Loading...
Res. No. 017-01-11165Resolution Nd.17-01-11165 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 AT A COST NOT TO EXCEED $37,000.00 FOR THE CURRENT FISCAL YEAR,AND CHARGING THISAMOUNTTO ACCOUNT NUMBER 001-2050- 519.3450,"CONTRACTUAL SERVICES". WHEREAS,pursuant to Article III,Section 5,H,oftheCity Charter requires bids beobtainedforservicesandorpurchasesofitemsover$5,000.00;and WHEREAS,Forthepast 12 months theCityof South Miami has successfully employed the contracted services of Recio and Associates,Inc.for maintenance oftheUSl highwaymedian;and WHEREAS,Saidcontractorhasperformedthecontractedservicesinabetterthan satisfactory manner;and WHEREAS,This contract will service the current fiscal year (October 2000to September 30,2001). NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section 1.Thata purchase orderbe awarded toRicoand Associates,Inc.for $37,000.00andchargingtheamounttoaccountnumber 001-2050- 519-3450,"Contractual Services." Section 2.This resolution shalltakeeffect immediately upon approval. PASSEDANDADOPTEDthis 6th day of February 2001. ATTEST: fi*ieZ?JU> CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY Recio 2000-2001 Resolution 4>A* APPROVED: MAYOR COMMISSION VOTE: Mayor Robaina: Vice Mapor Feliu: Commissioner Bethel: Commissioner Russell: 4-0 Yea Yea Yea Yea Commissioner Wiscombe:Outofroom ;•,}.<:l ••,.l OilA V.UO«f/1tiA tfEVD WiD YbbKGAAD Y2 10 i:QKW OllAC'TKK i^VAOK VLlHik- •A-*..-S \\ VbbKOAiAA bVc:2HD VHD VDOKLED ^P!?:kia oj.^r.pi.nsiy.~oo; •gocnoS'y IP]*wi't^Uiiou ?.pu)]izyx g;j.gci pmjjGqjtffG}},nfoou nbbj.o.\sp CaVOOO'OO iturA cpaiSiiiR ipc aujorvM;fo ticfior?:-?ufn'jr^L oOA'iO^v ^rfcnoTT'p jjjsj:a Ijoi.c]js-2G oi.qci pc K/Aruojoq f.o #ico t?yq ystfocicf/sg'mr/\.w. COrAW\22\QW 01:.IKE C.IXA 01 SOfUHWiVI'if hrOKIDY'- MO/A LHEKFfcCtfE BE ].]KE20PABD !XA IKE AiVAOR V/D CilA MHEKEV/?'ll-,!K C0!JiTi?c<:r/qj|-%r./-.«CR fpr;f.f!UC!U n--?c;ij i'-.crj;.(oe:K>pa ~(/!)Q P> aaii^^iou iijMtijj&L'sn;q tallEKEVS'2yA'f;0U|'.aCJOL (Jfl;:bGlfOUIJGq {jjf,OijrUiqcq KL'ja,113 .'i pr;(j«-;L.f»i'jiJ piouvr.i//-.;.;joqi:ju'yuq //•HEKl:V^*'t01-Mi&]:,W 15 "JOiifjjg {po C;(-oj ^onijj ^ishjj pa?xnGCc,?^;.;})/.. pG Oj.;Uj!H'v'';iOI.eGL/iiCS;?PlKj OL bfli.Cp?J«JCa 0]Ur,liJ<!.0/.GJ.^'OOOTjO--u'-1 /AHEKEV?:bmstmuj fo yrnqG [[\:gscnou r h °i.'A';C'itf-CiJKUl''!-w!^wa p;q« iio>m>;„comKvci,nvr ae/iaice?! AEW V.AD CHVfcGMG XL!12 VWOHM j.0 VCC-Ofi'MI J^T/*HI=K OOj-oOVO- VKE'V V.l.V C021 MOX.1.0 EXCEED I'iyoOO'OO LOK .1 HE CfllKEKl M'CVF xue nai MKoivyi'gfiMaEi dkiaf:mx>WA\vmo ihe do/a>ilo./a>i fV'/:DaCVb£:KVIM.JJiVjVMCE V>1D I*fX.j.EK COAXKOr SEb'AiCE?:V'DElO EXXEMD W;VOKE£WEMi MIli~i KEC'.O -Win V^OOVXE?'ftfC LOE Oil 20fUH WVWr.tfOKIDV VHlHOEmMO 1HE Cij.A V-4Vi^vnS-\Jtf 10 V KE20EOlIOJA OE J.Hl^A1VA0K WID CIJ.A GOMNA^OJ/l ;.A-AHA GJAA rjCiJojnfK)!)14sy CTTY OF SOUTH MIAMI INTER-OFFICE MEMORANDUM TO:Mayor&Commission FROM:Charles D.Scurt City Manager Vr DATE: SUBJECT: February 1,20JJ1 Agenda #y Commission Meeting February 6,2001 Recio &Associates REQUEST The purpose of this memorandum is to seek the approval of the attached resolution for the renewal of acontract with Recio &Associates forlitterremovalandlandscapemaintenance on sections of US 1 and Sunset Drive. BACKGROUND &ANALYSIS The original contract was approved under