No preview available
 /
     
Res. No. 056-00-10949Resolution No.56-00-10949 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXTEND AN AGREEMENT WITH RECIO AND ASSOCIATES,INC.FOR LANDSCAPE MAINTENANCE AND LITTER CONTROL SERVICES ALONG THE USl MEDIAN,SUNSET DRIVE MEDIAN,AND THE DOWNTOWN AREA ATA COST NOT TO EXCEED $36,300.00 FOR THE CURRENT FISCAL YEAR AND CHARGING THIS AMOUNT TO ACCOUNT NO.001-2050-519-3450,"CONTRACTUAL SERVICES". WHEREAS,Article III,Section 5,H,of theCity Charter,requires bidsbe obtained for purchases of items over $1,000.00;and WHEREAS,For the past 12 months the City of South Miami has successfully employed the contracted services of Recio and Associates,Inc.for maintenance of the USl highway median;and WHEREAS,Said contractor has performed the contracted services ina better than satisfactory manner;and WHEREAS,This contract will service the current fiscal year (October 1,1999 to September 30,2000 ). NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section 1.ThattheCityManager,be,andisherebyauthorizedtodisbursefrom account number 001-2050-519-3450,"Contractual Services"a sum not to exceed $36,300.00 during the current fiscalyeartoRecioand Associates,Inc.,andthata purchase order be awarded tothe above mentioned vendor. Section2Thisresolutionshalltakeeffectimmediatelyuponapproval. PASSED AND ADOPTED this7thdayofMarch2000 ATTEST: 4*<gZZl CITY CLERK READAND APPROVED ASTO FORM: ATTORNEY Scriveners error4/12/00 APPROVED: MAYOR COMMISSION VOTE: Mavor Robaina: Vice Mavor Feliu: Commissioner Bethel: Commissioner Russell: Commissioner Wiscombe 4-0 Yea Yea Yea Outof room Yea CITY OF SOUTH MIAMI INTER-OFFICE MEMORANDUM TO:Mayor&Commission DATE:March2,2000 Jrf/I SUBJECT:Agenda #/^* *P Commission Meet FROM:Charles Scurr City Manager /\f//J \J^Commission Meeting March 7,2000 Recio &Associates REQUEST Thepurpose of thismemorandumistoseekthe approval of the attached resolutionforthe renewal of a contract with Recio &Associates forlitter removal andlandscape maintenance on sections of US1and Sunset Drive. BACKGROUND Theoriginalcontractwasapprovedunder Resolution No.287-98-1055 ontheOctober20,1998.TheCity of South Miami piggybacked onan existing multi-yearcontract competitively bidbytheCity of Coral Gables (PN/29005).That bid provided forannual extensions atthesamecontractprice. Recio's performance and responsiveness duringthecontractperiodhave been above satisfactory.This item extends the contract renewal option atthesamepriceforan additional year. Thecost of renewal ofthiscontractisnotto exceed $36,300.00perannum.Fundingforthisdisbursement will come from Account No.001-2050-519-3450 "Contractual Services".The balance of this account will be $28,500.00. RECOMMENDATION Approval is recommended. CONTRACT THIS AGREEMENT,made and entered into this day of"^„""J^ J998J>y and between the City of South Miami,Florida,amunicipal corporation of the Statcof Florida,party of the first part,(hereinafter sometimes called the -City"),and Recio &Associates. Inc.party of the second part,(hereinafter sometimes called the -Contractor"). WITNESSETH:That the parties hereto,for the considerations hereinafter set forth, mutually agreeasfollows: ARTICLE I.SCOPE OF WORK-The Contractor shall furnish all labor,materials and equipment and perform all the work in the manner provided by the Contract Documents,for the project entitled: LANDSCAPE MAINTENANCE SERVICES AND LITTER REMOVAL AT FOLLOWING AREAS: 1.US 1 FROM SW 57th AVENUE TOSW 80™STREET 2.SUNSET DRIVE (SE 72nd STREET)FROM US 1TO S.W 69th AVE 3.DONWTONW DRISTRICT AND US 1 MEDIANS FROM 57™ AVENUE TO S.W.74™STREET-£///er Removal Only ARTICLE 2.CONTRACT SUM:The City shall pay to the Contractor,for the faithful performance of the Contract,in lawful money of the United States,and subject to'additions and deductions and based on unit prices (where applicable),all as provided in the Contract Documents,in the sum of: THIRTY SIX THOUSAND AND 00/100 DOLLARS (S36rinn) ARTICLE 3.PARTIAL AND FINAL PAYMENTS:In accordance with the provisions fully set forth in the "General Conditions"of the "Specifications",and subject to additions and deductions as provided,the City shall pay the Contractor as follows: ^ CONTRACT a)On or before the 10'"day of each calendar month,the City shall make partial payments to the Contractor on the basis of a duly certified and approved Estimate of Work,performed during the preceding calendar month by the Contractor. b)Payment on account of the Contractor of all work shall make this Agreement within thirty (30)days after completion covered by this Agreement. ARTICLE 4.TIME OF COMPLETION-The Contractor shall commence the work to be performed under this Contract within ten (10)consecutive calendar days after the date of wntten notice to proceed from the Director of the Department of Public Works. ARTICLE 5.CONTRACT DOCUMENTS-All of the documents hereinafter listed form the Contract and they are as fully apart of the Contract as if hereto attached,or repeated in thisAgreement: 1.Contract 2.Special Provisions (Addendum 1) 3.Certificates of Insurance 4.Plans:As prepared by the City of South Miami Department of P„hlir w^c Entit,ed:Landscape Maintenance nf US 1 from SW S7lh«Avennft tn RW 80lh Street;Sunset Drive fS.W.72*Street!from us l to S W 6Q'h Avenue;Downtown District planters and US 1 Medians from S w S7* Avenue to S.W.74th Street-litter removal nnly V, CONTRACT IN WITNESS WHEREOF the parties hereto have executed ,hi>Agreement on the d.v and date first above written in five (5)counterparts,each of.which shall,without proof or accoum.ng for the other counterparts,be deemed an original Contract. l/JUtM". *£j|*My Commission CC68SQ29 ^25/Exphw October 2.2001 WITNESS:(Ifa Corporation,attach Seal and attest by Secretary) Tittle:/%bU THE CITY OF SOUTH MIAMI,FLORIDA Party of thefirstPart RECIO &ASSOCIATES,, Party of the second PH6sro£kn~. Employer ID No.Jfr-/-V3fZ <jf£ J .RECIO&ASSOCIATES,INC. 8053 NW 64th St. MIAMI,FLORIDA 33166 //^ [LEWHD3 ®P IflMDS^OWAQ, oJ[DATE \2iijiq JOB NO. (305)994-7811 FAX (305)994-7779 ATTENTION t)mah TQpm* TO WE ARE SENDING YOU D Shop drawings D Copy of letter D Attached D Under separate cover via •Prints G Change order D Plans D RE: C^ntrtxtt ihneutejt D Samples .the following items: D Specifications COPIES DATE fco.DESCRIPTION THESE ARE TRANSMITTED as checked below: D For approval DFor your use D As requested •For review and comment D FOR BIDS DUE REMARKS. D Approved as submitted D Approved as noted D Returned for corrections D 19 D Resubmit •Submit D Return .copies for approval .copies for distribution .corrected prints D PRINTS RETURNED AFTER LOAN TO US ?W)&-U*.±udiayi CAxiMrf iJH^yj j/A-'h&l -fM 1QM/4 uosffajr \stj my -i\Ak c-mzxo COPY TO. SIGNED DEFINITION ADDENDUM I SPECIAL PROVISIONS to\l,iPsUCo°„S,era0Jthih diViSi1n IS '°Pr0WdC C°Verage f0r a»conditi°^applicable1<S£SS^5Th C°Vera8e "^Pr°Vided f°r fa 'he «~P^on.of In case of any conflict with the provisions of other portions of the ContractDocuments,the provisions of this division will prevail,unless amended haddenda.ssued subsequent to publication of these Contract Documents 1.2 DESCRIPTION OF WORK ml^Cmf f fUmiShing "•'Iab°r'ma,eria'S and """P"*"'t0 ™<«™^5K?4Teiro'n:8''""""'^"^^^,tor'*•,a"dsca^ US 1 from SW 57,h Avenue to SW 80,h Street Sunset Drive (S.W.72nd Street)from US 1 to S.W 69,h Ave Downtown District planters and US 1 Medians from S.W. 57 Avenue to S.W.74,h Street -Utter removal only in theCity of South Miami,Florida Also,the work includes removal/replacement of dead or diseased plant material wuh such materials to be supplied by the city,unless otherwise indicated in specificchangestotheContract. 