HomeMy WebLinkAboutBidVENDOR NAME
'CUE GaoV e-rP ee. MNN T1ZV s r, l td C -
VENDOR MAILING ADDRESS
2940 5W 30*" COU971
CITY - STATE - ZIP
MtNW I FL 33133
TELEPHONE:( 305 ) 44S • l312
AUTHORIZED SIGNATURE (MANUAL)
7TiORIZED SIGNATURE (TYPED) TITLE
TIM M c Nt,&ma, Poeslr em -r
I certify that this Proposal is made without prior understanding, agreement, or connection with any corporation firm, or person submitting a proposal for
the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. l agree to abide by all conditions of this Proposal and
certify that I am authorized to sign this Proposal forthe Proposer and that the Proposer is in compliance with all requirements of the Request for Proposal
including but not limited to, certification requirements. in submitting a Proposal to an agency for the State of Florida, the Proposer offers and agrees that
if the Proposal is accepted, the Proposer will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action
it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida forprice facing relating to the particular commodities
or services purchased or acquired by the State of Florida. At the State's discretion, such assignment shall be made and become effective at the time the
purchasing agency tenders final payment to the Proposer.
2.
GENERAL INSTRUCTIONS TO RESPONDENTS
,lefinitions. The definitions found in s. 60A-1.001, F.A.C. shall apply
i� this agreement. The following additional terms are also defined:
(a) -Buyer* means the entity, that has released the solicitation. The
"Buyer" may also be the "Customer" as defined in the PUR 1000
if that entity meets the definition of both terms.
(b) ."Procurement Officer" means the Buyer's contracting personnel,
as identified in the Introductory Materials.
(c) 'Respondent" means the entity that submits materials to the
Buyer in accordance with these Instructions.
(d) "Response" means the material submitted by the respondent in
answering the solicitation.
(e) "rrmetine" means the list of critical dates and actions included in
the Introductory Materials.
General Instructions. Potential respondents to the solicitation are
encouraged to carefully review all the materials contained herein and
prepare responses accordingly.
Electronlc Submission of Responses. Respondents are required
to submit responses electronically. For this purpose, all references
herein to signatures, signing requirements, or other required
acknowledgments hereby include electronic signature by means of
clicking the "Submit Response" button (or other similar symbol or
process) attached to or logically associated with the response created
by the respondent within MyFloridaMarketPiace. The respondent
?grees that the action of electronically submitting its response
•nstitutes:
• an electronic signature on the response, generally,
• an electronic signature on any form or section specifically tailing
for a signature, and
• an affirmative agreement to any statement contained in the
solicitation that requires a definite confirmation or
acknowledgement.
4. Terms and Conditions. All responses are subject to the terms of the
following sections of this solicitation, which, in case of conflict, shall
have the order of precedence listed:
Technical Specifications,
• Special Conditions and instructions,
• Instructions to Respondents (PUR 1001),
• General Conditions (PUR 1000), and
• introductory Materials.
The Buyer objects to and shall not consider any additional terms or
conditions submitted by a respondent, Including any appearing in
documents attached as part of a respondent's response. in submitting
its response, a respondent agrees that any additional terms or
conditions, whether submitted intentionally or inadvertently, shall have
no force or effect. Failure to comply with terms and conditions,
including those specifying information that must be submitted with a
response, shall be grounds for rejecting a response.
*5. Questions. Respondents shall address all questions regarding this
solicitation to the Procurement Officer. Questions must be submitted
via the Q&A Board within MyFioddaMarketPtace and must be
RECEIVED NO LATER THAN the time and date reflected on the
Timeline. Questions shall be answered in accordance with the
Timeline. All questions submitted shall be published and answered in
a manner that all respondents will be able to view. Respondents shall
not contact any other employee of the Buyer or the State for
information with respect to this solicitation. Each respondent is
responsible for monitoring the MyFloridaMarketPlace site for new or
changing information. The Buyer shall not be bound by any verbal
information or by any written information that is not contained within
the solicitation documents or formally noticed and issued by the
Buyer's contracting personnel. Questions to the Procurement Officer
or to any Buyer personnel shall not constitute formal protest of the
specifications or of the solicitation, a process addressed in paragraph
19 of these Instructions.
Submit Bids to:
Florida Department of Agriculture and Consumer Services
407 South Calhoun Street - Mayo Building, Room SB -8
•..
Tallahassee, FL 32399-0800
CEIJU�LES
SS BPZMCN
szICMR
Telephone: (860) 617-7181
Page 1 of 5_ Pages
BiDS NO. RFPIDF-09110-47
WILL BE OPENED FEBRUARY 12, 2010 @ 2:00 P.M.
and may not be withdrawn within 90 days after such date and time
AGENCY MAILING DATE:
DECEMBER 7, 2009
NOTICE OF INTENDED AWARD POSTING WILL BE ON OR ABOUT MARCH 31, 2010
i BID TITLE: 2009-2011 FOREST HEALTH
IMPROVEMENT INITIATIVE GRANT PROGRAM
VENDOR NAME
'CUE GaoV e-rP ee. MNN T1ZV s r, l td C -
VENDOR MAILING ADDRESS
2940 5W 30*" COU971
CITY - STATE - ZIP
MtNW I FL 33133
TELEPHONE:( 305 ) 44S • l312
AUTHORIZED SIGNATURE (MANUAL)
7TiORIZED SIGNATURE (TYPED) TITLE
TIM M c Nt,&ma, Poeslr em -r
I certify that this Proposal is made without prior understanding, agreement, or connection with any corporation firm, or person submitting a proposal for
the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. l agree to abide by all conditions of this Proposal and
certify that I am authorized to sign this Proposal forthe Proposer and that the Proposer is in compliance with all requirements of the Request for Proposal
including but not limited to, certification requirements. in submitting a Proposal to an agency for the State of Florida, the Proposer offers and agrees that
if the Proposal is accepted, the Proposer will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action
it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida forprice facing relating to the particular commodities
or services purchased or acquired by the State of Florida. At the State's discretion, such assignment shall be made and become effective at the time the
purchasing agency tenders final payment to the Proposer.
2.
GENERAL INSTRUCTIONS TO RESPONDENTS
,lefinitions. The definitions found in s. 60A-1.001, F.A.C. shall apply
i� this agreement. The following additional terms are also defined:
(a) -Buyer* means the entity, that has released the solicitation. The
"Buyer" may also be the "Customer" as defined in the PUR 1000
if that entity meets the definition of both terms.
(b) ."Procurement Officer" means the Buyer's contracting personnel,
as identified in the Introductory Materials.
(c) 'Respondent" means the entity that submits materials to the
Buyer in accordance with these Instructions.
(d) "Response" means the material submitted by the respondent in
answering the solicitation.
(e) "rrmetine" means the list of critical dates and actions included in
the Introductory Materials.
General Instructions. Potential respondents to the solicitation are
encouraged to carefully review all the materials contained herein and
prepare responses accordingly.
