HomeMy WebLinkAbout24063AGREEMENT INFORMATION
AGREEMENT NUMBER
24063
NAME/TYPE OF AGREEMENT
GREATER MIAMI SERVICE CORP.
DESCRIPTION
BID WAIVER AGREEMENT/LANDSCAPING SERVICES AT
MARTIN LUTHER KING JR. BOULEVARD & BUTTERFLY
GARDENS/FILE I D : 11933/R-22-0232/MATTER I D : 22-607
EFFECTIVE DATE
September 14, 2022
ATTESTED BY
TODD B. HANNON
ATTESTED DATE
9/14/2022
DATE RECEIVED FROM ISSUING
DEPT.
9/14/2022
NOTE
DOCUSIGN AGREEMENT BY EMAIL
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
CITY OF MIAMI
DOCUMENT ROUTING FORM
Department of Procurement
ORIGINATING DEPARTMENT:
DEPT. CONTACT PERSON: Aimee Gandarilla EXT. 1906
NAME OF OTHER CONTRACTUAL PARTY/ENTITY: GREATER MIAMI SERVICE CORPS
IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS?
TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED?
TYPE OF AGREEMENT:
❑ MANAGEMENT AGREEMENT
❑ PROFESSIONAL SERVICES AGREEMENT
❑ GRANT AGREEMENT
❑ EXPERT CONSULTANT AGREEMENT
❑ LICENSE AGREEMENT
OTHER: (PLEASE SPECIFY) BID WAIVER AGREEMENT
YES
YES
❑ PUBLIC WORKS AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ INTER -LOCAL AGREEMENT
❑ LEASE AGREEMENT
❑ PURCHASE OR SALE AGREEMENT
PURPOSE OF ITEM (BRIEF SUMMARY): BID WAIVER AGREEMENT FOR LANDSCAPING SERVICES WITH
GREATER MIAMI SERVICE CORPS
NO
NO
COMMISSION APPROVAL DATE:
6/23/22 FILE ID: 11933 ENACTMENT NO.:
22-0232
NOTES.
ROUTING INFORMATION
Date
PLEASE PRINT AND SIGN
DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT
OFFICER
PR22233
August 22, 2022
Annie Perez, CPPO
I 11: 51:04,-ED
SIGNATURE:
.a ,,:
gadissa (,atdwaU.
e��
RISK MANAGEMENT
Ann -Marie Sharpe
SIGNATURE:
CITY ATTORNEY
22-607
September 7, 2022
Victoria Mendez
115:48:5F1
SIGNATURE:
_ f ,
/1
EFg0AFOFE0457_.
ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER
September 9, 2022
Larry Spring, CPA
I 09: 53:
SIGNATURE:
2-9DoE Tdby.
-Y4ra"'
ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS
�csoz5szawesaoa_
Natasha Colebrook -Williams
SIGNATURE:
DEPUTY CITY MANAGER
Nzeribe Ihekwaba, Ph.D., PE
SIGNATURE:
CITY MANAGER
September 13,
2( (r � i§P3\4
SIGNATURE:
EDT
DocuSigned by:
51.{tuAr Novity,
CITY CLERK
September 14, 2022
Todd Hannon
1 11:53:20
SIGNATURE:
8.,OCr8C372De42A..
EDT
DocuSigned by.
c„--„,&_____
E48D75800CF1459_.
PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
City of Miami
Office of the City Attorney
Legal Services Request
To: Office of the City Attorney
From: Tahlia Gray
Contact Person
Procurement Analyst
Title
8/22/2022
Date:
Procurement
Requesting Client
(305) 416-1912
Telephone
Legal Service Requested:
matter 22-607: BID WAIVER AGREEMENT FOR LANDSCAPING SERVICES WITH GREATER MIAMI
SERVICE CORPS
Complete form and forward to the Office of the City Attorney or e-mail to Legal
Services. Do not assume that the Office of the City Attorney knows the background
of the question and/or issue, such as opinions on the same or similar issues, the
existence of relevant memos, correspondence, etc. Please attach to this form and/or
e-mail all pertinent information relating to the subject.
Once your request has been assigned, an e-mail will be sent to you with the
Assigned Attorney's name and the issued matter identification number.
All attorneys in the Office of the City Attorney shall fully comply with the Rules
Regulating the Florida Bar.
For Legal Services requesting an opinion from the Office of the City Attorney:
FlIssue opinion in writing.
nPublish opinion after issuance.
Authorized by: Yadissa Calderon
Date response requested by:
BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY
Assigned Attorney: Date: File No.
Approved by: Ultimate Client:
Comments: D / R Date:
Type:
Matrix:
Category:
Copy returned to Requesting Client
Copy to Ultimate Client
rev. 04/14/2017
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
CITY OF MIAMI
BID WAIVER AGREEMENT
FOR LANDSCAPING SERVICES
WITH
GREATER MIAMI SERVICE CORPS.
This Bid Waiver Agreement ("Agreement") by and between the City of Miami, a municipal
corporation of the State of Florida whose principal address is 444 S.W. 2nd Avenue, Miami, FL
33130 ("City"), and Greater Miami Service Corps., a Florida not for profit corporation whose
principal address is 810 N.W. 28th Street, Miami, FL 33127 ("GMSC" and "Contractor"), is
entered into this 14th day of September, 2022 and shall be deemed in effect as of April 1st
2022 as follows.