1.3 DESCRIPTION OF PROPOSAL Base Bid is the total of the prices quoted for item 1 Proposal Item I:is for the furnishing of all labor,materials and equipment to maintain by mowing/cutting,pruning,trimming,weeding,removing litter,the landscaped right-of-way medians on: US 1 from SW 57th AvenuetoSW 80,h Street Sunset Drive (S.W.72nd Street)from US 1 to S.W.69,h Ave Downtown District planters and US 1 Medians from SW 57 Avenue to S.W.74th Street -litter removal only intheCity of South Miami,Florida Also,the work includes removal/replacement of dead or diseased plant material w.th such materials to be supplied by the City,unless otherwise indicated in specific changes tothe Contract. FPY :PE:IOS.hS?XIh-ES PHONE f>0.:325994777?£l-9.m rHqfl ii-j^1Fc SPECIAL PROVISIONS ^ 1.4 DURATION AND RENEWAL OF CONTRACT The City reserves the right to renew or terminate the maintenance contract at the end of the municipality's 1997-1998 fiscal year,wh.ch ends onSeptember301998,on a fiscal year {October 1*to September 30>as.s up toa period of five (5)years.'p 15 SUPERVISION It is not the City's intention nor responsibility to coordinate the many activitiesoftheContractornecessarytocompleteaprojectTheCity's responsibility «s to see that the project is carried out in accordance with the Plans and Specifications. 1.6 REVISIONS TO GENERAL CONDITIONS If the Contractor's performance of this Contract is delayed by acts of the owner or other subcontractors,suppliers and contractors,materialmen,architects andfor engineers,the Contractor may request an extension of time from the City,mwriting,within twenty (20)days of the event by which the delay occurred,but the Contractor shall not be entitled to an increase in the contract pnce or claims or damages because of the delay or because of any acceleration in its work. 1.7 SAFETY ONANDOFFTHEJOBSITE In performing the scope ofwork,all safety on or off the job site shall be the sole responsibility of the Contractor.The City shall not be responsible for safety on or off the job site.The City's on-site observations or inspections shall be only for the purpose of verifying that the maintenance Specifications are being Implemented properly.The City's on-site observations or inspections are not for safety on or off the job site.The Contractor must provide barricades and traffic control devices as he deems necessary or as may be required by the governing agencies or as directed by the City to protect the work,workmen and the general public while conducting thework Page 2 of 6 n FPOM •PECICSASSXIfiTtiS PHONE NO.f 3059947779 h„3.lG 19=13 10:'OhMF>. AonFNnuM 1 SPFCIAL PROVISIONS 1.8TRAFFIC CONTROL The Contractor shall,at his cost,observe all safety regulations including the Placing and displaying of safety devices,provisions of Police to control traffic etc as may be necessary in order to conduct the public through the project area inaccordance„th,the FDO TV,"Manual on Traffic Controls and LC^SToS for Street Highway Construction,Maintenance and Utility Operations" Im^°ntraCt0r'S a!ie0tl0n iS direCted t0 the fact ,hat ™*maV be Performed on alimitedaccessroadway,with special regulations pertaining to this system Upon Sob site a^^^e8Ch ^*"equipment shal1 be PromPt(y r*"°ved from 1.9 INDEMNIFICATION The Contractor covenants and agrees to indemnify and hold the City harmless for acl Zl „of °['"^to person3 or dama9*to or loss of property which may occurasaresultoftheContractor's performance under this Agreement. 