Electronlc Submission of Responses. Respondents are required
to submit responses electronically. For this purpose, all references
herein to signatures, signing requirements, or other required
acknowledgments hereby include electronic signature by means of
clicking the "Submit Response" button (or other similar symbol or
process) attached to or logically associated with the response created
by the respondent within MyFloridaMarketPiace. The respondent
?grees that the action of electronically submitting its response
•nstitutes:
• an electronic signature on the response, generally,
• an electronic signature on any form or section specifically tailing
for a signature, and
• an affirmative agreement to any statement contained in the
solicitation that requires a definite confirmation or
acknowledgement.
4. Terms and Conditions. All responses are subject to the terms of the
following sections of this solicitation, which, in case of conflict, shall
have the order of precedence listed:
Technical Specifications,
• Special Conditions and instructions,
• Instructions to Respondents (PUR 1001),
• General Conditions (PUR 1000), and
• introductory Materials.
The Buyer objects to and shall not consider any additional terms or
conditions submitted by a respondent, Including any appearing in
documents attached as part of a respondent's response. in submitting
its response, a respondent agrees that any additional terms or
conditions, whether submitted intentionally or inadvertently, shall have
no force or effect. Failure to comply with terms and conditions,
including those specifying information that must be submitted with a
response, shall be grounds for rejecting a response.
*5. Questions. Respondents shall address all questions regarding this
solicitation to the Procurement Officer. Questions must be submitted
via the Q&A Board within MyFioddaMarketPtace and must be
RECEIVED NO LATER THAN the time and date reflected on the
Timeline. Questions shall be answered in accordance with the
Timeline. All questions submitted shall be published and answered in
a manner that all respondents will be able to view. Respondents shall
not contact any other employee of the Buyer or the State for
information with respect to this solicitation. Each respondent is
responsible for monitoring the MyFloridaMarketPlace site for new or
changing information. The Buyer shall not be bound by any verbal
information or by any written information that is not contained within
the solicitation documents or formally noticed and issued by the
Buyer's contracting personnel. Questions to the Procurement Officer
or to any Buyer personnel shall not constitute formal protest of the
specifications or of the solicitation, a process addressed in paragraph
19 of these Instructions.
Y BID NUMBER: RFP/DF-09/70-47 OPENING DATE: FEBRUARY 129 2010 @ 2:00 P.M.
CHECKLIST
X" 1. The entire Request for Proposal (RFP) has been read.
X _ 2. The PUR Form 1001/1000 Instructions to Respondent's and General Contract Conditions
(Page 1 of 8) is completed and signed. Do not submit pages 2-8 of RFP document (PUR
Form 1001/1000).
X 3. A complete address for the Proposer in the space provided (include street address or post
office box, city, zip code and telephone number.) Please note: All future correspondence
Will be sent to the contact person listed on your proposal.
X 4. Conflict of Interest Statement (Attachment B) is completed and signed.
i� 5. Certifications Regarding Lobbying; Debarment; Suspension and Other Responsibility
Matters for Expenditure of Federal Funds (Attachment C) is completed and signed.
x 6. ARRA Forest Health improvement Initiative Grant Proposal form .(Attachment D) is
completed and signed). Please note: All future correspondence will be sent to the contact
person listed on your proposal.
7.
Detailed itemized budget summary (Attachment E) is completed.
NOT
p-ePLLCMkA 8.
In all instances where a local governments jurisdiction is impacted by the grant project, a
resolution (by the local government) indicating support for the project must be submitted
with the Grant Proposal Packet (Attachment F).
tilt'
0PiACJ14te 9.
This resolution (Attachment F) must also state that they will execute a Maintenance
Memorandum of Agreement (Attachment H) with the Department of Agriculture.
t4or
IPPIACM1 10.
For Demonstration or Site Specific Projects along roadways, a map must be included
showing both the U.S. Highway and S.R. (State Road) numbers separated by a slash (/), if
both exist. If only one exists, please circle either "U.S." or "S.R." to indicate which numbers
!. µot'
you are giving. At least three photos of the site should also be included.
PuCA�s'� 11.
in conformance with Section 481.329(7), Florida Statutes, "Persons who perform
landscape architectural services not for compensation, or in their capacity as employees of
municipal or county governments, shall not be required to be licensed...." This means that
if the required design is completed by an unpaid volunteer or an employee of municipal or
county government, a Florida registered architect does not have to sign and seal the
drawings.
X 12.
One (1) original with blue ink signature and five (5) copies of the proposal package have
been submitted.
Gri 1,67TIEAS itN SuPpov-r or- Csa� APP"c-^--riog
I. !`"t D. Sj°sRN 0(-"F I CskklRt i i C.irt-f C>r- muka-ki, CoRtAtSS1oN
2 . VRArccts Ariruci.c, SSI St1 r Dit2C- i�R t -DER. of PUOWf— WOR f--
3
3 , �� ��pW�I ��tC.tr Oir SJSsC�*1t�4%� SN1'nATM�S
4. (�A`E D �'� Vii K6Et�2 ' Cit^( o F /4li�t a,.t RC—T
9
BID NUMBER: RFP/DF-0911047 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M
ATTACHMENT B
STATE OF FLORIDA
DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES
CONFLICT OF INTEREST STATEMENT
1, 3-r m 9 C"STE PIRM DINS , as authorized
representative of TKC Gt2yYE TREI. A A -N TPLUST- 11 Nc.
certify that no member of this firm nor any person having interest in this
firm has been awarded a contract by the Department of Agriculture and
Consumer Services on a non-competitive basis to:
(1) develop this Invitation to Bid (ITB) or Request for Proposal (RFP);
(2) perform a feasibility study concerning the scope of work contained in this
ITB/RFP;
(3) develop a program similar to what is contained in this ITB/RFP.
AutKorized Representative
F'E13QUAPL-1 R O 2ao9
Date
Wp (ID F- ag /to - 47
Proposal Number
25
BID NUMBER: RFPIDF-09110-47 OPENING DATE: FEBRUARY 12, 2010 r@ 2:00 P.M.
ATTACHMENT C
" Florida Department of Agriculture and Consumer Services
` ^ { Division of Administration
tr CERTIFICATION REGARDING LOBBYING;
rf DEBARMENT, SUSPENSION AND OTHER
CHARLES H. BRONSON RESPONSIBILITY MATTERS
COMMISSIONER FOR EXPENDITURE OF FEDERAL FUNDS
LOBBYING
As squired by 7 CFR Part 30113. "of personS entering into a C;:ntracl. grant arcooperative agesatnenl ovar $104,000 i-rvclvin i ;he expendilure of
Federal funds. the ur-dersigned certiies for itself and its principals Ittat.