RECITALS
WHEREAS, the GMSC was established in 1990 with a mission to transform the lives
of young people through education and service activities that improve our communities and
strengthen our local workforce ("Services"); and
WHEREAS, GMSC's program model uses service as a strategy to connect young
people in Miami -Dade County, Florida to education and meaningful work experience
opportunities while at the same time providing cost effective services that improve our
community; and
WHEREAS, the City Manager and the City's Chief Procurement Officer ("CPO") have
recommended that the requirements for competitive sealed bidding procedures be waived and
that the procurement of the above services, as specified herein, be approved; and
WHEREAS, pursuant to Resolution R-22-0232, adopted on June 23, 2022, the City
Commission by 4/5ths affirmative vote approved this Bid Waiver; and
NOW THEREFORE, for the considerations of the mutual covenants and promises
herein contained, GMSC and the City agree:
TERMS
1. RECITALS AND INCORPORATIONS; DEFINITIONS:
The recitals are true and correct and are hereby incorporated into and made a part of this
Agreement. The Services, Scope of Work, is hereby incorporated into and made a part of this
Agreement and attached hereto as Exhibit "A". The Contractor's Pricing Proposal is hereby
incorporated into and made a part of this Agreement and attached hereto as Exhibit "B". The
Contractor's Insurance Certificate is hereby incorporated into and made a part of this Agreement
and attached hereto as Exhibit "C". The order of precedence whenever there is conflicting or
inconsistent language between documents is as follows in descending order of priority: (1) the
Professional Services Agreement ("PSA"), inclusive of Exhibits, as may be amended; and (2) the
1
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
Contractor's proposal dated March 23, 2022, acknowledging the scope of services and pricing
component of the services.
2. TERM:
The Agreement shall become effective on the date on the first page and shall be for the
duration of three (3) years with no option to renew. The City Manager shall have the option to
terminate the Agreement for convenience, that is, for any or no cause.
3. SCOPE OF SERVICES:
A. Contractor agrees to timely and competently provide the Services as specifically
described, and under the special terms and conditions set forth in Exhibit "A".
B. Contractor represents to the City that: (i) it possesses all qualifications, licenses,
certificates, registrations, authorizations, and expertise required for the performance of the
Services, including, but not limited to, full authorization and qualifications to do business in Florida;
and (ii) it is not delinquent in the payment of any sums due the City, its agencies and
instrumentalities, including payment of permits, fees, occupational licenses, fines, liens,
violations, etc., nor in the performance of any contractual obligations or payment of any monies
to the City, its agencies and instrumentalities, or has not been debarred by any Florida public
agency or been placed on the convicted vendors list pursuant to Section 287.133, Florida
Statutes, as amended; and (iii) all personnel assigned to perform the Services are and shall be,
at all times during the term hereof, fully qualified and trained to perform the tasks assigned to
each; and (iv) the Services shall be performed in the manner described in Exhibit "A"; and (v)
each person executing this Agreement on behalf of Contractor has been duly authorized to so
execute the same and fully bind Contractor as a party to this Agreement.
C. Contractor shall at all times provide fully qualified, competent, and physically
capable employees to perform the Services under this Agreement. City may require Contractor
to remove any employee the City deems careless, incompetent, insubordinate, or otherwise
objectionable and whose continued services under this Agreement is not in the best interest of
the City.
4. COMPENSATION:
A. The amount of compensation payable by the City to the Contractor shall be based
on the rates quoted in Exhibit "B" hereto; provided, however, that in no event shall the amount of
compensation exceed a cumulative total of Two Hundred Twenty Thousand Dollars ($220,000.00)
in any one (1) contract year for the Services provided under this Agreement, inclusive of any costs
and expenses.
B. Unless otherwise specifically provided in Exhibit "A", payment shall be made within
forty-five (45) days after receipt of Contractor's invoice for Services performed, which shall be
accompanied by sufficient supporting documentation and contain sufficient detail, to allow a
proper audit of expenditures, should the City require one to be performed. Invoices shall be
sufficiently detailed to comply with the "Florida Prompt Payment Act", Sections 218.70. - 218.79,
Florida Statutes, as amended, and other applicable laws. No advance payments shall be made
at any time.
2
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
C. Contractor agrees and understands that (i) any and all subcontractors providing
Services related to this Agreement shall be paid through Contractor and not paid directly by the
City, and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the
Services related to this Agreement shall be borne solely by Contractor.
D. The City will pay Contractor one hundred percent (100%) of each total invoice
amount, up to a maximum total of Two Hundred Twenty Thousand Dollars ($220,000.00) in any
one (1) contract year for the Services provided under this Agreement, inclusive of any costs and
expenses.
5. OWNERSHIP OF DOCUMENTS:
Contractor understands and agrees that any information, document, data, report or any
other material whatsoever which is given by the City to Contractor, its employees, or any
subcontractor, or which is otherwise obtained or prepared by Contractor solely and exclusively
for the City pursuant to or under the terms of this Agreement, is and shall at all times remain the
property of the City. Contractor agrees not to use any such information, document, data, report
or material for any other purpose whatsoever without the written consent of the City Manager,
which may be withheld or conditioned by the City Manager in his/her sole discretion. Contractor
is permitted to make and to maintain duplicate copies of the files, records, documents, data, etc.
if Contractor determines copies of such records are necessary subsequent to the termination of
this Agreement; however, in no way shall the confidentiality as permitted by applicable law be
breached. The City shall maintain and retain ownership of any and all documents and data which
result upon the completion of the work and Services under this Agreement as per the terms of
this Section 5.
6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION:
A. Contractor agrees to provide access to the City or to any of its duly authorized
representatives, to any books, documents, papers, data, and records, including, without limitation,
electronic records of Contractor which are directly pertinent to this Agreement, for audit,
examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of up
to three (3) years following the date of final payment by the City to Contractor under this
Agreement, audit and inspect, or cause to be audited and inspected, those books, documents,
data, papers, and records of Contractor which are related to Contractor's performance under this
Agreement. Contractor agrees to maintain all such books, documents, papers, data, and records
at its principal place of business for a period of three (3) years after final payment is made under
this Agreement and all other pending matters are closed. Contractor's failure to adhere to, or
refusal to comply with, this condition shall result in the immediate cancellation of this Agreement
by the City.
B. The City may, at reasonable times during the term hereof, inspect the Contractor's
facilities and perform such tests, as the City deems reasonably necessary, to determine whether
the goods or services required to be provided by Contractor under this Agreement conform to the
terms hereof. Contractor shall make available to the City all reasonable facilities and assistance
to facilitate the performance of tests or inspections by City representatives. All tests and
inspections shall be subject to, and made in accordance with, the provisions of Sections 18-99,
18-100, 18-101 and 18-102 of the Code of the City of Miami, Florida as same may be amended
or supplemented, from time to time ("City Code").