Resolution No.287-98-1055 (October 20,1998), and followed by Resolution No.56-00-10949 (March 2000).The City of South Miami piggybacked on an existing multi-year contract competitively bidbythe City of Coral Gables (PN/29005).That bid provided for annual extensions atthe same contract price. Recio's &Associates performance and responsiveness during the contract period havebeen above satisfactory.Thisitem extends the contract renewal option atthe same price for an additional year. Thecost of renewal of thiscontractisnottoexceed$37,000.00perannum.Fundingfor this disbursement will come from account number 001-2050-519-3450,"Contractual Services"The balance of this account is $40,000.00. RECOMMENDATION Approval is recommended. Recionew agreement commission 2000-2001. np,AIITTVrtV .^287-98-10555RESOLUTIONNO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,AUTHORIZINGTHECITY MANAGER TO ENTER INTO 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 AT A COST NOT TO EXCEED$36,300.00FORTHECURRENTFISCAL YEAR AND CHARGING $28,500.00 OFTHIS AMOUNT TO ACCOUNT NO.1750-519-3450 "LANDSCAPE MAINTENANCE DIVISION -CONTRACTUAL SERVICES"AND $7,750.00 TOACCOUNTNO.1750- 519-4625,"LANDSCAPE MAINTENANCE DIVISION - LANDSCAPE IMPROVEMENTS". WHEREAS,for the past nine months the City of South Miami has successfully employed the contracted services of Recio and Associates,Inc.for maintenance of the US1highwaymedian,and; WHEREAS,as part of Public Works'cost reduction initiative,the current year's budget includes the expansion of contracted landscape maintenance to cover the Sunset Drive median and litter removal services for the downtown district,and; WHEREAS,Recio and Associates is currently on contract withtheCityofCoral Gables throughthat municipality's competitive bid process,and; WHEREAS,the total cost quoted by Recio and Associates is based upon the unit costs for landscape maintenance and litter control as provided inthe City of Coral Gables'competitively bidcontract. NOW THEREFORE,BEITRESOLVEDbytheMAYORANDCITY COMMISSION of the CITY OF SOUTH MIAMI,FLORIDA: Section 1.ThePublicWorksDepartmenthas obtained thefollowingquotefor landscape maintenance andlittercontrol services based onthe Coral Gables contractnumber PN/36513,authorizedthroughthatmunicipality'sResolutionNo. 29005.The following services providedatacostnotto exceed $36,300 annually: US1andSunsetDrive (SW 72nd Streefl medians: Landscape maintenance-24 cycles/year (2Xper mo.) Downtown district -existing and new planters: Litter removal-downtown and adjacent USl medians -52cycles/year (IXper week) Page 2 of Resolution NO.287-98-10555 Section 2.The City Manager be,andis hereby authorized to disburse asumnot to exceed $36,300 during the fiscal yearto Recio and Associates,Inc. Section3.Thatthisresolutionshallbeeffective immediately afteradoption thereof. PASSEDANDADOPTEDthis20thday of October,1998. APPROVED: ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY MAYOR COMMISSION VOTE: MayorRobaina: Vice Mayor 01iveros: Commissioner Bethel: Commissioner Feliu: Commissioner Russell 4-0 Yea Yea Yea Yea Out of room "^solution'fW.'1^00^10949 ARFSOIUTIONOFTHEMAYORANDCITYCOMMISSIONOFTHECITYC^OUTHMIAMIFLORIDA,AUTHORIZINGTHEC^fAGERTO EXTENDANAGREEMENTWITHRECIOANDASSOCIATES,INCHJK LANDSCAPEMAINTENANCEANDLITTERCONTROLSERVICES