Isi No Federal .appreprialsd funds have been paid or will be pard. by or or o9half of the undarskned.:o any parscn nor infiuencrp or
attempting to filk4n.r,* an.ofrcer or ernofoyee o' airy agency, a Member of Congress, an oTicer or entoloyae o' Co:igres& or an
employee of a Member or Congress in connaccon with the making of any Federal Wwit, the entering into a a~ry c000erawe
agreement. and the extension. cantinua:ion. renewal. ameridtrier t. or nWifcation of any Federa grant or xpperatfve algfeemem
(i:) If any funds other Char Federal appropriated funds have been paid dr will be paid to any person for hifluencing -or attanpting to
influence an officer or alnoloyae of any agency, a Member :;f Corgre.ss. an chicar or employee cf Congress or an emp?oyee of a
Member or Congress. in ;xnnection ;r th ?hies Federal grant or crsoperative agreerreril. trig undersipned shall complete acid submit
Standard Form - LLL. '0sGosure Farm to Report Lobbyi%l: in a :Cordance wit['. its instructions. and
(c) The unde grad shalt require vlat the Is -Waage of this callificatio-n be included in the aaard documents for all subavards at all tiers
lincluolk g 9ubgra.7its Contracts wider grents and co0pBfatiV0 apreemenis. and subcontracts) and Wal ail SubfeC p'ems a' all cenify
and disease aocorairigly.
This ceOr,Caticn is a material reprA.sgnlatfon of fact uponwhicti relia:lee was pieced when this transaction :vas rnada or ertefet into.
Subrn aeion of .his cartAkation is a prerequisite for making cY Entering into this transaction imposed by sac!ion 1?,02. title 31, U.S. Code. Any
pefsor: who fails to Fite Lite required certifraticn shall be subject to a civil pera ty nr not less teat= 5110,0050 and not more than S1 oo-000'or each
su&' Failure.
uts& 1Ac-"5T% 12PP(DF-09 I0-47
PRINTED NAh1E1TITLE OF REP ESENTATIVE CONTRACT r PURCHASE ORDER NUMBER
S[ y E OF REPRE5ENTATlLyE 11ATE J �...
DIBARMENT. SUSPENSION AND OTHER RESPONSIBILITY MATTERS
As required by 7 CFR Part 3017. For persons entering into a cr nvact. grant or cCoperstive agreament over $26,000 involing the expenditure of
Fecerat funds. the urdersigned certTes ror itself and fts pri.'icipals that.
;el Are not orasently debarred. swovnded. proposed fw debar+tient, deciared i Wi6ble. or rolur+lariiy exctud4isd frcm :.OVa'ad tiansaction3
by ary Federal de. aMient or agency-
(bl Hsve not withki a lhreg-year period ora�ed]vg this applicator tl3 ri co!wi�tad of of had a ct udgrnant reryferad ariainsl ifisir res'
cbnurissior of fraud or a criminal ofren3a x. connec!ion r,:tii obtaining, attempting to obtain, or pentorming a public(Federal. State. or
socaf) t: BnsaLtlon or Contract under a public transaction- violation or FeCara' of Slate antitrust stalufe Sr Cdirimissar of
embaz2lemant, theft, forgery. b iberr. falsif+;ation or dastrtxtion or racorrs, making res=s4a staternsrl,. of <aceiving stolorr property.
(4f Are .71.01, prasertly;ncSctad for or ofhar:vse crirni•ially of :iv ly Cllarket: by a GCvernniert erity (Fedefai. Stale. vocal) wiO
c iniwissicn of airy ofrenses enumefa ed in paragraoh (W of this caaikator., and
dl 'cave not within a three-year perod ofaced-ng this applicator had one cr more public :rarsacVor, ;Federal. State. or lata:) terminated
ror cause of dafautl, and
1rt4iere t'le apploan! 5 unable ,o cartiFy to any of the slaterre-lt5 in this Carti6cat ort,. lie or sl`e shall attach an explanation to this
avpi canon.
J19 NCAA5fEP-_�__P__r2E91DENT� CSC -P JDF�- 09f o -47
PRINTED NAMEITiTLE OF REPRESENTATIVE CONTRAC r PURCHASE ORDER NUMBER
N 11RE OF REPRESENTATIVE f DP,TIr
DACSA' 522 03106
26
BID NUMBER: RFP/DF-09110-47
OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
ATTACHMENT D
FLORIDA FOREST HEALTH IMPROVEMENT INITIATIVE GRANT PROPOSAL FORM 2009-2011
GENERAL INSTRUCTIONS: Please complete all items pertaining to the Category Grant for which you are applying. The
proposal packet must not exceed thirty (30) one sided pages, including attachments. All attachments must be 8 112" X
11 in, except any attached sketches, plans and maps which must be no larger than 2'X Y and folded into 8112" X 11". Six
(5) copies (one copy with original signatures and five copies) of the proposal packet including the proposal form, the
project description and all attachments must be received no later than February 12, 2010, at:
Department of Agriculture and Consumer Services
Purchasing Office - Forest Health Improvement Initiative - 2009-11 PROPOSAL
Ilvrayo Building - Room SB -8
Tallahassee, FL 32399-0800
Telephone (850) 617-7181
If you have any questions, please see ATTACHMENT J, "Division of Forestry District/Center Contacts"
=ROPOSER INFORMATION (Please Print or Type)
rrojectTltle: CiTIf OF AlArml PUF�Lic AWT141-OC WRy TRGG- Q*tC01,Pj 1or4 PROJERGT-
Proposer Name: 7146 CKONtE 79i-'C"MAt4 -T905T1 INC.
Name and Title of Contact Person: JIM M A G MPDS i`i'lg- I PRE51 V N T_
Address: 2940 Svc 5012% CouRT WXPA , RL Dlle1l)A
Zip: 33133 Phone:( 305 443 • i 3 i 2
FEID Number (05- OBD t t < �7 US Congressional District Number
s;your organization a Nonprofit corporation pursuant to Chapter 617, Florida Statutes?
`s ✓ No
'he applicant is a city or county government, does your urban forestry program have the following: Noll- APPLtQW '
P;fessional Staff, in-house or contracted, List qualifications such as ISA certification, forestry degree, etc.
Citizen Tree Advisory Board or Tree Advocacy Group, describe:
Urban Tree Inventory or Management Plan, how current?
Tree Ordinance Covering either public or private lands, describe:
As the duly authorized representative of the Proposer named above, I hereby certify that all parts of the proposal and
required grant information have been read and understood and that all information submitted herein is true and correct.
Authorized Executive Officer.
11e: j� 510ENT
�icinature:
1 , t
JIK NSC it\.ArSrcP.
In
Date: Fee RyP4L-f ID 1 '2010
ATTACHMENT D (Continued)
CITY OF MIAMI PUBLIC RIGHT OF WAY
Tree Remediation Project
I. Background
The City of Miami's limited tree canopy has suffered at the hands of developers
and hurricanes. Since 2005, under various reforestation and mitigation programs,
residents, developers, and the city planted over 5000 trees in the public right-of-way.
There is ample scientific evidence to indicate that the growth, general structure
and health of newly planted or young trees can be enhanced by certain aftercare cultural
practices. In the urban setting, such trees rarely receive needed competent aftercare due
both to lack of funds and to the unavailability of personnel adequate to the task.