1.10INDEPENDENT CONTRACTOR The Contractor is an independent contractor under this Agreement Personal services provided bythe Contractor shall beby employees ofthe Contractor and subject to supervision by the Contractor,and not as officers,employees,or agents ot tne City Personnel policies,tax responsibilities,social security health insurance,employee benefits (if applicable),purchasing policies and other similar administrative procedures applicable to goods and services rendered under this Agreement shallbe those ofthe Contractor. Page 3 of 6 4- f*7-:re;iij^h^:«:ih-E:.phone t.o.:3C5994777?m-9.ia rv?a il^ohmf ADDENDUM 1 SPECIAL PROVISIONS 1.11 UNCONTROLLABLE CIRCUMSTANCES ("Force Majeure) The C.ty and Contractor will be excused from the performance of their respect.vobigationsunderthisagreementwhenandtotheextentthattheipertoZnce flnST?^PreV9n I,5y any ci™™^es beyond their control inc.ud.ngfireflood,explosion,strikes or other labor disputes,act of God or public emergency war not,civ,commotion,malicious damage,act or omission of any governmental service from a public utility needed for their performance,provided that a)The non performing party g.ves the other party prompt written notice describing the particulars of the Force Majeure including,but nol limited to.the nature ofthe occurrence and its expected duration and continues to furnish timely reports with respect thereto during the period oftheForce Majeure; b)The excuse of performance is of no greater scope and of no longer duration than is required by the Force Majeure; c)No obligations of either party that arose before the Force Majeure causing the excuse of performance are excused asa result of the Force Majeure;and d)The non-performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above,performance shall not excused for a period in excess of two (2)months,provided extenuating circumstances,the City may excuse performance for a longer term.Economic hardship of the Contractor will not constitute Force Majeure.The term of the Agreement shall be extended by a period equal to that during which either party's performance is suspended under this provision oftheAgreement. Page 4 of 6 ve is PE.-.1*h-•••:,:.::*-£•;PHONE Nil.:3C?994??T9--k.».13 |-«IC:^*I F8 ADDENDUM 1 SPECIAL PROVISIONS 1.12 Assignment Neither this.Agreement,nor any port.on thereof unless otherwise author,^hewn.shall be ass.gned without the formal consent of the ^ManL°TorappointeddesigneeNosuchapprovalwHIbeconstruedasmakingThfcUv apartyofortosuchassignment,or subjecting the City to liability cTanv k.nd.a„ 1.13 PERMITS Contractor shall have the sole responsibility,at its sole cost and expense to S^SS C0Um*Stat9'"F—"«-SSM for 1.14CONFORMITYTOLAW n£1'r,aaf°cSHa"f°mp'y *°1 a"aPP|icable la**.ordinances,regulations and ConVr^h *-'S'ate'C°Unty a0d municipal au,hor,,ies PertatningtoSreeMhanhPrl0'?^^*"*A9reemenl-Tne Contractor covenants andS^*"°?no ^crimination as to race,cc.'or,creed,or national origin in the Contractor's performance of the Agreement. 1.15 DEFAULT In the event of the breach of any of the covenants of the Agreement by the Contractor,and such breach is not cured or corrected within thirty (30)days after receipt of written notice of the breach,then the City shall have the right to terminate this Agreement at the expiration of the thirty (30)day notice Page 5 of 6 '/1 FPIf":RE-IO::h?.SD:!R-E-E.PHOfiE f-G.:32599477-?P...:,.10 1998 IC^h'I F9 ADDENDUM 1 SPECIAL PROVISIONS 116 FINAL REPOSITORY The parties mutually represent and warrant to each other that this Agreement S^rT8 11,hr°U9h 11*indusive'constitutes thef "a?repository of the part.es on its subject matter and may not be changed modifieddischargedorextendedexceptbywritteninstrumentdulyexecutedby\™part,esThepartesagreethatnopreviousrepresentationsorwarrantiessharttab£££ n^n°r hfS ,he execu,ion <*thi3 Agreement been indued on th^9partofanypartyexceptasexpressedinwritinginthisAgreement 1.17 NONWAIVER Failure of the City to insist upon the strict performance of the covenants condrt.ons,and agreements of this Agreement in any one or more instances shall not be construed as a waiver or relinquishment in the future of any such covenants,conditions andagreements. 