aVWTHEUSlMEDIANSUNSETDRIVEMEDIAN,ANDTHE SoWWOWNAUrIaA?ACOSTNOTTOEXCEED$36,300^0FORTHE CURRENTFISCALYEARANDCHARGINGTHISAMOUNTTO ACCOUNTNO001-2050-519-3450,"CONTRACTUALSERVICES'. WHEREAS,ArticleIII,Section5,H,oftheCityCharter,requiresbidsbeobtained forpurchasesofitemsover$1,000.00;and WHEREASForthepast12monthstheCityofSouthMiamihassuccessfully employed^ContractedservicesofRecioandAssociates,Inc.tormamtenanceoltheUSl highwaymedian;and WHEREAS,Saidcontractorhasperformedthecontractedservicesinabetterthan satisfactorymanner;and WHEREAS,Thiscontractwillservicethecurrentfiscalyear(October1,1999to September30,2000). NOWTHEREFOREBEITRESOLVEDBYTHEMAYORANDCITY COMMISSIONOFTHECITYOFSOUTHMIAMI,FLORIDA: Section1ThattheCityManager,be,andisherebyauthorizedtodisbursefrom accountnumber001-2050^519-3450,"ContractualServices"asumnottoexceed S36.300.00duringthecurrentfiscalyeartoRecioandAssociates..Inc.,andthata purchaseorderbeawardedtotheabovementionedvendor. Section2Thisresolutionshalltakeeffectimmediatelyuponapproval. PASSEDANDADOPTEDthis7thdayofMarch2000 ATTEST:j CITYCLERK~^/ READANDAJJPROVEDASTOFORM: ATTORNEY AI1r\Ir\C\ MAYOR COMMISSIONVOTE: MavorRobaina: ViceMavorFeliu: CommissionerBethel: CommissionerRussell: CommissionerWiscombe 4-0 Yea Yea Yea Outofroom Yea CONTRACT i* iS IJliOilhUULblWTHISAGREEMENT,made and entered into this 1&T day of--£X£&bfa&$*A&Z??r JJEQQ.bv and between the City of South Miami,Florida,a municipal corporation of the State of Florida,party of ihe firstpart,(hereinafter sometimes called the "City"),andRecio &Associates, inc.partyofthesecondpart,(hereinaftersometimescalledthe "Contractor") WITNESSETH:Thattheparties hereto,fortheconsiderationshereinafterset forth, mutuali>agree asfollows: ARTICLE 1.SCOPE OF WORK:The Contractor shallfurnishall iaborf materials and equipmentandperformalltheworkinthemannerprovidedbythe Contract Documents,for the project entitled: LANDSCAPE MAINTENANCE SERVICES AND LITTER REMOVAL AT FOLLOWING AREAS: 1.US1 FROM SW S7™AVENUE TO SW 80'"SIREET 2.SUNSET DRIVE (SE 72nd STREET)FROMUS1TOS.W.69™AVE. 3.DONWTONW DR1STRICT ANDUS1 MEDIANS FROM 57™ AVENUE TO S.W.74™STREETS/tor Removal Only \TH ARTICLE 2.CONTRACT SUM:TheCityshallpaytothe Contractor,lorthefaithful performance ofthe Contract,in lawful money ofthe United State?,and s'lbjeci:^additions and deductionsandbasedonunit prices (where applicable),allas provided in theContract Documents,in the sum of: THIRTY SIX THOUSAND AND 00/100 DOLLARS (S36.3Q0> 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 paythe Contractor as follows: CONTRACT a)On or before the 10th day of each calendar month,the City shall make partial payments tothe Contractor onthe basis ofaduly certified and approved Estimate of Work,performed duringtheprecedingcalendarmonthbytheContractor. b)Payment on account of the Contractor of all work shall make this Agreement within thirty (30)days after completion covered bythis 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 writtennoticeto proceed from the Director ofthe Department ofPublic Works. ARTICLE 5.CONTRACT DOCUMENTS:All of the documents hereinafter listed form the Contract and they are as fully a part of the Contract as if hereto attached,or repeated in this Agreement: 1.Contract 2.SpecialProvisions (Addendum 1) 