The benefits of corrective/structural training of young trees are widely known, but
rarely experienced in urban forest settings because they are rarely practiced. Since trained
trees are structurally stronger and healthier than untrained trees, they have a longer useful
life in the urban landscape. They are significantly more wind worthy and have a reduced
hazard potential, which results in less liability exposure for the city and increased safety
i 4i for the citizens. They are cost effective because trained trees need less maintenance and
are easier to care for in later life. Pruning of branches that are impediments to the
healthy/stable development can be removed early at a fraction of the later cost. Finally,
the pruning of these trees may preempt well meaning but harmful pruning by residents or
their agents.
II. The Grove Tree -Man Trust, Inc.
The Grove Tree -Man Trust, Inc. (the Trust) is a Florida nonprofit corporation and
a qualified 501(c)(3) organization created in 1996 to preserve, plant, and maintain trees in
the Coconut Grove section of Miami. Since 1996 Trust members have donated their time
to assist in drafting a stronger tree ordinance for Miami, and to assist various City
enforcement boards in identifying, evaluating, and mitigating tree loss due to
construction and development in Coconut Grove. The Trust has used its funds to provide
professional tree surveys and site evaluations for use by affected neighborhoods in larger
development projects in Coconut Grove. The Trust has used its funds in a program to
plant trees throughout the public areas Coconut Grove, and in underserved neighborhoods
'r in particular, by identifying appropriate areas and appropriate species, planting Florida
Grade 1 trees, watering the trees until they are established, and pruning them for structure
and strength.
Since 2005 the Trust, in partnership with the City of Miami, has implemented a
very successful aftercare program for training young trees in the public right of way and
parks by pruning them for structure and strength, removal of staking and guying
materials, and removal of excessive dirt, rock, and mulch from rooting areas.
Our procedure for training young trees adheres to accepted arboricultural
practices as described in International Society of Arboriculture Tree Pruning Guidelines,
Illustrated Guide to Pruninu, by Edward Gillman, and ANSI A 300 standards. All pruning
has been performed by an ISA Certified Arborist who has been certified since 1997, and
F
who has extensive experience in this form of pruning.
Under this program, the Trust has pruned hundreds of young trees, and has had
success in producing trees that are healthy, structurally sound and stable, aesthetically
pleasing, and hazard free.
To date, this program has been limited to the Coconut Grove area of Miami.
Receipt of funding under the application made here would allow the Trust to expand this
already established and effective program to selected trees planted in the right of way in
the rest of the City of Miami, including areas within the City of Miami which have been
underserved by public services.
III. The Proposed Tree Remediation Program
Under this grant, the Trust proposes to prune young trees for structure and
strength in the public rights of way and pubic parks throughout the City of Miami. Trees
eligible for remediation under this proposal must be 1) in the public right of way within
city limits, excluding state and county maintained areas; 2) in the ground between 1 and 5
years, or approximately 12' to 20' in height, and 3) not palm species. All pruning will be
performed by a certified arborist in accordance with the standards noted above.
It is important to note that 100% of grant funds applied for will be used for
pruning. The cost of planning, surveying appropriate trees and locations, working
with the city for removal of debris, and other administrative efforts required to
complete the work under this proposal will be donated by the Trust,
Where staking and guying materials or excessive dirt/rock/mulch over root areas
need to be removed, the field arborist will notify the City of Miami for remediation. If
the city is unable to perform this activity, it will be provided and paid for by the Trust.
The City has agreed to continue to work with the Trust to provide areas for debris
disposal. If any additional cost is incurred for debris removal, it will be paid for by the
Trust.
If this proposal is fully funded, it is anticipated that 600 trees can be pruned, as
detailed in the budget.
IV. Additional Considerations for This Grant
Previous U&CF Grants: The Grove Tree -Man Trust, Inc. has not received any
previous Urban and Community Forestry Grants.
Community Support: Attached are letters of support from City of Miami
Commissioner Marc Saznoff, Assistant Director of the Department of Public Works
Francis Mitchell, Office of Sustainable Initiatives Glen Hadwen, and Acting Director of
the Neighborhood Enhancement Team Haydee Wheeler.
Community Publicity: The Trust will work with _the city offices of
Commissioner Sarnoff, Sustainable Initiatives, and Neighborhood Enhancement Team to
prepare and publish pictures and articles about this project in the Neighbors section of the
Miami Herald.
Tree City USA Certification and Award: The City of Miami has currently
holds this certification, and was the recipient of a Tree City USA Growth Award.
Certified Arborist Participation: All pruning will be performed by a certified
arborist. A certified arborist who is a member of the Trust will participate in the
selection of trees to be pruned as part of this grant program.
2
COY#g of fflianli
G1�Y OF,t�
F
d iatii iutn Q.
9��C0„gL0¢�4
February 9, 2010
Florida Department of Agriculture and Consumer Services
407 South Calhoun Street
Mayo Building, Room SB -8
Tallahassee, FL 32399-0800
PEDRO G. HERNANDEZ, P.E.
City Manager
RE: Letter of Support— 2011 Forest Health Improvement Incentive
Grant Program
To Whom It May Concern:
One of the top priorities of the City of Miami Office of Sustainable Initiatives (MSI) is to
implement the City of Miami Tree Master Plan. The Master Plan has a goal of increasing
the city's tree canopy to 30% citywide by 2020. I am writing this letter to support the
application of The Grove Tree -Man Trust, Inc. (Trust) to fund a program to trim small,
trees for structure and strength in the public right of way of the City of Miami. Over the
past five years developers, landowners and the City have installed trees in the right of
way. This follow up pruning for structure and strength is necessary to ensure that the
trees grow properly.
MSI has worked to increase the city's tree canopy through funding community tree
plantings and tree giveaways. The Trust received a community tree planting grant to
install trees in the Morningside section of the City of Miami a couple of years ago and
successfully completed those tree installations. A representative of the Trust serves -on the.
Urban Forestry Working Group of the Miami Green Conunission and has participated in
the City's fruit tree giveaways.
MSI has always found the Trust to be a reliable partner. This grant will allow the Trust to
take its program to train young trees for structure and strength, which it has been doing in
Coconut Grove for years, to the rest of the City of Miami. If you have any questions
please feel free to contact me.
Sincerely,
A
Glen Hadwen
Environmental Programs Manager
MIAMI OFFICE OF SUSTAINABLE INITATIVES
444 S.W. 2nd Avenue, 5th Floor, Miami, Florida 33130 (305)416-1532 Fax: (305)416-2151
Mailing Address: P.O. Box 330708-0708 Miami, FL 33233-0708
BID NUMBER: RFP/DF-09110.447 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
ATTACHMENT E
BUDGET
Category: 2. T�zEE RGrKEyrt�'rtoc�,c
Specific Description: CC4126nV6 PRUN(t tCr YOUNG -TRC -e5 GIT,( OF Al&} A( 11(001-OrWAIJ
i;t tMMARY OF COSTS
Requested Grant $
Contractual costs 124 000
Equipment Use costs 0
Supplies costs O
,_ Operating costs O
Tree costs O
Total Requested Grant (1) $ 24 000
`A budstet. detailing all costs identified above must be attached.