118 INDEMNITY AGAINST COSTS AND CHARGES I^TT!°f an/"°ia,i0n concernin9 this Agreement,the prevailing party shallbeentitledtorecoverfromthelosingpartyallreasonablecostsandattorney'sfeesthroughallappeals.attorney s 1.19 LITIGATION VENUE The parties waive the privilege of venue and agree that all litigation between them te£LSla hMUrt**>?»,ak«?P'aoe *Da*County,Florida,and that ainifigat on sxr^KaT"-courts shaH take p,8ce in me soumem °is,rict in and Page 6 of 6 ^7 't >:CEiiT.rjra:<g:ATE otnmmm -¥^^\¥AjsQ&$m\<*t\ •"•^<&*«£'«fc&* PRODUCER Seitlin P.O.Box 025220 Miami,FL 33102-5220 305-591-0090 riUMHHUMIMIl THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERACE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A CRUM &FORSTER INDEMNITY INSURED COVERAGES RECIO &ASSOCIATES,INC. ATTN:RICARDO RECIO 8053 N.W.64TH STREET MIAMI FL 33166 COMPANY g NORTH RIVER INS.CO. COMPANY Q U.S.FIRE INS.CO. COMPANY D THIS IS TO CERTTFY THAT THE POUCIES OF INSURANCE LISTED BELOW 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 MAYBEISSUEDORMAYPERTAIN,THEINSURANCE AFFORDED BYTHEPOLICIESDESCRIBEDHEREINISSUBJECTTOALLTHETERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAH>CLAIMS. CO LTR TYPE OF INSURANCE GENERAL LIABILITY COMM.GENERAL LIABILITY CLAIMS MADE |X JOCCUR JL OWNER'S &CONTRACT'S PROT AUTOMOBILE LIABDHTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ITIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS'LIABHJTY THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: OTHER INCL EXCL POLICY NUMBER 503172796 1336442067 553064250 POLICY EFF. DATE (MM/DD/YY) 9/01/99 9/01/99 9/01/99 DESCRIPTION OF OPERATTONS/LOCATIONS/VEniCLES/SPECIAL ITEMS LANDSCAPE MAINTENANCE SERVICES AND LITTER REMOVAL AT: 1)US 1 S.W.57 AVE.TO 80TH STREET 2)SUNSET DRIVE,S.E.72ND ST.FROM US 1TO S.W.69TH AVE. 3}AT DISTRICT &US1MEDIAN,57TH AVE..T0 SW 74 ST.LITTER REMOVAL w®^&@MM§%mBL s -': POLICY EXP. DATE (MM/DD/YY) 9/01/00 9/01/00 9/01/00 LIMITS GENERAL AGGREGATE PROD-COMP/OP AGG. PERS.&ADV.INJURY EACH OCCURRENCE FIRE DAMACE(Ooe Fin) MED EXP(Anr ooe person) COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE AUTO ONLY-EA ACCIDENT OTHER THAN AUTO ONLYt EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE STATUTORY LIMITS EACH ACCIDENT DISEASE-POLICY LIMIT DISEASE-EACH EMPL. 2000000 2000000 1Q0QQQ0 1000000 50000 5000 1000000 5000000 10000000 CITY OF SOUTH MIAMI 4795 S.W.75TH AVENUE MIAMI.FL 33143 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAD.30 DAYSWRITTEN NOTICE TO TUE CERTIFICATE HOLDER NAMED TOTHE LEFT,BUT FAHJJRE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABHJTY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ,/W j^L. ACQRD2S-S<3#3>±& TO: FROM: CITYOFSOUTHMIAMIINTER-OFFICE MEMORANDUM Mayor and Commission CharlesD.Scurr City Manager DATE:October 20,1998 _£RE:Agenda Item #mm Approval of authorization to enter into an agreement withRecio and Associates for landscape maintenance and litter control services for the 98/99 Fiscal Year agreement was basedujacof LSTk-^during *"***fisca»ye*.Tte Unit Cost* Cost for FY 22 cycles (llmo.y* Location US J Highway median (80th St.-57th Av.) Sunset Dr. Median (USl-69th Av.) Frequency /cycles per y^r Twicepermo./24 V$16.25/1000sq.ft.$20,200..(fll?'A per cycle y *^<V SAME AS ABOVESAMEASABOVE $16,100 .AV>' TOTAL ANNUAL COST:$36,300 provisions October for US 1 median onlv n^r pv <o-7 .nomedianonlyperFY'97-'98 contract \T Page 2 of Resolution NO.287-98-10555 to ev J?f«?™»?*•Cit£Mana8er be'^is he"*y authorized to disburse asum nottoexceed$36,300 during the fiscal year to Recio and Associates,Inc. Section^That this resolution shall be effective immediately after adoption thereof. PASSED AND ADOPTED this 20th day ofOctober,1998. ATTEST: READAND APPROVED ASTO FORM: /Q»£&x/l^i. CITY ATTORNEY APPROVED: MAYOR ^^ COMMISSION VOTE: MayorRobaina: Vice Mayor Oliveros: Commissioner Bethel: Commissioner Feliu: Commissioner Russell: 4-0 Yea Yea Yea Yea Out of room MAYOR AND COMMISSION OCTOBER 20,1998 PAGE TWO XS ^^^tT1^fee'Reci0 ^Provide Iitter control se™<*once per weekt!T*y£'?