Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res. No. 176-07-12561
RESOLUTIONNO.: 176-07-12561 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A SERVICE WORK ORDER FOR SUPERIOR LANDSCAPING & LAWN SERVICE, INC. FOR LANDSCAPING SERVICES AS PART OF CHURCH STREET IMPROVEMENTS — PHASE IV IN AN AMOUNT OF $33,310.00 TO BE CHARGED TO PUBLIC WORKS DEPARTMENT'S ENCUMBRANCE RESERVE CARRY OVER FOR THE YEAR ENDED 09/30/07 FROM ACCOUNT NUMBER 001- 1790 -519 -6440; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission wishes to provide Iandscaping along Church Street as part of Phase N improvements defined as between SW 64h Street & SW 66h Street; and WHEREAS, the City wishes to secure the landscaping services of Superior Landscaping & Lawn Service, Inc. in an amount of $33,310.00 for the Church Street Improvements landscaping; and WHEREAS, the landscaping services will be funded through Public Works Department's encumbrance reserve carry over for the year ended 09/30/07 from account number 001- 1790 - 519 -6440 with current account balance of $36,923.00 before this request. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1: The City Commission authorizes the City Manager to issue landscaping services work order to Superior Landscaping & Lawn Service, Inc. in an amount of $33,310.00 for the landscaping services for Church Street Improvements — Phase IV. Section 2: That the landscaping services will be funded through Public Works Department's encumbrance reserve carry over for the year ended 09/30/07 from account number 001- 1790 -519 -6440 with current account balance of $36,923.00 before this request. Section 3: The service work order is incorporated by reference and attached hereto as exhibit. PASSED AND ADOPTED this _/6 4 day of October, 2007. APPROVED: MARIA MENENDEZ, CITY CLERK READ AND APPROVED AS TO FORM: Lu1] igueredo, agm Gallop & Figueredo, P.A., Office of City Attorney ATTEST: Commission Vote: Mayor Feliu: Vice Mayor Wiscombe: Commissioner Beckman: Commissioner Birts: Commissioner Palmer: Yea Yea Nay Yea Yea South Miami To: The Honorable Mayor Feliu and Members of the City Commission Via: Yvonne S. McKinley, City Manager From: W. Ajibola Balogun, REM, CFEA, Director Public Works & Engineering Department Date: October 16, 2007 Agenda Item No.: Subject: Landscaping Services for Church Street Improvements -- Phase IV. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A SERVICE WORK ORDER FOR SUPERIOR LANDSCAPING & LAWN SERVICE, INC. FOR LANDSCAPING SERVICES AS PART OF CHURCH STREET IMPROVEMENTS — PHASE IV IN AN AMOUNT OF $33,310.00 TO BE CHARGED TO PUBLIC WORKS DEPARTMENT'S ENCUMBRANCE RESERVE CARRY OVER FOR THE YEAR ENDED 09/30/07 FROM ACCOUNT NUMBER 001 -1790- 519 -6440; PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to execute service Work Order for landscaping services for Church Street Improvements — Phase IV. Reason/Need: Earlier this year, Miami -Dade County Office of Community & Economic Development (OCED) funded improvements to Church Street as part -of FY 2007 Community Development Block Grant and we committed to providing landscaping as part of the improvements. To fulfill our commitment to OCED, we have secured a proposal from Superior Landscaping & Lawn Services; Vic. for the landscaping portion of the project. We intend to "piggyback" on the County's Contract/Bid No. 5066- 1 /06 -1. Cost: $33,310.00 Funding Source: Public Works Department's encumbrance reserve carry over for the year ended 09/30/07 from account number 001 - 1790 -519 -6440 with current account balance of $36,923.00. Backup Documentation: ❑ Proposed Resolution ❑ Proposals ❑ Copy of County's contract documents with Superior Landscaping Service, Inc. Oct. 4. 