PROJECT LOCATION INFORMATION (Please print or type - Complete where applicable)
County 9166-kl • -DAe 'DEF
Describe the Specific Location of the Project: Py1S1L ( I&4T otr WM WIT -14 -It -4 Cm -i oP AiAml)
ey, cLV At K (r COUP `/ MO ST'ArTe M I, W rA l t4ft A rAgM
Who has respansibiiify for overseeing Project implementation (name and title): �I �- It+lPrcSTCR
1Of2e5'tDL--Ui 'tC 6-t2ovG TRS. MAN TRUST'.
Who has maintenance responsibility for the Project after completion: NOT' ArP P Ll.0 3 Le% TN t S
Pv,o(-,oSAt- IS MP- ONL TWk StQts 0Tv RP1_[G�a QeCrrv6 PR��irrG o�..�c,
+ti4 Land Ownership Public or Private?:
PU$LIG
Name of Landowner. CI'ri op MINI -k i
Project Title: C t -t -r' o iP Mt Piµ l P v $wc- R t &OT " WM 'MEC- Rpt ED iNTi oN Noir
Applicant Name: TRC CTQoYG- fiQE"C-' MAN TRUST 1KC.
Email Address: J IM G M 110.0 Q,5 (P GL O A . C o tr,
29
BID NUMBER: RFPIDF-0911047 OPENING DATE: FEBRUARY 12, 2010 Q 2:00 P.M.
ATTACHMENT E (CONTINUED)
BUDGET
Please note: All proposals must include a detailed itemized budget summary which lists all anticipated
expenditures and explains all project costs. - Proposals for site specific demonstration tree planting projects
must list the quantity, species, and approximate size (container size, or caliper and height) of trees to be
planted.
IMPORTANT: THIS FORM MUST BE USED. PROPOSERS NOT USING THIS FORM WILL BE RULED
INELIGIBLE
Cost Items
Quantity
Rate or Price
Grant Cost
contractu
(Description)
SEE
(oO�
4.0 PQ2.
uME r
�rt'1'PcG µ
-TREES
TRM
Gquiament Use
list items)
Ntr
e_
30
BID NUMBER: RFP/DF-09/10-47
ATTACHMENT E (Continued from page 30)
BUDGET
Cost Items
Contractual
Description
Contractor will provide:
1 certified arborist
1 laborer
All pruning tools and equipment
Licensed and insured
Contractor will prune selected trees for structure and strength, and remove all branch
debris to areas designated for disposal by the City of Miami
Items to be Donated by The Grove Tree -Man Trust, Inc.
1. Time and materials in working with city to locate young trees in the ground for 1-
5 years in public right of way throughout the city.
2. Time of Trust president and arborist in identifying trees (not palms) appropriate
for project, insuring all city districts are included in project.
3. All time and costs of project administration, including supervision, report writing,
bookkeeping, and any other administrative efforts that may be required by the
grant contract.
4. Removal of staking material and excess mulch or dirt, if necessary.
5. Disposal of branch material by brush chipper and dumping of mulch, if necessary.
6. Preparation of photographs and news releases for use in Neighbors section of The
Miami Herald.
BID NUMBER: RFP1DF-09110-47 OPENING DATE: FEBRUARY 12, 2010 Q 2.00 P.M.
Cost Items Quantity Rate or Price Grant Cost
W) M M
Sum
(list items)
NOT
a.
W,
V
31
BID NUMBER: RM1317-09110-47 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
Cost Items
Quantity
M
Rate or Price
M
Grant Cost
M
TfeES
4 (list species and size)
Total
I
32
BID NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12,2010@2:00 P.M.
ATTACHMENT G
EXAMPLE
ARRA FOREST HEALTH IMPROVEMENT INITIATIVE
GRANT MEMORANDUM OF AGREEMENT
This agreement, made and entered into this the day of , 20 by and between
the DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES, State of Florida, hereinafter called the
"Department" and the Name of Agency, hereinafter called the "Contractor".
WITNESSETH
WHEREAS, the Department desires to increase the application of the principles of urban and community
f^�--stry by awarding funds to the Contractor for the specific project set forth in grant application Number
XX-,% included herein as Exhibit A and by reference made a part hereof:
WHEREAS, the Catalog of Federal Domestic Assistance (CFDA) number is 10.688;
WHEREAS, the six digit Department of Management Services' class/group code commodity catalog
control number is 991-365.
WHEREAS, the Department and the Contractor are of the opinion that the citizens of the state would
benefit from the implementation of urban and community forestry projects that improve our communities
through the proper care of trees and related plant materials;
WHEREAS, the Contractor by Resolution No. XX -XX, dated month/day/yr, has indicated its support of
the grant application and authorized its officers to execute this Agreement on its behalf;
NOW, THEREFORE, the parties, for and in consideration of the mutual covenants and agreements
contained herein agree as follows:
A. Failure by the Contractor to sign and return this agreement, within 60 days upon receipt of the
agreement, shall constitute forfeiture of the award.
B. The contract is valid upon execution through September 30, 2011.
C. The Contractor has estimated the project cost to be 24,000 as shown on the grant application
budget sheet attached as Exhibit B. The Department agrees to reimburse to the Contractor the
total sum of $ 24.000 of the final approved project costs. The Grant Amount is limited to only those
items which are directly related to this project as described in Exhibits "A" and "B". Project costs
for which the applicant has already received reimbursement from any other source are not eligible
for funding under this grant.
D. The Contractor agrees to maintain plant materials established as a part of the project for a period
of three years and enter into an agreement which designates and sets forth the duties and
responsibilities of the parties in maintaining the project.
E. The project to be performed by the Contractor shall be subject to periodic inspections by the
Department. The Contractor shall not change or deviate from the project without written approval
by the Department.
34
BID NUMBER: RFP/DF-09/10-47
OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
F. The Contractor agrees to submit to the Department an interim report on project accomplishments
quarterly (June 30, 2010, December 31, 2010, March 31, 2011, etc.). Failure to submit a required
report or submission of an unsatisfactory report is sufficient grounds for termination of this
agreement.
G. Reimbursements can be made on a quarterly basis, if requested. No advance payments will be
provided. Applicants must submit a completed reimbursement summary sheet to the Department
with sufficient attachments to verify the claims made. These may include invoices, receipts,
canceled checks, payroll log sheets, etc. No more than 75 percent of the grant amount will be paid
to the Contractor prior to the submission of a completed Certification of Acceptance endorsed by
the Department.
The final payment shall be made once the following documents are received:
(1) Certification of Acceptance endorsed by a Division of Forestry official.
(2) Final Reimbursement Summary Sheet with attached backup documentation.
(3) Brief narrative summarizing project accomplishment.
(4) News release to be submitted to a local publication crediting the U.S. Forest Service for providing
funding.
For installed plant materials, a sixty (60) day grow -in -period will be required after project completion.
C,6rification of Acceptance by the Department may be requested sixty (60) days after project completion.
H. The Contractor must submit the final claim for reimbursement to the Department on or before
September 30, 2011.