3
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
7. AWARD OF AGREEMENT:
Contractor represents and warrants to the City that it has not employed or retained any
person or company employed by the City to solicit or secure this Agreement and that it has not
offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage
fee, or gift of any kind contingent upon or in connection with, the award of this Agreement.
8. PUBLIC RECORDS: (Non -Negotiable)
A. Contractor understands that the public shall have access, at all reasonable times,
to all documents and information pertaining to City Agreements, subject to the provisions of
Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all
documents subject to disclosure under applicable laws. Contractor's failure or refusal to comply
with the provisions of this section shall result in the immediate cancellation of this Agreement by
the City.
B. Contractor shall additionally comply with Section 119.0701, Florida Statutes,
including without limitation: (1) keep and maintain public records that ordinarily and necessarily
would be required by the City to perform this Service; (2) provide the public with access to public
records on the same terms and conditions as the City would and at the cost provided by Chapter
119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are
exempt or confidential and exempt from disclosure are not disclosed except as authorized by
law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all
public records in its possession upon termination of this Agreement and destroy any duplicate
public records that are exempt or confidential and exempt from disclosure requirements; and, (5)
provide all electronically stored public records that must be provided to the City in a format
compatible with the City's information technology systems. Notwithstanding the foregoing,
Contractor shall be permitted to retain any public records that make up part of its work product
solely as required for archival purposes, as required by law, or to evidence compliance with the
terms of the Agreement.
C. Should Contractor determine to dispute any public access provision required by
Florida Statutes, then Contractor shall do so in accordance with the provisions of chapter 119,
Florida Statutes, at its own expense and at no cost to the City.
D. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS CONTRACT, AGREEMENT THE CUSTODIAN OF PUBLIC
RECORDS AT (305) 416-1830, VIA EMAIL AT
PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR EMAIL AT CITY
OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH
FL, MIAMI, FL 33130.
9. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS:
Contractor understands that agreements with local governments are subject to certain
laws and regulations, including laws pertaining to public records, conflict of interest, ethics,
4
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
lobbying, record keeping, etc. City and Contractor agree to comply with and observe all such
applicable federal, state and local laws, rules, regulations, codes and ordinances, as they may be
amended from time to time.
Contractor further agrees to include in all of Contractor's agreements with subcontractors
for any Services related to this Agreement this provision requiring subcontractors to comply with
and observe all applicable federal, state, and local laws rules, regulations, codes and ordinances,
as they may be amended from time to time.
10. INDEMNIFICATION:
Contractor shall indemnify, hold and save harmless, and defend (at its own cost and
expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages,
losses, judgements, and costs, including, but not limited to, reasonable attorneys fees, to the
extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful
misconduct of Contractor and persons employed or utilized by Contractor in the performance of
this Agreement. Contractor shall further, , indemnify, save and hold harmless for, and defend (at
its own cost), the City its officials and/or employees against any civil actions, statutory,
administrative, regulatory, or similar claims, injuries or damages arising or resulting from the
Services, or from the Contractor's alleged non-compliance with legal or contractual requirements
relative to the , even if it is alleged that the City, its officials, and/or employees were negligent. In
the event that any action or proceeding is brought against the City by reason of any such claim
or demand, the Contractor shall, upon written notice from the City, resist and defend such action
or proceeding by counsel satisfactory to the City. The Contractor expressly understands and
agrees that any insurance protection required by this Contract or otherwise provided by the
Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and
defend the City or its officers, employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate the Contractor to defend, at its own cost
and expense, to and through trial, administrative, regulatory, appellate, supplemental or
bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of
liability and all suits and actions of every name and description which may be brought against the
City, whether performed by the Contractor, or persons employed or utilized by Contractor.
These duties will survive the cancellation or expiration of the Agreement. This Section will
be interpreted under the laws of the State of Florida, including without limitation and interpretation,
which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as may be
applicable and as amended.
Contractor shall require all sub -contractor agreements to include a provision that each
sub -Contractor will indemnify the City in substantially the same language as this Section. The
Contractor agrees and recognizes that the City shall not be held liable or responsible for any
claims which may result from any actions or omissions of the Contractor in which the City
participated either through review or concurrence of the Contractor's actions. In reviewing,
approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City,
in no way, assumes or shares any responsibility or liability of the Contractor or sub -contractor
under this Agreement.
5
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
Ten dollars ($10.00) of the payments made by the City constitute separate, distinct, and
independent consideration for the granting of this Indemnification, the receipt and sufficiency of
which is voluntarily and knowingly acknowledged by the Contractor.
Contractor understands and agrees that all liabilities regarding the use of any
subcontractor, supplier, laborer, or material person for Services related to this Agreement shall
be borne solely by Contractor throughout the duration of this Agreement and that this provision
shall survive the termination or expiration of this Agreement, as applicable.
11. DEFAULT:
If Contractor fails to comply materially with any term or condition of this Agreement or fails
to perform in any material way any of its obligations hereunder and fails to cure such failure after
reasonable notice from the City, then Contractor shall be in default. Contractor understands and
agrees that termination of this Agreement under this section shall not release Contractor from any
obligation accruing prior to the effective date of termination. Should Contractor be unable or
unwilling to commence to perform the Services within the time provided or contemplated herein,
then, in addition to the foregoing, Contractor shall be liable to the City for all expenses incurred
by the City in preparation and negotiation of this Agreement, as well as all costs and expenses
incurred by the City in the re -procurement of the Services, including consequential and incidental
damages.
12. RESOLUTION OF AGREEMENT DISPUTES:
Contractor understands and agrees that all disputes between Contractor and the City
based upon an alleged violation of the terms of this Agreement by the City shall be submitted to
the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in
connection therewith. In the event that the amount of compensation hereunder exceeds Twenty
Five Thousand Dollars ($25,000.00), the City Manager's decision shall be approved or
disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless:
(i) it has first received the City Manager's written decision, approved by the City Commission if
the amount of compensation hereunder exceeds Twenty Five Thousand Dollars ($25,000.00), or
(ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed
statement of the dispute, accompanied by all supporting documentation (or ninety (90) days if City
Manager's decision is subject to City Commission approval); or (iii) the City has waived
compliance with the procedure set forth in this section by written instruments, signed by the City
Manager. In no event may the amount of compensation under this Section exceed the total
compensation set forth in Section 4(A) of this Agreement.
