedes and takes precedence over any contrary provisions for termination
contained in the Contract Documents.
10) Applicable Law and Venue: Florida law shall apply to the interpretation and enforcement of this
Contract. Venue for all proceedings shall be In Miami -Dade County, Florida.
11) Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws, ordinances, codes,
rules, regulations, and health and safety standards of any governmental body having jurisdiction over any matter
related to this Contract or the goods and/or services to be performed hereunder, and shall commit no trespass on
any private property in performing any of the work embraced by this Contract Each and every provision and/or
clause required by law to be inserted in this Contract shall be deemed to be inserted herein and this Contract shall
be read and enforced as though such provisions and/or clauses were included herein.
12) Change Orders: No additional Work or extras shall be done unless the same is duly authorized in
writing and in advance of the work by appropriate action by the City Manager and in accordance with the Contract
Documents.
13) Licenses and Certifications: Contractor shall secure all necessary business and professional licenses at
its sole expense prior to executing this Contract or commencing the Work.
14) Insurance, lndernnifccation & Bonding: CONTRACTOR shall comply with the insurance, indemnification
and bonding requirements set forth In the Contract Documents.
15) Jury Trial Waiver.. The parties waive their right to jury trial.
16) Entire Agreement, Modification, and Non -waiver. The Contract Documents constitute the entire
agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may not
be modified or amended except in writing, signed by both parties hereto and if this Contract is required to be
approved by the City Commission, all amendments thereto must be approved in the same manner and with the
same formality as this Contract. The Contract Documents, in general, and this paragraph, in particular, shall not be
modified or amended by any acts or omissions of the parties. No failure to exercise and no delay in exercising any
right, power or privilege shall operate as a waiver. No waiver of the Contract Documents, in whole or part, including
the provisions of this paragraph, may be implied by any act or omission.
17) Public Records: CONTRACTOR and all of its- subcontractors are required to comply with the public
records law (s.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under
such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and
maintain public records required by the public agency to perform the service; (b) Upon. request from the public
agency's custodian of public 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 Contract if CONTRACTOR does not transfer the records to the
public agency: and (d) Upon completion of the Contract, transfer, at no cost, to the pubUc agency all public records
in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the
service. If CONTRACTOR transfers all public records to the public agency upon completion of the Contract,
CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public
records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the
Contract. CONTRACTOR shall 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. OF
CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1199
FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLOC
RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT 30S-663-6340; E-mail: mmenendez@southmiarnifl.gov; 6 0 30 Sunset Drive,
South Miami, FL..33143.
Thomas F. Pepe
1211412016
68
l 8) Background Screening. All personnel and volunteers that will provide any service with vulnerable
persons, as defined in Section 435.02, Fla. Scat., involving the City or its Agency in such related activity or who may
have access to secure or sensitive areas of the City, must be in compliance with Level II Background Screening and
fingerprinting requirements as per, Florida Statute Ch. 435 prior to the scheduled start of any employee or
volunteer. CONTRACTOR shall prevent any and all of its personnel, including volunteers, from engaging in any such
related activities without having passed a background screening to the satisfaction of the City. A violation of this
requirement shall constitute a substantial breach of this Contract.
19) Drug Free Workplace. CONTRACTOR shall comply with the Drug Free Workplace policy set forth in
the City of South Miami's Personnel Manual which is made a part of this Contract by reference.
20) Transfer and Assignment. None of the work or services under this Contract shall be subcontracted or
assigned without prior written consent from the CITY which may be denied without cause.
21) Notices. All notices given or required under this Contract shall be deemed sufficient if sent by a
method that provides written evidence of delivery, Including e-mail and facsimile transmission and delivered to
CONTRACTOR or his designated contact person. Return of mail, sent to the address contained herein for the
parties or their contact persons, as not deliverable or for failure to claim the mail shall be deemed received on the
date that the mail is returned to sender.
IN lRrITi11ESS WHEREOF, the parties, have executed this Contract, on or before the date first above
written, with full knowledge of its content and significance and intending to be legally bound by the terms hereof.
Individual or s nam
Witnessed: �.
By:
(name of sienatorvl
ATTE.�ED: .�
B
Maria Menen
City Clerk
Read and Approved as to Form, Language,
Legality and Execution Thereof:
By:
City Attorney
Thomas F. Pepe
1211412016
C9Y-Q1fSOUTH MIAMI
B1l•
Seven Alexander
Manager
END OF SECTION
F l-
'Lfieirm
#his
70
71
MIAMI DAILY BUSINESS REVIEW
Pulti+fished Daily except Saturcar, 5Jndav a-ld
Legal Rot,rlays
M13". M18Mr080e COurn) F,or.ca
STATE OF FLORIDA
COUNTY OF fAAN[I-DADE:
Before the uncetsigned authority personally appeared
JOHANA OLIVA. who on oath says that he or she is the
LEGAL CLERK, Legal Notices of the Miami Daily Business
Review flWa Miami Review, a daily (except Saturday,
Sunday and Legal Holidays) newspaper, published at Wuami
in Miarru-Dade County, Florida. that the attached copy of
advertisement, being a Legal Advertisement of Notice ,n the
matter of
NOTICE OF PUBLIC HEARING
CITY OF SOUTH MIAMI -FEB 6 2018
in the XXXX Court
was published in said newspaper in the issues of
01!26r2018
Alfiant further says inat the said Miami Daily Business
P.eviev, is a newspaper published at Mtam:. in said
Miami -Dade Co;tnty. Florida and that the said newspapet has
Heretofore been cattinuousty published in said Wam•-Dace
County Florida each day (except Saturday, Sunday and
Legal Holidays) and has been enterec as second class marl
matter at the post office in Miami ,n sale Miarn,-Dade Cowry,
Florida for a period of one year next preceding the first
Publication of the attached copy of advertisement. and athant
further says that tie of She has neither paid nor promised any
person, firm or corporation any dtsCduttl, rebate. commission
of refund for the purpose of securing this advertisement nol
dubhcation in the said newspape F.