The Contractor acknowledges and agrees that public use of all reports or other printed material,
videos, audio recordings, films and photographs produced as part of this project shall not be
restricted under the copyright laws of the United States of America. All products (brochures, signs,
videos, etc.) funded by the Urban and Community Forestry Grant must display a statement that the
material has been prepared using Urban and Community Forestry grant funds received through the
U.S. Forest Service.
Section 215.422, Florida Statutes, provides that agencies have five (5) working days to inspect and
approve goods and services, unless bid specifications or the purchase order specifies otherwise. With the
exception of payments to health care providers for hospital, medical, or other health care services, if payment
is not available within 40 days, measured from the latter of the date the invoice was received or the goods or
services are received, inspected and approved, a separate interest penalty set by the Chief Financial Officer
n ,rsuant to Section 55.03, Florida Statutes, will be due and payable in addition to the invoice amount. To
obtain the applicable interest rate, please contact the Agency's Fiscal Section at (850) 488-2020 or Purchasing
Office at (850) 617-7181. Invoices returned to an Entity (Subrecipient) due to preparation errors will result in a
payment delay. Invoice payment requirements do not start until a properly completed invoice is provided to the
Department.
Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a
proper pre -audit and post -audit thereof. Expenses associated with travel and per diem are not eligible.
Purchases of $2,500 to $25,000 shall be carried out documenting two or more written quotations or
written record of telephone quotations or informal bids to be opened upon receipt, whenever practical.
Competitive sealed bidding is required for all purchases exceeding $25,000. Justification must be provided for
35
BID NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12,2010@2:00 P.M.
a sole source award or for an award to a vendor other than the vendor submitting the lowest bid or quote.
A Vendor Ombudsman has been established within the Department of Financial Services. The duties of
this individual include acting as an advocate for Contractors who may be experiencing problems in obtaining
timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516 or by
calling the Department of Financial Services' Hotline, 1-800-342-2762.
This Agreement may be terminated under any one of the following conditions:
A. The Department may terminate this contract at any time in the event of the default or failure of the
Contractor to fulfill any of its obligations hereunder. Prior to the exercise of any remedy provided
for herein, the Department shall provide thirty (30) calendar days written notice of default and shall
provide the Contractor the opportunity to cure such failure or default within said thirty (30) day
period. Upon the failure or inability to cure, the Department shall have all rights and remedies
provided at law or in equity, including without limitation the following:
Temporarily withhold cash payments pending correction of the deficiency by the Contractor.
2. Disallow all or part of the cost of the services not in compliance.
3. Wholly or partly suspend or terminate this contract.
B. The Department of Agriculture and Consumer Services shall have the right of unilateral
cancellation for refusal by the Contractor to allow public access to all documents, papers, letters or
other material made or received by the Contractor in conjunction with the contract, unless the
records are exempt from s. 24(a) of Article I of the State Constitution and s. 11 9.07(l), Florida
Statutes.
C. By either party following sixty (60) calendar days written notice.
In the event this Agreement is terminated before the Department has paid the Contractor the entire Grant
Amount, then the Department agrees to pay the Contractor the entire Grant amount, if the project has been
completed. If the project has not been completed, the Department shall pay to the Contractor a percentage of
the Grant amount equal to the percentage of the project's completion.
Extension of a contract for contractual services shall be in writing for a single period only not to exceed
six (6) months and shall be subject to the same terms and conditions set forth in the initial contract. There
shall be only one extension of a contract unless the failure to meet the criteria set forth in the contract for
completion of the contract is due to events beyond the control of the Contractor. If initially competitively
procured, contracts for contractual services may be renewed on a yearly basis for no more than three (3)
years, or for a period no longer than the original contract, whichever period is longer. Renewal of a contract for
contractual services shall be in writing and shall be subject to the same terms and conditions set forth in the
initial contract. Renewals shall be contingent upon satisfactory performance evaluations by the Department.
Renewal costs may not be charged by the Contractor.
It is mutually understood and agreed that this contract is:
A. Subject to the provisions of Section 287.058, Florida Statutes, and the State of Florida's
performance and obligation to pay under this contract is contingent upon an annual appropriation
by the Legislature as provided in Section 287.0582, Florida Statutes.
B. Subject to the approval of the State Chief Financial Officer (Department of Financial Services).
36
BID NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
It is mutually understood and agreed that if this contract disburses grants and aids appropriations, it is:
Subject to the requirements of Section 216.347, Florida Statutes, a state agency, a water management
district, or the judicial branch may not authorize or make any disbursement of grants and aids
appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant
or contract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the judicial
branch, or a state agency.
The following provisions of A through K are not applicable to procurement contracts used to buy goods
or services from vendors, but are only applicable to a Contractor subject to the Florida Single Audit Act.
A. There are uniform state audit requirements for state financial assistance provided by state
agencies to Nonstate entities to carry out state projects in accordance with and subject to
requirements of Section 215.97, Florida Statutes (F.S.), which may be applicable to and binding
upon Recipient. Nonstate entity means a local governmental entity, nonprofit organization, or
for-profit organization that receives state resources. Recipient means a Nonstate entity that
receives state financial assistance directly from a state awarding agency.
B. In the event that the Recipient expends a total amount of state financial assistance equal to or in
excess of $500,000 in any fiscal year of such Recipient, the Recipient must have a state single or
project -specific audit conducted for such fiscal year in accordance with Section 215.97, F.S.,
applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental
entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. Exhibit 2
to this agreement indicates state financial assistance awarded through this Department resource
by this agreement. In determining the state financial assistance expended in its fiscal year, the
Recipient shall consider all sources of state financial assistance, including state financial
assistance received from this Department resource, other state agencies, and other Nonstate
agencies. State financial assistance does not include Federal direct or pass-through awards and
resources received by a Nonstate entity for Federal program matching requirements.
C. Audits conducted pursuant to Section 215.97, F.S., shall be: (1) performed annually, and
conducted by independent auditors in accordance with auditing standards as stated in Chapters
10.550 (local governmental entities) or 10.650 ( nonprofit and for-profit organizations), Rules of the
Auditor General.
D. Regardless of the amount of the state financial assistance, the provisions of Section 215.97, F.S.,
do not exempt a Nonstate entity from compliance with provisions of law relating to maintaining
records concerning state financial assistance to such Nonstate entity or allowing access and
examination of those records by the state awarding agency, the Chief Financial Officer, or the
Auditor General.
E. If the Recipient expends less than $500,000 in state financial assistance in its fiscal year, an audit
conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. If
the Nonstate entity does not meet the threshold requiring the state single audit, such Nonstate
entity must meet terms and conditions specified in this written agreement with the state awarding
agency. In the event that the Recipient expends less than $500,000 in state financial assistance in
its fiscal year and elects to have an audit conducted in accordance with the provision of Section
215.97, F.S., the cost of the audit must be paid from the Nonstate entity's resources (i.e., the cost
of such an audit must be paid from the Recipient's resources obtained from other than state
entities).
M
BID NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
F. Each state awarding agency shall:
(1) Provide to a Recipient, information needed by the Recipient to comply with the requirements
of Section 215.97, F.S.