13. TERMINATION; OBLIGATIONS UPON TERMINATION: (Non -Negotiable)
A. The City, acting by and through its City Manager, shall have the right to terminate
this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to
Contractor at least thirty (30) calendar days prior to the effective date of such termination. In such
event, the City shall pay to Contractor compensation for Services rendered and approved
expenses incurred prior to the effective date of termination. In no event shall the City be liable to
Contractor for any additional compensation and expenses incurred, other than that provided
herein, and in no event shall the City be liable for any consequential or incidental damages. The
Contractor shall have no recourse or remedy against the City for a termination under this
subsection except for payment of fees due prior to the effective date of termination.
6
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
B. The City, by and acting through its City Manager, shall have the right to terminate
this Agreement, in its sole discretion, and without penalty, upon the occurrence of an event of a
material breach hereunder, and failure to cure the same within thirty (30) days after written notice
of default. A material breach for purposes of this Agreement shall mean a contractual and legal
term which refers to a failure of performance under the Agreement which is significant enough to
give the City the right to sue for breach of contract. In such event, the City shall not be obligated
to pay any amounts to Contractor for Services rendered by Contractor after the date of
termination, but the parties shall remain responsible for any payments that have become due and
owing as of the effective date of termination. In no event shall the City be liable to Contractor for
any additional compensation and expenses incurred, other than that provided herein, and in no
event shall the City be liable for any direct, indirect, consequential, or incidental damages.
14. INSURANCE:
A. Contractor shall, at all times during the term hereof, maintain such insurance
coverage(s) as may be required by the City. The insurance coverage(s) required as of the
Effective Date of this Agreement are attached hereto as Exhibit "C" and incorporated herein by
this reference. The Contractor shall add the City of Miami as an additional insured to its
commercial general liability, and auto liability policies, and as a named certificate holder on all
policies. Contractor shall correct any insurance certificates as requested by the City's Risk
Management Administrator. All such insurance, including renewals, shall be subject to the
approval of the City for adequacy of protection and evidence of such coverage(s) and shall be
furnished to the City Risk Management Administrator on Certificates of Insurance indicating such
insurance to be in force and effect and any cancelled or non -renewed policy will be replaced with
no coverage gap and a current Certificate of Insurance will be provided. Completed Certificates
of Insurance shall be filed with the City prior to the performance of Services hereunder, provided,
however, that Contractor shall at any time upon request file duplicate copies of the Certificate of
Insurance with the City.
B. Contractor understands and agrees that any and all liabilities regarding the use of
any of Contractor's employees or any of Contractor's subcontractors for Services related to this
Agreement shall be borne solely by Contractor throughout the term of this Agreement and that
this provision shall survive the termination of this Agreement. Contractor further understands and
agrees that insurance for each employee of Contractor and each subcontractor providing Services
related to this Agreement shall be maintained in good standing and approved by the City Risk
Management Administrator throughout the duration of this Agreement.
C. Contractor shall be responsible for assuring that the insurance certificates required
under this Agreement remain in full force and effect for the duration of this Agreement, including
any extensions hereof. If insurance certificates are scheduled to expire during the term of this
Agreement and any extension hereof, Contractor shall be responsible for submitting new or
renewed insurance certificates to the City's Risk Management Administrator as soon as
coverages are bound with the insurers. In the event that expired certificates are not replaced, with
new or renewed certificates which cover the term of this Agreement and any extension thereof:
(i) the City shall suspend this Agreement until such time as the new or renewed
certificate(s) are received in acceptable form by the City's Risk Management
Administrator; or
7
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
(ii) the City may, at its sole discretion, terminate the Agreement for cause and seek
procurement related damages from Contractor in conjunction with the violation of the
terms and conditions of this Agreement.
D. Compliance with the foregoing requirements shall not relieve Contractor of its
liabilities and obligations under this Agreement.
15. NONDISCRIMINATION:
Contractor represents to the City that Contractor does not and will not engage in
discriminatory practices and that there shall be no discrimination in connection with Contractor's
performance under this Agreement because of race, color, gender, sexual orientation, religion,
age, handicap, marital status, or national origin. Contractor further covenants that no otherwise
qualified individual shall, solely because of his/her race, color, gender, sexual orientation, religion,
age, handicap, marital status, or national origin, be excluded from participation in, be denied
services, or be subject to discrimination under any provision of this Agreement.
16. ASSIGNMENT:
The Contractor's services are considered unique in nature. This Agreement shall not be
assigned, sold, conveyed or pledged by Contractor, in whole or in part, and Contractor shall not
assign any part of its operations under this Agreement, without the prior written consent of the
City Manager, which may be withheld or conditioned, in the City's sole discretion through the City
Manager.
17. NOTICES:
All notices or other communications required under this Agreement shall be in writing and
shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested,
addressed to the other party at the address indicated herein or to such other address as a party
may designate by notice given as herein provided. Notice shall be deemed given on the day on
which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual
receipt, whichever is earlier.
TO CONTRACTOR: TO THE CITY:
Deborah Dorsett
Executive Director
Greater Miami Service Corps
810 NW 28th Street
Arthur Noriega V
City Manager
City of Miami
444 SW 2nd Avenue, 10th Floor
8
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
Miami, FL 33127 Miami, FL 33130-1910
With copies to:
Victoria Mendez
City Attorney
City of Miami
444 SW 2nd Avenue, Suite 945
Miami, FL 33130-1910
Juvenal Santana, P.E.
Resilience and Public Works Director
City of Miami
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130-1910
Annie Perez, CPPO
Procurement Director
City of Miami
444 SW 2nd Avenue, 6th Floor
Miami, FL 33130-1910
18. MISCELLANEOUS PROVISIONS:
A. This Agreement shall be construed and enforced according to the laws of the State
of Florida. Venue in any proceedings between the parties shall be in Miami -Dade County, Florida.