3.Certificates of Insurance 4.Plans:AspreparedbytheCity of South Miami Department of PublicWorks Entitled:Landscape Maintenance ofUS1fromSW 57th AvenuetoSW 8Q'h Street:Sunset Drive (S.W.72nJ Street from US I to S.W.69'" Avenue:DowntownDistrictplantersandUS1Mediansfrom$.W.57th AvenuetoS.W.74th Street-litter removal vnlv. /*! CONTRACT IN WITNESvS WHEREOF the parties hereto have executed this Agreement on the day and date first above written in five (5)counterparts,each of,which shall,without proof or accounting for the other counterparts,be deemed an original Contract. (SEAL) ATTEST By: Title; WITNESS:(If aCorporation.,attach Sealandattestby Secretary) By:rj^(TWm£ji Title:/feat.<%&.• THE CITY OF SOUTH MIAMI,FLORIDA Partv of the first Part By: Title RJiCIO &ASS Partv of these By: Title: &*&- Y/jSidcrd: Employer ID No.59-1435286 1.2 SPECIAL PROVISIONS DEFINITION The purpose of thk rT •• hi case of anv confl'^• ract documentsDESCRIPTIONOFWORK The work consists off *»,• US 1 from S\V *7,b a . Sunset Drivel W72»?**f 8°'"Str<«Downtown District'nlJ '^fr0m US »«o S.W 69*a.Sl'h a.,*"»«««planters and frs i m.,."-0-'Ave. '»">c C.tv of South MizmlZrtto rem°Va,0n'' ^.ficC,la„geS[oth;c^PP'^by tne city,un|ess ^*™£«J DESCRIPTION OF PROPOSAL BaSeBidistheiota,of^P^sWroriteml US 1 from SW ^7,h a Sunset Drive (SW 72-?e!to *W 80"Street downtown Distrir/,eet)fro,n US ltoSw «o«57fh a,."'"net planters and TK 1 *!W-69 Ave. ,'•7 /'i FROM :PHONE J^b.:*Jan.23 2091 12:35PM P5 LCIAL PROVISIONS ~ 1.4 DURATION AND RENEWAL OF CONTRACT The City reserves the right to renew or terminate the maintenance contract at ihe end of the municipality's 1997-1998 fiscal year,which ends on September 30m,1998,ona fiscal year (October 1*to September 30m)basis up toaperiod of five(5)years. 15 SUPERVISION tt isnottheCity'sintentionnor responsibility tocoordinatethemanyactivities ofthe Contractor necessary tocompletea project TheCity's responsibility isto see thattheprojectiscarriedoutin accordance with the Plans and Specifications. 1.6 REVISIONS TO GENERAL CONDITIONS If the Contractor's performance of this Contract isdelayedbyactsofthe owner orothersubcontractors,suppliers and contractors,materialmen,architects and/or engineers,the Contractor may request an extension of time from the City,in writing,within twenty(20)daysoftheeventbywhichthedelay occurred,but the Contractor shall not be entitled to an increase \n the contract price or claims ordamages because ofthedelayor because ofany acceleration in its work. 1.7 SAFETY ON AND OFF THE JOB SITE Inperformingthe scope of work,all safety onoroff the job site shall be the sole responsibility ofthe Contractor.The City shall notbe responsible for safety on oroffthe job site.TheCity'son-site observations or inspections shall be only for the purpose of verifying thatthe maintenance Specifications are being implemented properly.The City'son-siteobservationsor inspections arenot for safety onoroff the jobsite.The Contractor mustprovidebarricadesandtraffic control devices ashe deems necessary or as may be required by the governing agenciesoras directed bythe City to protect the work,workmen andthe genera! publicwhileconducting the work. Page 2 of 6 A FR0M :™^J®;.:-Jan.23 2001 12:36PM PS -ADDFNnUM 1 SPFOIAL PROVISIONS 1.8 TRAFFIC CONTROL The