2007 10:44AM Superior Landscaping & Lawn Service Inc. Proposal §8383 Date:' October 4, 2007 Submitted to: Rudy de la Torre City of South Miami Public Works 4795 SW 75'�Avenue Miami, PL 33155 _ Ph_ 305- 663+6350 px: 305- 668 -7206 project: RFP — SW 59"' Pl Frann 66 Street to 64`x' Street No. 0805 P. 1 The purpose of this proposal is to furnish landscaping services at the above project in accordance with the plans and specifications stated below and according to standard practices. The price of this proposal is valid for sixty (60) days from the date of this proposal. DESCRIPTION CV sIrRV'ICE Landscaping Cost Total $33,310.00 If you have any questions. please contact Annette Davis at (305) 634-0717. Dotes: • Site to be provided ready for landscaping installation, clear of constmction debris, exotic and nuisance vegetation. AIL areas to be provided to Superior Landscaping at +/- .10° of finished landscape elevations. Proposal based on plant legend provided by your office (see attached). • Material included in proposal is subject to availability at time of installation. • proposal includes backfill soil for plant pits, staking and fertilizer tablets. Exclusions: • Irrigation system repairs or modifications. If required to be provided on a time and material basis. • Pose installation maintenance and Watering_ • Mulch — to be provided, and installed by others. Guaraneee: Superior U4&capiOg ft Lawn Service, Inc. is not liable orrespnnsible for any loss, repair or replacement of any of the above mentioned due to high winds, hail, lightning storms, heavy rains, vandalism, floods, heat, construction, insect plagues or infestation, inadequate irrigation, tornadoes, hurricanes or other Acts of God. Payment Terms: Payment as per Contract Terms. Past clue accounts will acquire an eighteen percent (lBgo) irrterest per year. Should collection activities be warranted, the client shall be responsible for any related expenses including but not limited to attorney's fees and court costs. There is a fifty - dollar ($50.00) fee for each check returned Far non- suEf`icient Funds. Any alterations inade to this document, will make it void. 2200 NW 2V Avenue Miami, Florida 33142 ph: 305- 634 -0717 / Fax; 305 -634 -0744 Oct. 4. 2007 10.45AM 61 G W U U 7 cr 13 C W Ri fa R CL N N U N co co No. 0805 P. 2 c� 3 m 1 n m` a .G g` Qct. 9. 2007 9 :40AM t f BID NO., 5066- 1106 -1 BPO #ABCW0700387 TITLE: 'T'rees & Palms No. 0822 P. 3 CONTRACT AWAIW SHEET DEPARTMENT OF PROC'tIRtMENT MANAGEMENT BMS AND CONTRAC'T'S DIVISION Previous Bid No.: 5066/1/06 COMMODITY CODE NO.: �� _ lie (1) LIVING WAGE APPLIES. YES CONTRACT PERI D: !1107 through 10131107 AWARD BASED ON M�AS ; NO SR. PROCURE T CONTRACTING AGENT; TOS]E A. Sa.NCIMZ � © S131: Set Aside ❑ SBI; Goal ❑ Local Prefercnce ❑ prtvailing Wages (Rcso. 90 -143) ❑ Living Wage PART #X: VENDOR AWARDED F.EJ.N.: VENDOR: S"T'REET, CITY/STATE/ZIP. F.O.B. TERMS: PAYMENT TERMS: DELIVERY; TOLL FREE PRONE # ❑ Bid preference: ❑ SBB ❑ Micro SBE ❑ CSBE LeveI 650835100 -01 Superior Landscaping & Lawn Service, Tnc. P.O. Box 35 -0095 Miami, Florida 33135 Destination Net 30 Days As required rVa PRONE: 345/634 -0717 FAX: 3451634 -0744 E- MAIL: su erlandsca bellsouth.net CONTACT PERSON: Orlando Otero Nate: - The remaining vendors will he added.via addenda once they comply with insurance requirements. PART #2: ITEMS AWARDED GROUP 1: TO PRE-QUALIFIED BIDDERS WHO WILL BE INVITED TO PARTICIPATE IN SPOT MARKET PURCHASES: Superior" Landscaping & Lawn Se Moe,-, Itic.