Each party shall bear its own attorney's fees. Each party waives any defense, whether asserted
by motion or pleading, that the aforementioned courts are an improper or inconvenient venue.
Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and
irrevocably waive any objections to said jurisdiction. The parties irrevocably waive any rights to a
jury trial.
B. No waiver or breach of any provision of this Agreement shall constitute a waiver of
any subsequent breach of the same or any other provision hereof, and no waiver shall be effective
unless made in writing.
C. Should any provision, paragraph, sentence, word or phrase contained in this
Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise
unenforceable under the laws of the State of Florida or the City of Miami, such provision,
paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order
to conform with such laws, or if not modifiable, then the same shall be deemed severable, and
in either event, the remaining terms and provisions of this Agreement shall remain unmodified
and in full force and effect or limitation of its use.
D. Contractor shall comply with all applicable laws, rules and regulations in the
performance of this Agreement, including, but not limited to, licensure and certifications required
by law for professional service Contractors.
9
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
E. This Agreement constitutes the sole and entire agreement between the parties
hereto. No modification or amendment hereto shall be valid unless in writing and executed by
properly authorized representatives of the parties hereto. Except as otherwise set forth in Section
2 above, the City Manager shall have the sole authority to extend, amend, or modify this
Agreement on behalf of the City.
19. SUCCESSORS AND ASSIGNS:
This Agreement shall be binding upon the parties hereto, their heirs, executors, legal
representatives, successors, or assigns.
20. INDEPENDENT CONTRACTORS:
Contractor has been procured and is being engaged to provide Services to the City as an
Independent Contractor, and not as an agent or employee of the City. Accordingly, neither
Contractor, nor its employees, nor any subcontractor hired by Contractor to provide any Services
under this Agreement shall attain, nor be entitled to, any rights or benefits under the Civil Service
or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified
employees. Contractor further understands that Florida Workers' Compensation benefits
available to employees of the City are not available to Contractor, its employees, or any
subcontractor hired by Contractor to provide any Services hereunder, and Contractor agrees to
provide or to require subcontractor(s) to provide, as applicable, workers' compensation insurance
for any employee or agent of Contractor rendering Services to the City under this Agreement.
Contractor further understands and agrees that Contractor's or subcontractors' use or entry upon
City properties shall not in any way change its or their status as an Independent Contractor.
21. CONTINGENCY CLAUSE:
Funding for this Agreement is contingent on the availability of funds and continued
authorization for program activities and the Agreement is subject to amendment or termination
due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in
applicable laws or regulations, or program requirements or continuation, upon thirty (30) days
written notice.
22. FORCE MAJEURE:
A "Force Majeure Event" shall mean an act of God, act of governmental body or military
authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters,
epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or
embargo. In the event that either party is delayed in the performance of any act or obligation
pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for
required completion of such act or obligation shall be extended by the number of days equal
to the total number of days, if any, that such party is actually delayed by such Force Majeure
Event. The party seeking delay in performance shall give notice to the other party specifying
the anticipated duration of the delay, and if such delay shall extend beyond the duration
specified in such notice, additional notice shall be repeated no less than monthly so long as
such delay due to a Force Majeure Event continues. Any party seeking delay in performance
due to a Force Majeure Event shall use its best efforts to rectify any condition causing such
delay and shall cooperate with the other party to overcome any delay that has resulted.
10
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
23. CITY NOT LIABLE FOR DELAYS:
Contractor hereby understands and agrees that in no event shall the City be liable for,
or responsible to Contractor or any subcontractor, or to any other person, firm, or entity for or
on account of, any stoppages or delay(s) in work herein provided for, or any damages
whatsoever related thereto, because of any injunction or other legal or equitable proceedings
or on account of any delay(s) for any cause over which the City has no control.
24. USE OF NAME/ SEAL:
Contractor understands and agrees that the City is not engaged in research for
advertising, sales promotion, or other publicity purposes. Contractor is allowed, within the limited
scope of normal and customary marketing and promotion of its work, to use the general results
of this project and the name of the City. The Contractor may not utilize the City's official seal or
any likeness thereof. The Contractor agrees to protect any confidential information provided by
the City and will not release information of a specific nature without prior written consent of the
City Manager or the City Commission.
25. NO CONFLICT OF INTEREST:
Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding
conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor,
no employee, and no subcontractor under this Agreement nor any immediate family member of
any of the same is also a member of any board, commission, or agency of the City. Contractor
hereby represents and warrants to the City that throughout the term of this Agreement, Contractor,
its employees, and its subcontractors will abide by this prohibition of the City Code.
26. NO THIRD -PARTY BENEFICIARY:
No persons other than the Contractor and the City (and their successors and assigns)
shall have any rights whatsoever under this Agreement. There are no express or implied Third
Party Beneficiaries to this Agreement.
27. SURVIVAL:
All obligations (including but not limited to indemnity and obligations to defend and hold
harmless) and rights of any party arising during or attributable to the period prior to expiration or
earlier termination of this Agreement shall survive such expiration or earlier termination.
28. TRUTH -IN -NEGOTIATION CERTIFICATION, REPRESENTATION AND WARRANTY:
Contractor hereby certifies, represents, and warrants to the City that on the date of
Contractor's execution of this Agreement, and so long as this Agreement shall remain in full force
and effect, the wage rates and other factual unit costs supporting the compensation to Contractor
under this Agreement are and will continue to be accurate, complete, and current. Contractor
understands, agrees, and acknowledges that the City shall adjust the amount of the compensation
and any additions thereto to exclude any significant sums by which the City determines the
contract price of compensation hereunder was increased due to inaccurate, incomplete, or non-
current wage rates and other factual unit costs. All such contract adjustments shall be made within
one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant
to the provisions hereof.