(2) Require the Recipient, as a condition of receiving state financial assistance, to allow the state
awarding agency, the Chief Financial Officer, and the Auditor General access to the
Recipient's records and the Recipient's independent auditor's working papers as necessary
for complying with the requirements of Section 215.97, F.S. The Recipient is required to
retain sufficient records demonstrating its compliance with the terms of this agreement for a
period of three years from the date the audit report is issued, and shall allow the department
of Agriculture and Consumer Services or its designee, access to such records upon request.
(3) Notify the Recipient that Section 215.97, F.S., does not limit the authority of the state
awarding agency to conduct or arrange for the conduct of additional audits or evaluations of
state financial assistance or limit the authority of any state agency Inspector General, the
Auditor General, or any other state official.
(4) Be provided by Recipient one copy of each financial reporting package prepared in
accordance with the requirements of Section 215.97, F.S. The financial reporting package
means the non -state entities financial reports, management letter, auditee's written
responses or corrective action plan, correspondence on the follow-up of prior years
corrective actions taken, and such other information determined by the Auditor General to be
necessary and consistent with the purposes of Section 215.97, F.S. Copies of the financial
reporting package required by this agreement shall be submitted by or on behalf of the
Recipient directly to each of the following:
(a) The Department of Agriculture and Consumer Services
Division of Administration
509 Mayo Building
407 South Calhoun Street
Tallahassee, FL 32399-0800
(b) The Auditor General's Office at the following address:
State of Florida Auditor General
Room 401, Claude Pepper Building
111 West Madison Street
Tallahassee, FL 32399-1450
G. Any reports, management letters, or other information required to be submitted to the Department
of Agriculture and Consumer Services pursuant to this agreement shall be submitted timely in
accordance with Florida Statutes, and Chapter 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General, as applicable.
H. The Recipient shall maintain sufficient records demonstrating its compliance with the terms of this
agreement for a period of five (5) years from the date the audit report is issued, and shall allow the
Department of Agriculture and Consumer Services, or its designee, Chief Financial Officer, or
Auditor General access to such records upon request. The Recipient shall ensure that audit
working papers are made available to the Department, or its designee, Chief Financial Officer, or
Auditor General upon request for a period of five (5) years from the date the audit report is issued,
unless extended in writing by the Department.
38
BID NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12,2010@2:00 P.M.
The Recipient shall be required to ensure expenditures of state financial assistance be in
compliance with laws, rules, and regulations applicable to expenditures of state funds, including,
but not limited to, the Reference Guide for State Expenditures (DFS).
The Recipient agrees that this agreement may be charged only with allowable costs resulting from
obligations incurred during the term of this agreement.
K. The Recipient agrees that any balances of unobligated cash that have been advanced or paid that
is not authorized to be retained for direct program costs in a subsequent period must be refunded
to the state.
The following provisions of A through H are applicable regarding the administration of resources
provided by the Department to the Recipient of Federal Funds. Those provisions are applicable if the
Recipient is a state or local government or a nonprofit organization as defined in OMB Circular A-133, as
revised.
A. In the event that the Recipient expends $500,000 or more in Federal awards in its fiscal year, the
Recipient must have a single or program -specific audit conducted in accordance with the
provisions of OMB Circular A-133, as revised. Exhibit 2 to this agreement indicates Federal
resources awarded through this Department by this agreement. In determining the Federal awards
expended in its fiscal year, the Recipient shall consider all sources of Federal awards, including
Federal resources received from this Department. The determination of amounts of federal awards
expended should be in accordance with the guidelines established by OMB Circular A-133, as
revised. An audit of the Recipient conducted by the Auditor General in accordance with provisions
of OMB Circular A-133, as revised, will meet these requirements.
B. In connection with these audit requirements, the Recipient shall fulfill the requirements relative to
auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised.
C. If the Recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted
in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event
that the Recipient expends less than $500,000 in federal awards in its fiscal year and elects to
have an audit conducted in accordance with provisions of OMB Circular A-133, as revised, the cost
of the audit must be paid from the non-federal resources (i.e., the cost of such an audit must be
paid from the Recipient resources obtained from other than Federal entities).
D. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as
revised, and required by this agreement shall be submitted when required by Section .320(d), OMB
Circular A-133, as revised, by or on behalf of the Recipient directly to each of the following:
(a) The Department of Agriculture and Consumer Services
Division of Administration
509 Mayo Building
407 South Calhoun Street
Tallahassee, Florida 32399-0800
(b) The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the
number of copies required by Sections .320(d)(1) and (2), OMB Circular A-133, as
revised, should be submitted to the Federal Audit Clearinghouse) at the following
address:
39
13111) NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10th Street
Jeffersonville, IN 47132
(c) Other federal agencies and pass-through entities in accordance with Sections .320(c)
and (f), OMB Circular A-133, as revised.
E. Pursuant to Section .320(f), OMB Circular A-133, as revised, the Recipient shall submit a copy of
the reporting package described in Section .320(c), OMB Circular A-133, as revised, and any
management letter issued by the Auditor, to the Department of Agriculture and Consumer Services
at the following address:
The Department of Agriculture and Consumer Services
509 Mayo Building
407 South Calhoun Street
Tallahassee, Florida 32399-0800
F. Any reports, management letters, or other information required to be submitted to the Department
of Agriculture and Consumer Services pursuant to this agreement shall be submitted timely in
accordance with OMB Circular A-133, as revised.
G. Recipients, when submitting financial reporting packages to the Department of Agriculture and
Consumer Services for audits done in accordance with OMB Circular A-133, as revised, should
indicate the date that the reporting package was delivered to the Recipient in correspondence
accompanying the reporting package.
H. The Recipient shall maintain sufficient records demonstrating its compliance with the terms of this
agreement for a period of five (5) years from the date the audit report is issued, and shall allow the
Department of Agriculture and Consumer Services, or its designee, Chief Financial Officer, or
Auditor General access to such records upon request. The Recipient shall ensure that audit
working papers are made available to the Department, or its designee, Chief Financial Officer, or
Auditor General upon request for a period of five (5) years from the date the audit report is issued,
unless extended in writing by the Department.
It is expressly understood and agreed that any articles that are the subject of, or required to carry out,
this contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is
qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set
forth in Section 413.036(1) and (2), Florida Statutes; and for purposes of this contract the person, firm, or other
business entity carrying out the provisions of this contract shall be deemed to be substituted for the state
agency insofar as dealings with such qualified nonprofit agency are concerned. Available products, pricing
and delivery information may be obtained by contacting: RESPECT of Florida, 2475 Apalachee Parkway,
Suite 205, Tallahassee, Florida 32301-4946, telephone number (850) 487-1471 and fax number (850)
656-0168.