%°r **^ff"™1 dS*rict P.lanters "d *«US 1medi^sections adjacenttothedistoct(between 57*Avenue and 74th Street).TTie inclusion of this service rS in overall unit costs for maintenance and litter control services which are lower than the competitively bid CoralGablesrates. The cost savings resulting from this approach are substantial.To illustrate,the estimated annual labor cost to provide these services in-house/or the US 1 and Sunset medians alone would be close to S32t000.This is exclusive of fringe benefits,equipment wear and maintenance,and fuel.When these costs are considered in conjunction with the labor for weekly litter removal for the downtown planters and adjacent USl medians the financial benefit of this contract are clear. It is recommended that this agreement be for the current fiscal year,but that it provides the option for two (2)one-year extensions.These options would be recommended based on the competitiveness of the rates,and contractor performance. Fading for this disbursement will come from Account No.1750-519-3450,"Landscape *%Tn?nne,DfT*"C°n<™*™l Services".This account was funded with*W.5W.00 for the fiscal year.The remaining $7,750.00 for the contract cost will be funded from account no.1750-519-4625t ","Landscape Maintenance Division - Landscape Improvements".This account will have a resulting balance of $67,250.00. The financial and service delivery impacts of this contract are significant.Therefore approval is recommended.* Attachments PURCHASE ORDER THE CITYOF SOUTH MIAMI,FLORIDA FINANCE DEPARTMENT DIVISION OF PURCHASING 6130 SUNSET DRIVE SOUTH MIAMI,FL33143 PHONE 305-663-6339 FAX 305-667-7806 PAGE:2 P.O.NO.:00 213? DATE: 12/10/98 TO:RECIO LANDSCAPING 8053 NW 64 ST MIAMI,FL 33166 SH!PTO:CITY OF SOUTH MIAMI CENTRAL SERVICES 6130 SUNSET DR SOUTH MIAMI,,FL 33143 I*i£S2*NIINS.I?I2?"A!I5N 0NLY "D0 N0T SEN°THIS PAGE TO THE VENDOR**_*_*_*_***********************************************»„a «,±„;y~m11***** VENDOR NO. 1485 DELIVER BY 09/30/99 Florida Tax Exemption No.23-19-324-896-54C Federal ID Number 59-6000-431 SHIP VIA F.O.B. CONFIRM BY CONFIRM TO FREIGHT CONTRACT NO.ACCOUNT NO. QUANTITY UOM ITEM NO.AND DESCRIPTION PROJECT TERMS REQUISITIONED BY REQ.NO. UNIT COST REQ.DATE EXTENDED COST REQ.NO.DATE ACCOUNT NO.PROJECT AMOUNT 0000002C FERNANDC 0000002C FERNANDO CHECK APPROVED BY. P.O.APPROVAL. 14 ROD 14 ROD 12/08/98 RIGUEZ H2/08/98 RIGUEZ 00117505193450 00117505194625 FINANCE DIRECTOR 28500 7800 .00 .00 CITY MANAGER RESOLUTION NO.287'98-10555 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMIFLORIDA,AUTHORIZING THE CITY MANAGERS A^ri^?™AGREEMENT WITH RECIO ANDASSOCIATES,INC.FOR LANDSCAPF MAINTENANCE AND LITTER CONTROL SERVICES ^2 £2®US1 MEDlAN'SUNSET DRIVE MEDIANANDTHEDOWNTOWNAREAATACOSTNOTTO EXCEED $36,300.00 FOR THE CURRENT FISCAL YEAR AND CHARGING $28,500.00 OF THIS AMOUNT TO ACCOUNT NO.1750-519-3450 "LANDSCAPE MAINTENANCE DIVISION -CONTRACTUAL SERVICES"AND $7,750.00 TO ACCOUNT NO 1750- 519-4625,"LANDSCAPE MAINTENANCE DIVISION - LANDSCAPE IMPROVEMENTS". WHEREAS,for the past nine months the City ofSouth Miami has sucCe«f,,llv SfiSS SET"ofReci0 Md Assoltes'toc-*S£=S? h«W m^E^S'"Pait °fPub,i°Works'cost reduction initiative,the current year'sDnve\Z CS *?.eXpansion °f ^traded landscape maintenance to coverTe W,Dnve median and utter removal services for the downtown district,and; r-ui WHEREAS'Recio and Associates is currently on contract with the Citv of CnralGablesthroughthatmunicipality's competitive bid process,and;* fmlt -WHEREAS,the total cost quoted by Recio and Associates is based upon the unit C^W S?J*Ta!n?nanCe and Utter control"Prided in the City of c£dGablescompetitivelybidcontract./«n-ur<u NOW THEREFORE,BE IT RESOLVED by the MAYOR AND CITY COMMISSION ofthe CITY OF SOUTH MIAMI,FLOWDA: Section 1 The Public Works Department has obtained the following quote forlandscapemaintenanceandlittercontrolservicesbasedontheCoralGables SCtxTf n PN/36513:aUth°riZed *"»***municiPality's Resolution No.wus.Ihe following services provided at acost not to exceed $36,300 annually: US 1and Smwet nri„a (SW 72°"Shret)mpHi.