11
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
29. COUNTERPARTS; ELECTRONIC SIGNATURES:
This Agreement and any amendments hereto may be executed in counterparts and all
such counterparts taken together shall be deemed to constitute one and the same instrument,
each of which shall be an original as against either party whose signature appears thereon, but
all of which taken together shall constitute but one and the same instrument. An executed
facsimile or electronic scanned copy of this Agreement shall have the same force and effect as
an original. The parties shall be entitled to sign and transmit an electronic signature on this
Agreement (whether by facsimile, PDF or other email transmission), which signature shall be
binding on the party whose name is contained therein. Any party providing an electronic signature
agrees to promptly execute and deliver to the other parties an original signed Agreement upon
request.
30. ENTIRE AGREEMENT:
This instrument and its exhibits constitute the sole and only agreement of the parties
relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of
each to the other as of its date. Any prior agreements, promises, negotiations, or representations
not expressly set forth in this Agreement are of no force or effect.
12
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their
respective officials thereunto duly authorized, this the day and year above written.
ATTEST:
Print N Vie: Vivian Walters, Jr.
Title: Board Secretary
ATTEST:
p- DocuSigned by:
Todd = Uarmor'', City Cler
"Greater Miami Service Corp"
A Florida Nol-Fo4rofit Corpgration
By:
Print Name: Deborah Dorsett
Title: Executive Director
(Authorized Corporate Officer)
"City"
CITY OF MIAMI, a municipal
DocuSigned by:corporation
DocuSigned by:
By tis
Arthur NonegaV,tiIy Manager
APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE
AND CORRECTNESS:
DocuSigned by: DS
Victoriandez (Matter 22-607)
REQUIREMENTS..
Digitally signed
Gomez
by Gomez, Frank
Frank Date: 2022.08.22
09:52:29 -04'00'
Ann -Marie Sharpe
City Attorney Risk Management Director
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
RESOLUTION No. R-444-22
RESOLUTION AUTHORIZING EXECUTION OF CONTRACT
WITH THE CITY OF MIAMI TO OPERATE
DR. MARTIN LUTHER KING, JR. AND BUTTERFLY GARDENS
WHEREAS, Greater Miam Service Corps, a Florida Not -for -Profit corporation, desires to enter into an
Agreement with the City of Miami for the purpose of performing the Services described in the Agreement to which this
resolution is attached; and
WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with
the bylaws of the corporation;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS of the Greater Miami Service
Corps authorizes the GMSC Executive Director, Deborah Dorsett to execute the Agreement in the name of this
Corporation and to execute any other document and perform any acts in connection therewith as may be required to provide
to accomplish its purpose.
IN WITNESS WHEREOF, this 6u' day of July 2022.
Greater Miami Service Corps ("Contractor")
A Florida Non -Profit State /rporation
ATTEST
Signatur Secretary of the Board
Vivian Walters, Jr.
Printed Name of Secretary of the Board
Corporate Seal
(Affix Corporate Seal here)
tt, m ANSELME ANTOINE JEAN
Notary Public
State of Florida
Commit HH251921
Expires 4/11/2026
•
•
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
EXHIBIT A
SCOPE OF SERVICES
THIS PAGE INTENTIONALLY LEFT BLANK
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
April 19, 2022
Tahlia R. Gray, MBA
Procurement Analyst
City of Miami
Procurement Department
444 SW 2 Ave, 6th Floor
Miami, FL 33130
Re: Martin Luther King Jr. Youth Service Project (Landscape and Maintenance)
Dear Ms. Gray:
Thank you for the opportunity to allow Greater Miami Service Corps (GMSC) to provide Landscape and
Maintenance Services related to Martin Luther King Jr. Boulevard and the East and West Butterfly Garden.
Greater Miami Service Corps has been privileged to provide these services since 2015, allowing young
people to become stakeholders in the beautification of their community while building personal, education,
and career development skills.
The mission of the Greater Miami Service Corps is to empower young people with the tools needed to
transform their lives through education and service activities that strengthen our community and local
workforce. GMSC services enhance the employability of young adults between the ages of 18-24, through
work assignments that provide tangible community improvements, supervision that reinforces productive
habits, and education structured to strengthen useful skills. Young people can "earn while they learn"
through our employability skills' training and education services that build transferable skills. Services
provided include:
• Year -Round Paid Work Experience
• High School Completion Services
• General Education Diploma Preparation
• Leadership Development
• Industry Training
• Team Building
• Mentoring
• Life and Financial Skills Training
• Post -Secondary Support
• Education Scholarships
• Job Placement Assistance
In addition to work experience, participants will be engaged in industry training and have an opportunity to
earn up to $6,300 in education scholarships. Additional services include transportation support, internships,
case management, and mental health counseling or referrals. Greater Miami Service Corps is able to provide
a 1:1 ratio of leveraged resources with funding provided through the Martin Luther King Jr. Project.
Young People...Serving Their Community
810 Northwest 281" Street • Miami, Florida 33127 • Office: (305) 638-4672 •Fax: (305) 633-5319
15355 Harding Lane • Leisure City, Florida 33030 o Office: (305) 242-7935 oFax: (305) 242-7967
www.gmscmiami.org
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
EXHIBIT B
PRICING PROPOSAL
THIS PAGE INTENTIONALLY LEFT BLANK
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
The service proposal for the Martin Luther King Jr. Boulevard Youth Service Project is as follows:
Item #
Description
Oty
UOM
Price
1
MLK Blvd- Litter Pick Up
Only (WEEKLY SERVICE)
NW 62nd Street from NW 5th
Place to NW 17th Ave
1
Weekly
$ 1,083.25
2
Butterfly Gardens-
Landscaping - (BIWEEKLY):
East I-95 and West of NW 5th
Ave
1
Biweekly
$ 2,925.00
3
Butterfly Gardens- Litter Pick
Up - (WEEKLY): East I-95
and West of NW 5th Ave
1
Weekly
$ 1,083.25
4
Butterfly Gardens- Tree and
Palm Pruning; removal of
dead tree/palm (AS
NEEDED)
1
Each
$ 3,000.00
5
Butterfly Gardens- Removal
of Debris (AS NEEDED)
1
Each
$ 1,083.25
6
Butterfly Gardens- Installation
of Mulch (AS NEEDED)
1
Each
$ 3,500.00
7
Pressure Cleaning- All Linear
Parks on NW 62nd Street (AS
NEEDED)
1
Each
$ 10,000.00
*PLEASE THOROUGHLY READ THE SCOPE OF WORK PROVIDED TO PROVIDE PRICING.