JOHANA OLIVA oersonally known to me
BARBARATHOMAS
ComatiskIn GC 121171
Expires Noversba 2, 2021
n y'�'••P,;;;.`M`'W SQndod Thru Troy Finn lnsumm CM36S•7o i'1
t 'OV7.
A �
' VICORr'OR=0
t92i
Zpt:t
cow.OF s® 'mvm@
K90170N ff PUBL0r, HFMING
NOT ICE IS HEREBY giver. that, the City Commission of the City o` South
Miami, Florida will conduct Public Hearing(s) at its regular City Commission
r-teeting scheduled for Tuesday, February 6. 2018, beginning at 7:00 p.m., itt
the City Commission, Cnamterse, 613D Sunset Drive, to consider the follonving
,tefn(s):.
A Resolution authorizing the City Manager to enter into. a multi -year
contract wish tight F/X Pros, LLC for the -annual Fourth of .July fireworks
display show.
An- Ordinance amending the City of South Miami Code of Ordinances.
Chaplet 8A, Section 8A-5 titled `Lobbyists; registration., reporting, fees,
exemptions, expenditures, and penalties" to amend subsection (a) and
to add a new suosection (n) regarding campaign consuftarrts.
An Ordinance amending Section 20 3.3(E) of the City of Soutfr Miami
Land Development Code permitting Outdoor Seating/Dining on all
commercial properties that are within the Hometown district Overlay
Zone (HD).
An Ordinance amending the City's Land Development Code, Section
20-3 3(D) and Section 2G-7.12(A) and Section. 20-3.4(B), regarding
restaurant uses.
An Ordinance amending Section 213-2.3 (definittons) as yell as Sections
20-3.1(B) and 20-3.3(D) (relating to t'e purpose statement and uses
peiTritted for the Parks and Recreation zoning district) of the City's
slid Development Code.
ALL interested parties are invited to attend and will be heard.
For further infor a5on, please contact the City Clerk's Office at.
305-363-6340.
Maria M. Menendez, CMC
City Clerk
Pursuant to Florida Statutes 286.0105, the City hereby advises the public
that ii a person decides to appeal any decision made by this Board, Agency
or Commission with respect to any matter Considered at its meeting or
hearing, he or she will need a record of the proceedings, and that for such
purpose, affected person may need to ensure that a verbatim record of the
proceedings is made which record includes the testimony and evidence
upon which the appeal is to be based.
1126 t 8-56/00002909471V,
72
t,J>rW lAli M lulu?w
,1myliwoc06t
5nr'rrt
`mot •tom
• :J
� lutornp.,.w! •
NEIGHBORS I
CITY OF SOUTH MIAMI
NOTICE OF GENERAL ELECTION
NOTICE IS HEREBY GIVEN that pursuant to Article V. of the Charter
of the City of South Miami, Florida. a General Election ror the City of South
Mlhuni to elect a Mayor for a two (2) year term; a Commissioner trion Gioup
I and,a Cc/mmissiuncr frown Orroup IV for a tour (4) yeiu• term has been called,
to be held on Tuesday, February 13, 2018 from 7:1X) a.m. to 7:00 p.m.. in the
City Ctlmmiosion (.1ambcrs. 6130 Sunset Drive. South Miami. FL 33143.
NOTICE IS HEREBY GIVEN that there will be Early Voting held tin
Saturday. February 11)t 21118 from 9:00 a.m. to 50) p.m. at the above
location.
lnyuirics can be Made by calling in the City Clcrk's ofTiLe at: 305=663-6341).