„«. Landscape maintenance -24 cycles/year (2Xper mo.) Downtown district -existing and new plants- Litter removal -downtown and adjacent USl medians -52 cycles/year (IX per week) 11/19/1998 11:34 .3952613791 •PUBLIC WORKS MAYOR AND COMMISSION OCTOBER 20,1998 KX AMmZS!*?**!**»"^««•«»service one per ^ alone vould be clos/Tc S ST £"?""i^%**W '"^*"•»"•*•»and maintenanceIS rbel w^'*"^^^^?""^beneffis-«P*™«wearfor^eeklyuSer'm»£'Z^T °°m are,considered in "*»*m with the labor on the «m£S^^EL2ST i^^0"8 would *"eoamended basedi^wuvcxwss ox tne rates,and contractor performance. F^?n£:h%^™£^Ze$0mA™™*>-"»***<%^LandscapeS2S5QOtm\r^T 7 Comracuuti Services".This account was funded with £££!£££de,ivwy *—of *"•—«-•*»-'•*—* Attachments PAGE 85 PAGE TWO 11/19/1998 11:34 3852613791 PUBLIC WORKS PAGE 84 ti^™T~Y OF SOUTH MIAMIINTER-OFFICE MEMORANDUM TO: FROM: MayorandCommission Charles D.Scunr City Manager DATE:October 20,1998 _£RE:Agenda Item # Approval ofauthorizations enteT intoan agreement with Recio and Associates for landscape maintenanceandlittercontrol servicesforthe98/99 Fiscal Year 2reU^CSovTa^Z!rkS aPPn?Val t0 amh0ri2e *•Ci»to entw **>«agreement agreement with R~fawr ?™t??*1 $3*^00-00-The City entered into a similar*mZ^t ™u .,(f0r US1 Nfcway medians)during the past fiscal year Tl» during ttocZS5fa?~Perfbnnance ^»P«*»»were above satisfactory Senance^dS'rlo^^1'^u T^PKWide *e **"**landscapenanceanaimerremovalservicesforthefiscalyear,(beginning early November): Location US 1 Highway median(80th St.-57*Av.) Sunset Dr. Median (USl -69*Av.) frequency /cycles per v^-Unit Cost* Costfor FY 22 cycles (U mo.)** Twiceper rao./24 $16.25/1000 sq.ft.$20,200 per cycle SAMEASABOVE SAMEASABOVE $16,100 TOTAL ANNUAL COST:$36,300 -Sdes 2 fcrS?°f^TT "*PN/29°05 *effeCt *"**W»9».includes cost for two cycles »October for US 1median nniy per nf '97-'98 contract provisions. \cnntinued.. 11/19/1993 11:34 3952613791 PUBLIC WORKS PAGE 03 Page 2 of Resolution NO.287-98-10555 Sjf£|qn ^Thc City Maxiflger be,and is hereby authorized to disburse asum nottoexceed$36,300 during the fiscal year to Recio and Associates,Inc. Sec^on 3.That this resolution shall be effective immediately after adoption PASSED AND ADOPTED this 20th day ofOctober,1998. APPROVED: ATTEST: READ AND APPROVED AS TO FORM: CITY ATTORNEY MAYOR COMMISSION VOTE: Mayor Robaina: Vice Mayor Oliveros: Commissioner Bethel: Commissioner Feliu: Commissioner Russell 4-0 Yea Yea Yea Yea Out of room U/19/1998 11:34 3852613791 PUBLIC WORKS PAGE 82 RESOLUTION NO.287'98"10555 A RESOLUTION OF THE MAYOR AND CITY SS£S?^rrS ^CITY °F ^TOmS£^^^^ORI^G THE CITY MANAGER TO w2l££?™^EMENT WnH WW AN©ASSOCIATES,INC.FOR LANDSCAPF M^jra^CE AND UTTER CONTROL SERVICES ^K?£THE US1 M™**SUNSET DRIVE MEDIANA>®THE DOWNTOWN AREA AT A COST NOTTO ^A^xn^3^00-00 FOR THE CURRENT FISCAL}^AR AND CHARGING $28,500.00 OF THIS AMOUNT ^tv^OUNT Na 1750-519-3450 "LANDSCAPEMAINTENANCEDIVISION-CONTRACTUAL SERVICES"AND $7,750.00 TO ACCOUNT NO 1750- 519-4625,"LANDSCAPE MAINTENANCE DIVISION - LANDSCAPE IMPROVEMENTS". emnln J^*"^**J**P8St "^months *"City of South Miami has successfully hudo*t ^RE^S,**"!