Should you have any questions, feel free to call me at 305-638-4672 extension 237.
Sincerely,
eborah Dorsett
Executive Director
Young People... Serving Their Community
810 Northwest 28th Street ■ Miami, Florida 33127 ■ Office: (305) 638-4672 •Fax: (305) 633-5319
15355 Harding Lane • Leisure City, Florida 33030 o Office: (305) 242-7935 oFax: (305) 242-7967
www.gmscmiami.org
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
EXHIBIT C
INSURANCE REQUIREMENTS
I. Commercial General Liability
A. Limits of Liability
Bodily Injury and Property Damage Liability
Each Occurrence $1,000,000
General Aggregate Limit $ 2,000,000
Personal and Adv. Injury $ 1,000,000
Products/Completed Operations $ 1,000,000
B. Endorsements Required
City of Miami listed as additional insured
Contingent & Contractual Liability
Premises and Operations Liability
Primary Insurance Clause Endorsement
IL Business Automobile Liability
A. Limits of Liability
Bodily Injury and Property Damage Liability
Combined Single Limit
Owned/Scheduled Autos
Including Hired, Borrowed or Non -Owned Autos
Any One Accident $ 1,000,000
B. Endorsements Required
City of Miami listed as an additional insured
III. Worker's Compensation
Limits of Liability
Statutory -State of Florida
Waiver of Subrogation
Employer's Liability
A. Limits of Liability
$100,000 for bodily injury caused by an accident, each accident
$100,000 for bodily injury caused by disease, each employee
$500,000 for bodily injury caused by disease, policy limit
IV. Professional Liability/Errors and Omissions Coverage
Combined Single Limit
22
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
Each Claim $1,000,000
General Aggregate Limit $1,000,000
Retro Date Included
The above policies shall provide the City of Miami with written notice of cancellation or
material change from the insurer in accordance to policy provisions.
Companies authorized to do business in the State of Florida, with the following qualifications,
shall issue all insurance policies required above:
The company must be rated no less than "A-" as to management, and no less than "Class V" as to
Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best
Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance
are subject to review and verification by Risk Management prior to insurance approval.
23
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
A jam/ CERTIFICATE OF LIABILITY
INSURANCE
DATE(MM1DDfYYYY)
02/24/22
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
BEACON INSURANCE GROUP INC
8567 Coral Way#301
Miami, FL 33155
License#:A093003
ONTAAME.CT
PHONE
Ray,E,„ (305) 266-9706 I ;,,_ fl;, (305) 468-6503
AID°
AODRESs angel@ insurer . com
INSURER(S) AFFORDING COVERAGE
NAIC#
INSURER AKINSALE INSURANCE CO.
,
14027
INSURED GREATER MIAMI SERVICE CORPS
810 NW 28TH SST
MIAMI, FL 33127
INSURER B WESTCHESTER FIRE INSURANCE co.
03368
INSURER NATIONAL LIABILITY & FIRE INS co.
00481
INSURER
INSURER E.
INSURER
_
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED EELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERE N IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
AUUL
INSD
bUISK
WVD
POLICY NUMBER
POLICY EFF
,(MMIDDIYYYY)
POLICY EXP
jMM/DDIYYYY)
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
Y
0100105909-02
01/24/2201/24/23
EACH OCCURRENCE
$ 1,000,000
I CLAIMS -MADE . X OCCUR
PREMISES (Ea occu enS�1
R
$ 100,000
MED EXP (Any oneperson)
$ 1,000
PERSONAL & ADV INJURY
$ 1,000,000
GGEEN'L
AGGREGATE
POLICR'
OTHEP..
LIMIT APPLIES PER'.
PRO- LOC.PRODUCTS
JECT LLLLJJJJ
GENERAL AGGREGATE
$ 2,000,000
- COMP/OPAGG
$ INCLUDED
$
C
AUTOMOBILE
X
LIABILITY
ANYAUTO
AUTOS
HIRED AUTOS
is.SCHEDULED
X
}{
AUTOS
NON -OWNED
AUTOS
74AP5103827
12/30/2112/30/22
COME dED}SINGLE LIMIT—
(Ea acc—
$ 1,000,000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
—
UMBRELLA LIAB
EXCESS LIAR
OCCUR
CLAIMS-MADD
EACH OCCURRENCE
$
AGGREGATE
$
DED LI RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS LIABILITY YIN
ANY PROPRIETOR/PARTNER/EXECUTIVE ri
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N 1 A
STATUTE I I ERH
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
B
DIRECTORS &
OFFICERS
NFPF1F112977172-05
05/20/22
05/20/23
LIMIT: $1,000,000
RETENTION: 10,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD101,AddtionalRemarksSchedute,marbeattachedifmorespaceisrequired)
CITY OF MIAMI IS LISTED AS ADDITIONAL INSURED FOR GENERAL LIABILITY: PRIMARY & NON—
CONTRIBUTORY LANGUAGE INCLUDED FOR GENERAL LIABILITY. CONTINGENT AND CONTRACTUAL
EXPOSURES.
CERTIFICATE HOLDER
CANCELLATION
CITY OF MIAMI
444 SW 2ND AVE
MIAMI, FL 33130
I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POL PROVISIONS
AUTHORIZED REPR JTATIV
,
ACORD 25 (2013/04)
1988-2013 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
MIAMI• ADE
COUNTY
miamittzde.gi v
February 7, 2022
The City of Miami
Frank Gomez
Risk Management Department
444 SW 2nd Avenue
Miami, FL 33130
Internal Services Department
Risk Management Division
Property & Casualty Unit
111 NW 1st Street • Suite 2340
Miami, Florida 33128
T 305-375-5442 F 305-375-1477
Dear Mr. Gomez:
RE: Greater Miami Service Corps - Community Block Grant
This is to inform you that Miami -Dade County has an on -going self-insurance program for Worker's
Compensation, General Liability and Automobile Liability covering employees and officials of the County.