Maria M. Menendez, CMC
City -Clerk
City of St tilh Miami
J a;,
e
Yam•
CITY OF SOUTH MIAMI
COURTESY NOTICE
TIII III IS 13FIM11Y rttra itLa thr lit. I:rtn»ustt re ttf 1hr Cite ul s,ault 16hisrl) n otkb,ti111r+hlutt r1011,1lr llrat!nn+•ral
u! rrRrtlar t;nr f mtfminrat mrruo) vitrllukd fts TurLtlay. PeNttaer fL H)111. lerftmia� al 1!x►p.ta., of n!r ta. Gtlbmtrthat
t]mnhy.. •:l )I1lwwt I hive. h. runAdrt Ilk- talM!.irl'. letw-):
:1 araulaliwl oudt+sitatF tbr. I ItJ M:at>)tta b nfrt trem a tnalti•7cat L-mawt aid, Lida FIX Pro. LLC rt•r nx
turtllal resins d July rtrew.vks dnphy Pbar•
'1t.MJawlLem+!ett4w+rtll�Cn•tq�.abh/i+emC•J1•rd171+Intautr►.C'talVer�A.Ct.u�!MA-?ti31�1'Lnld•�iar.
rg1%I# a1r11. ttp•wtia;. frm vkl rrltllliat" t., h+nen.l 14lhl4k 1t1 ihl tval a. ttdl a eta.•
trle-M-1.P oh! n';.atl+tt� Waltti:p! t•At1AL7tlt1
,%a aa•n 0.•11"Mr adlnltl r sum.Ow tar "i 4aAi, NILAM L'aai rkwl,yrsaa cak-rVertloatp-o
n94drr SeAeapT+itntt!t .at A 011m+trol rh.rrttirr Cat me ointal +br 11.o1C%r" Untrwt Qtt1hT IA-M MO)
As nndtalxY :t» tmhttar INC 01:1 Lead rh'ttkq, W1011 C-Itk% 5=12111 M}i.yDJ and Stctkm 1n.7 1 hA) alai
4ftti rt ±u ),.0111, ►e[: r'Jat tr+tlsralt tttet
As L%thxgxr a-mikkax Strtit-n'_112) ttleardmW a rra ar Saiirrn ',rl•1.1/111'sarl N.) Mill t ixm! hl
Its' pltry%w Yawrzolet Athl r!A'f r-mrAtlyd loss she Pads vbl (I460t Ws -,a solos IIiAtkil .tr !Ili t.Ny'., LA )
I1mi•vatat3l C141!
ALI. ttuilr.ird Kvlkx rM,nritt+l I., alliwl mat %'ell I* heaal
Pre lnrthrt laltrimle a planarttok!LI thr. Ck) Clad'%Ofrlrr as! 31h*61.61411
124SE
0, �'•/�
MUNICIPAL CANVASSING BOARD SCHEDULE
FEBRUARY 13, 2018 SOUTH MiAMI GENERAL ELECTION
The City of South Miami Canvassing Board will convene at the Office of
the Supervisor of Elections, 2700 NW 87th Avenue, Miami, Florida. The
Canvassing Board is convening on these dates for the February 13, 2018
South Miami General Election.
DATEMME
ACTIVITY
Monday. 2/5/18
1. Logic and Accuracy Test of the touch
10:00 a.m.
screen and optical scan voting systems
to be used for vote -by -mall. early voting
and precinct ballots
2:00 p.m.
2. Public Inspection of vote -by -mall ballots
Monday, 2112/18
1. Pre -count Logic and Accuracy Test of the
10:00 a.m. through
optical scan system used for vote -by -mail
Tuesday, 2/13/18
and provisional ballots
to completion
2. Approval to commence vote -by -mall
ballot opening, processing, and
duplication
3. Vote -by -mail ballot opening and
processing (as needed)
4. Duplication of ballots (as needed)
Tuesday, 2/13/18
1. Canvassing of presumed invalid
Canvassing:
vote -by -mall ballots
5:00 p.m. to completion
7:00 p.m. to completion
2. Tabulation of results
3. Unofficial Results provided by the
Supervisor of Elections
Friday, 2/16/18
1. Canvassing of provisional ballots
10,00 a.m. to
(as needed)
completion
2. Certiffoation of Official Results, including
provislonalsr by the Supervisor of
Elections
3. Post -count Logic and Accuracy Test of
the optical Seen system used for
vote -by -mail and provisional ballots
4. Race and precincts) selection for
manual post -election audit
5. Audit process starts to completion
Mau: Mrn:rah'a. M. Canvassina Board Members
r'hyr ink Josh Liebman. Commissioner
1'v.•1'Jr•'rr l�.,,k. Ct,.,r�a Irl.l.11h.11►t�Nl h"IrtY*d.e.rs AirrN.tr. lhst.rapna.a.!rid�►..S�Y•sl tm, dlu.t.•+Ir1lrM t%#0--td.Asrttt. Bob Welsh. Vice Mayor
t t'•en....wYw +i•h teyn+ �..r.} +W*. em"J ,M i Ill aorta• + lve l j, hr.•t •rr r,rr un-t • trt W A 1" I., •n•.arp "1 d.N by Lwi
. 1•t•^.: :Ift,w,.r•even?r.eJxrtw.artbAr••.lawt..�•�.!r•IMr,w,rnJ.ri-is rv0.•.4,fi1w..J .w.Ml.. tf: l.trr.w .rd...d�..Maria M. Menendez. CMG. FCRM. City Cfert(
rr.y -M.� A- L/rPJ1 it Y.I•/ � IFtt NF. 121 NI /: fP
73