°f PubUc Works'cost reduc*>*initiative,the current year'sS**fP**™of contracted landscape maintenance to cover the SunletDnvemedianandlitterremovalservicesforthedowntowndistrict,and; r*w .Y*15^8,Redo and Associates is currently on contract with the City of CoralGablesthroughthatmunicipality's competitive bid process,and; m«t«r ^™REAS»*?total co«q«oted by Recio and Associates is based upon the unitcostsforlandscapemaintenanceandlittercontrolasprovidedintheCityofCoral Gables'competitively bid contract. rn^,^F?REFORE'BE ""^SOLVED by the MAYOR AND CITYCOMMISSIONoftheCITYOFSOUTHMIAMI,FLORIDA: Section h The Public Works Department has obtained the following quote for landscape maintenance and litter control services based on the Coral Gables Son^-E1^PN/36513>authorized through that municipality's Resolution No.ZV005.Tne following services provided at acost not to exceed $36,300 annually: US1and Sim«AT ri^ve (SW 72nd Street medians: Landscape maintenance -24 cycles/year (2Xper mo.) Downtown district -exists and new nlanjers; Litter removal -downtown and adjacent USl medians -52 cycles/year (IX perweek) CITYOFSOUTHMIAMIORDERFORM EXPECT„ DAPTpI?CAbXD^aWION<PART,SORMA^FACTURER»S«)jQUANTITY Hu^lMiJ -f- ^>te-??£-<??// Jo42)#£~~<?<?l-Qqq<? DEPARTMENT: y^MjulOtr^ ACCOUNT* REPLACEMENT V/N (IFAPPLICABLE) /15d~gi<i-a&* nsa-&9-<&& to CO CO to. CJ CD CJ1 ro en »-> CO ->i us c w r n O to V T0:EEC TO LANDSCAPING 6 05 3 NW 64 3T MIAMI,FL 3 3166 PURCHASE ORDER THE CITY OF SOUTH MIAMI,FLORIDA FINANCE DEPARTMENT DIVISION OF PURCHASING 6130 SUNSET DRIVE SOUTH MIAMI,FL33143 PHONE 305-663-6339 FAX 305-667-7806 SH!PTO:CITY 0F SGUTH M1 CENTRAL SERVICES 6 13 0 SUNSET D R SOUTH MI AM I,,"FL3 314 3 PAGE: P.O.NO.:•-;.-; DATE: ************ "•"".....•.i::s.ssss.„sy^i.»*5'2.TSisaPAO| VENDOR NO. 146 5 Florida Tax Exemption No.23-19-324-896-54C Federal ID Number 59-6000-431 DELIVER BY 0 9/30/99 SHIP VIA F.O.B. CONFIRM BY CONFIRM TO FREIGHT CONTRACT NO.ACCOUNT NO. QUANTITY REQ.NO 0000002 (I FERNANBC 0000002C FERNANUd CHECK APPROVED BY P.O.APPROVAL. 14 RO 14 ROD DR 12 DATE 12/06/96 IGUEZ 2/06/96 RIGUEZ ITEM NO.ANDDESCRIPTION ACCOUNT NO. 00 117 505 19 3450 00117505194625 M?FINANCE DIRECTOR (III /f u~t C-{! PROJECT PROJECT TERMS REQUISITIONED BY REQ.NO.REQ.DATE UNIT COST AM GUN 2 6 500 7 600 EXTENDED COST .00 .OC. CITY MANAGER * T TO : H E C I C ; L A N D S C A P I N G 3 0 5 3 NW 6 4 S T M I A M I , F L 3 3 1 6 6 P U R C H A S E O R D E R T H E CI T Y O F SO U T H MI A M I , FL O R I D A F I N A N C E D E P A R T M E N T D I V I S I O N O F P U R C H A S I N G 6 1 3 0 S U N S E T D R I V E S O U T H M I A M I , F L 33 1 4 3 P H O N E 30 5 - 6 6 3 - 6 3 3 9 F A X 3 0 5 - 6 6 7 - 7 8 0 6 P A G E P . O . N O . D A T E SH I P T O : C I T Y OF S O U T H M I A M I C E N T R A L S E R V I C E S 6 1 3 0 S U N S E T D R S O U T H M I AM I . , F L 3 3 1 4 3 0 0 2 1 3 " 1 2 / 1 0 / 3 £ V E N D O R N O . I 4 8 3 Fl o r i d a Ta x Ex e m p t i o n No . 23 - 1 9 - 3 2 4 - 8 9 6 - 5 4 C F e d e r a l ID N u m b e r 5 9 - 6 0 0 0 - 4 3 1 D E L I V E R B Y S H I P V I A F . O . B . T E R M S 0 9 / 3 0 / 9 9 C O N F I R M B Y C O N F I R M T O R E Q U I S I T I O N E D B Y E N T R A L 3 V C - K A T H Y V A Z Q U E Z F R E I G H T C O N T R A C T N O . A C C O U N T N O . P R O J E C T R E Q . N O . R E Q . D A T E Q U A N T I T Y 6 3 0 0 . 0 0 C H E C K A P P R O V E D BY . P . O . A P P R O V A L . O N B E L O W IT E M N O . A N D D E S C R I P T I O N A N D S C A P I N G / L O T C L E A R I N M E D I A N M A I N T L A N D S C A P E M A 1 N T F O R U A N D S U N S E T D R I V E M E D ' . A N S .4 C Y C L E S m Y E A R 3 0 W N T O W N D I S T R I C T L I T T E R R E M O V A L 5 2 I X P E R W E E K ) p E R R E S O L U T I O N * 2 6 7 - 9 8 - 1 0 5 5 5 1 0 / 2 0 / 9 8 O R A L G A B L E S C O N T R A C T f c P N / 3 6 5 1 3 F I N A N C E D I R E C T O R F I N A N C E D E P T . 2 X P E R M 0 . ) & U S l M E D I A N S C Y C L E S © Y E A R PU R C H A 3 - I T < UN I T C O S T i . 0 0 0 0 T A L E X T E N D E D C O S T 6 3 0 0 . 0 0 3 0 0 . 0 0 CI T Y M A N A G E R