It is expressly understood and agreed that any articles which are the subject of, or required to carry out,
this contract shall be purchased from the corporation identified under Chapter 946, Florida Statutes, in the
same manner and under the same procedures set forth in Section 946.515(2) and (4), Florida Statutes; and for
the purposes of this contract the person, firm, or other business entity carrying out the provisions of this
contract shall be deemed to be substituted for this Agency insofar as dealings with such corporation are
concerned. The "corporation identified" is Prison Rehabilitative Industries and Diversified Enterprises,
inrnrporated. Available products, pricing and delivery schedules may be obtained by contacting: PRIDE of
Florida, 12425 28th Street, North, St. Petersburg, Florida 33716, telephone number (727) 572-1987.
40
BID NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
The Contractor is informed that 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 bid on an agreement to provide any goods or
services to a public entity, may not submit a bid on an agreement with a public entity for the construction or
repair of a public building or public work, may not submit bids on leases of real property to a public entity, may
not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under an agreement
with any public entity, and may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list.
The Contractor is informed that the employment of unauthorized aliens by any Entity (Subrecipient) is
considered a violation of Section 274A(e) of the Immigration and Nationalization Act. If the Contractor
k^nwingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this
agreement.
The Contractor is informed that an entity or affiliate who has been placed in the discriminatory vendor list
may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or public work, may not submit
bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier,
subcontractor, or consultant under contract with any public entity, and may not transact business with any
public entity.
In accordance with Federal law and U.S. Department of Agriculture (USDA) policy, this Contractor is
prohibited from discriminating on the basis of race, sex, religion, color, national origin, age or disability and
shall comply with all applicable state and federal laws and regulations related thereto, including without
limitation, the Americans with Disabilities Act (42 USC 12101 et. Seq.); Section 504 of the Rehabilitation Act of
1973 (29 USC 795); and the Age Discrimination Act of 1975 (42 USC 6101-6107). To file a complaint of
discrimination, write USDA, Director, Office of Civil Rights, Room 326 W, Whitten Building, 1400 Independence
Avenue, SW, Washington, DC, 20250-9410, or call (202)720-5964 (voice and TDD). USDA is an equal
opportunity provider and employer. All products (brochures, signs, videos, etc.) funded by the Urban and
"r=,imunity Forestry Grant must display a statement that the grant recipient is an equal opportunity provider.
In accordance with Florida Statute 768.28, the Contractor Covenants and agrees that it shall indemnify
and hold harmless the Department and all of the Department's officers, agents and employees from any claim,
action, neglect or omission by the Contractor during the performance of the Agreements, whether direct or
indirect, and whether any person or property to which the Department or said parties may be subject, except
that neither the Contractor nor any of its sub -contractors shall be liable under this paragraph for damages
arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of
the Department or any of its officers, agents or employees.
In the event that two or more documents combine to form this agreement between the parties, including
future amendments and addenda, and in the event that there are contradictory or conflicting clauses or
requirements in these documents, the provisions of the document(s) prepared by the Department of
Agriculture and Consumer Services Contract shall be controlling.
All contracts entered into by the Department of Agriculture and Consumer Services or any Division or
Bureau thereof, are and shall be controlled by Florida law, contrary provisions notwithstanding.
In the event that any clause or requirement of this agreement is contradictory to, or conflicts with the
requirements of Florida law, including, but not limited to requirements regarding contracts with Florida's
governmental agencies, the offending clause or requirement shall be without force and effect and the
requirements of the Florida Statutes and rules promulgated thereunder on the same subject shall substitute for
that clause or requirement and be binding on all parties to this contract.
41
BID NUMBER: RFP/DF-09/10-47
OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
As applicable under Florida Statute 768.28, each party will be liable under this paragraph for damages
arising out of injury or damage to persons or property directly caused or resulting from the negligence of such
party or any of its officers, agents or employees.
All notices, demands, requests or other instruments to the Department shall be addressed to:
Mr. Charlie Marcus
Forest Management Bureau
3125 Conner Boulevard, Suite R-8
Tallahassee, Florida 32399-1650
All notices, demands, requests or other instruments to the Contractor shall be addressed to:
Ms. Corrine Lajoie
City of Dania Beach
100 W. Dania Beach Boulevard
Dania Beach, FL 33004
Signed by parties to this agreement:
DEPARTMENT OF AGRICULTURE AND CONTRACTOR
CONSUMER SERVICES
Signature Signature
Title Title
Date
42
Date
BID NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST
OF THE FOLLOWING:
NOTE: If the resources awarded to the recipient represent more than one Federal program, provide the same information shown
below for each Federal program and show total Federal resources awarded.
Federal Program (list Federal agency, Catalog of Federal Domestic Assistance title and number) - $ (amount)
COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES AWARDED PURSUANT
TO THIS AGREEMENT ARE AS FOLLOWS:
NOTE: If the resources awarded to the recipient represent more than one Federal program, list applicable compliance requirements
for each Federal program in the same manner as shown below.
Federal Program:
List applicable compliance requirements as follows.
First applicable compliance requirement (e.g., what services/purposes resources must be used for).
2. Second applicable compliance requirement (e.g., eligibility requirements for recipients of the resources).
3. Etc.
NOTE: Instead of listing the specific compliance requirements as shown above, the State awarding agency may elect to use language
that requires the recipient to comply with the requirements of applicable provisions of specific laws, rules, regulations, etc. For
example, for Federal Program 1, the language may state that the recipient must comply with a specific law(s), rule(s), or
rrlation(s) that pertains to how the awarded resources must be used or how eligibility determinations are to be made. The State
awarding agency, if practical, may want to attach a copy of the specific law, rule, or regulation referred to.
STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF
THE FOLLOWING:
MATCHING RESOURCES FOR FEDERAL PROGRAMS:
NOTE: If the resources awarded to the recipient for matching represent more than one Federal program, provide the same
information shown below for each Federal program and show the total State resources awarded for matching.
Federal Program (list Federal agency, Catalog offederal Domestic Assistance title and number) -
S (amount)
SUBJECT TO SECTION 215.97, FLORIDA STATUTES:
NOTE: If the resources awarded to the recipient represent more than one State project, provide the same information shown below
for each State proiect and show total state financial assistance awarded that is subiect to Section 215.9 7, Florida Statutes.
- Project (list State awarding agency, Catalog of State Financial Assistance title and number) - S (amount)
DACS-01085 REV. 11/07
43
DFS -A2 -CL
July 2005
Rule 69I-5.006, FAC
SID NUMBER: RFP/DF-09/10-47 OPENING DATE: FEBRUARY 12, 2010 @ 2:00 P.M.
COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED
PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
NOTE: List applicable compliance requirements in the same manner as illustrated above for Federal resources. For
matching resources provided by the Department of "ABC"for Federal programs, the requirements might be similar to
the requirements for the applicable Federal programs. Also, to the extent that different requirements pertain to
different amounts of the non -Federal resources, there may be more than one grouping (i. e., 1, 2, 3, etc.) listed under
this category.
NOTE: Section .400(d) of OMB Circular A-133, as revised, and Section 215.97(5), Florida Statutes, require that the
information about Federal Programs and State Projects included in Exhibit 1 be provided to the recipient.
DACS-01085 REV. 11107
44
DFS -A2 -CL
July 2005
Rule 69I-5.006, FAC