Since the County does not carry insurance with an insurance company, we cannot provide you with a
Certificate of Insurance.
However, in compliance with and subject to the limitations of Florida Statutes, Section 768.28 and Chapter
440, provisions have been made in this office to process any claims that may arise and the same protection
will be afforded as would be provided by a policy of insurance.
Sincerely,
Odilon Joseph, MURP
Manager, Property & Casualty
OJ/m 1
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
A jam/ CERTIFICATE OF LIABILITY
INSURANCE
DATE(MM1DDfYYYY)
02/24/22
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
BEACON INSURANCE GROUP INC
8567 Coral Way#301
Miami, FL 33155
License#:A093003
ONTAAME.CT
fV
PHONE
Ray,E,„ (305) 266-9706 I ;,,_ fl;, (305) 468-6503
AID°
AODRESs angel@ insurer . com
INSURER(S) AFFORDING COVERAGE
NAIC#
INSURER AKINSALE INSURANCE CO.
,
14027
INSURED GREATER MIAMI SERVICE CORPS
810 NW 28TH SST
MIAMI, FL 33127
INSURER B WESTCHESTER FIRE INSURANCE co.
03368
INSURER NATIONAL LIABILITY & FIRE INS co.
00481
INSURER
INSURER E.
INSURER
_
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED EELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERE N IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
AUUL
INSD
bUISK
WVD
POLICY NUMBER
POLICY EFF
,(MMIDDIYYYY)
POLICY EXP
jMM/DDIYYYY)
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
Y
0100105909-02
01/24/2201/24/23
EACH OCCURRENCE
$ 1,000,000
I CLAIMS -MADE . X OCCUR
PREMISES (Ea occu enS�1
R
$ 100,000
MED EXP (Any oneperson)
$ 1,000
PERSONAL & ADV INJURY
$ 1,000,000
GGEEN'L
AGGREGATE
POLICR'
OTHEP..
LIMIT APPLIES PER'.
PRO- LOC.PRODUCTS
JECT LLLLJJJJ
GENERAL AGGREGATE
$ 2,000,000
- COMP/OPAGG
$ INCLUDED
$
C
AUTOMOBILE
X
LIABILITY
ANYAUTO
AUTOS
HIRED AUTOS
is.SCHEDULED
X
}{
AUTOS
NON -OWNED
AUTOS
74AP5103827
12/30/2112/30/22
COME dED}SINGLE LIMIT—
(Ea acc—
$ 1,000,000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
—
UMBRELLA LIAB
EXCESS LIAR
OCCUR
CLAIMS-MADD
EACH OCCURRENCE
$
AGGREGATE
$
DED LI RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS LIABILITY YIN
ANY PROPRIETOR/PARTNER/EXECUTIVE ri
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N 1 A
STATUTE I I ERH
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
B
DIRECTORS &
OFFICERS
NFPF1F112977172-05
05/20/22
05/20/23
LIMIT: $1,000,000
RETENTION: 10,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD101,AddtionalRemarksSchedute,marbeattachedifmorespaceisrequired)
CITY OF MIAMI IS LISTED AS ADDITIONAL INSURED FOR GENERAL LIABILITY: PRIMARY & NON—
CONTRIBUTORY LANGUAGE INCLUDED FOR GENERAL LIABILITY. CONTINGENT AND CONTRACTUAL
EXPOSURES.
CERTIFICATE HOLDER
CANCELLATION
CITY OF MIAMI
444 SW 2ND AVE
MIAMI, FL 33130
I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POL PROVISIONS
AUTHORIZED REPR JTATIV
,
ACORD 25 (2013/04)
1988-2013 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: BD58EB4D-E6E1-4631-BB8B-065A1640308F
MIAMI• ADE
COUNTY
miamittzde.gi v
February 7, 2022
The City of Miami
Frank Gomez
Risk Management Department
444 SW 2nd Avenue
Miami, FL 33130
Internal Services Department
Risk Management Division
Property & Casualty Unit
111 NW 1st Street • Suite 2340
Miami, Florida 33128
T 305-375-5442 F 305-375-1477
Dear Mr. Gomez:
RE: Greater Miami Service Corps - Community Block Grant
This is to inform you that Miami -Dade County has an on -going self-insurance program for Worker's
Compensation, General Liability and Automobile Liability covering employees and officials of the County.
Since the County does not carry insurance with an insurance company, we cannot provide you with a
Certificate of Insurance.
However, in compliance with and subject to the limitations of Florida Statutes, Section 768.28 and Chapter
440, provisions have been made in this office to process any claims that may arise and the same protection
will be afforded as would be provided by a policy of insurance.
Sincerely,
Odilon Joseph, MURP
Manager, Property & Casualty
OJ/m 1
Olivera, Rosemary
From: Gandarilla, Aimee
Sent: Wednesday, September 14, 2022 12:18 PM
To: Hannon, Todd
Cc: Lee, Denise; Olivera, Rosemary; Cabrera, Paola
Subject: MATTER 22-607 EXECUTED - BID WAIVER AGREEMENT LANDSCAPING SERVICES
WITH GREATER MIAMI SERVICE CORPS
Attachments: BID WAIVER AGREEMENT LANDSCAPING SERVICES WITH GREATER MIAMI SERVICE
CORPS.pdf
Good afternoon Todd,
Please find attached the fully executed copy of an agreement from DocuSign that is to be considered an
original agreement for your records.
Thank you,
Qiatee gander Ua
Procurement Assistant
City of Miami Department of Procurement
444 SW 2' Avenue, 6th floor, Miami, FL 33130
P (305) 416-1906 F(305) 400-5338
agandarilla@miamigov.com
https://miamigov.com/Government/Departments-Organizations/Procurement
"Serving, Enhancing, and Transforming our Community"
If you're not already a Vendor, click on or scan the QR Code to register as a new Vendor for the City of Miami.
Cie