Contractor shall,at his cost,observe all safety regulations includinq 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 inaccordancewiththeF.D.O.T/s "Manual on Traffic Controls and Ssie PractfcTs for Street Highway Construction,Maintenance and Utility Operations" The Contractor's attention is directed to the fact that work may be performed on a limited access roadway,with special regulations pertaining to this system Upon trTSsite 6COntr3Ct ^^d8y'a"equipment sha,)be promPtfyremov^from 19 INDEMNIFICATION The Contractor covenants and agrees to indemnify and hold the City harmless for l?»tf,\°MrVT7!0 ^^°r damage to °r ,0SS of Property which may occurasaresultoftheContractor's performance under this Agreement. 1.10 INDEPENOENfT CONTRACTOR The Contractor is an independent contraaor under this Agreement Personal tS!2*,Pr°V,ded by thu°?uontIactor «**»*»*y employees of the Contractor and25Ks"perv,5,or?by,he Contractor,and not as officers,employees,or agentsofineCityPersonnelpolicies,tax responsibilities,social security health insurance employee benefits (rf applicable),purchasing policies and other similar administrative procedures applicable to goods and services rendered und*r this Agreement shall bethoseofthe Contractor. Page 3 of 6 ^ AUUtNUUM 1 SPECIAL PROVISIONS 1.11 UNCONTROLLABLE CIRCUMSTANCES (Tore*Majeure-) The City and Contractor will be excused from the performance of their respective delayed or prevented by any.circumstances beyond their control Includino fireflood,exptosion,strikes or other labor disputes,act of God or pubhcAgencywarnot.civ,commotion,malicious damage,act or omission of any Zernmemaiau^onty delay or ailure or shortage of any type of transportaUon.^mert or serv^e from a pubhc util.ty needed for their performance,provided that a)The non performing party gr,«the other party prompt written notice £"££?6?furtiajlars of ,he *«•Majeure including,but nol limited.o.the nature of the occurrence and its expected duration and oSo™m^tB,y mpons **re3pect ,heret0 du'in9 ,he period 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 as a result of trie Force Majeure;and ""* d)^"m "PSrf0rmin9 Party USeS l,S best efforta to remedvils inability to Notwithstanding the above,performance shall not excused for a period In excess of h*o (2)months,provided extenuating circumstances,the Citv mayexcuse Page 4 of 6 &/ 112 Assignment ADDENDUM 1 SPECIAUPR0VISIONS Neither this Agreement:nor any portion thereof unless otherwise authorized herein,shall be assigned without the formal consent of the City Manager or apposed designee.No such approval will be construed as mgking the City a party of or to such assignment,or subjecting the City to liability of any kind to anv assignee even if subcontracting is authorized herein No subcontracting agreement shall,under any circumstances,relieve the Contractor of any liability cr obligation under this Agreement.y dy,,'lvcr 1.13 PERMITS Contractor shall have the sole responsibility,at its sole cost and expense to secure all necessary,Dade County,State,and Federal licenses and permits for the performance of this iob.the performance ofthis job 1.14 CONFORMITY TOLAW Contractor shall comply with all applicable laws,ordinances,regulations and orders of Federal,state,County and municipal authorities pertaining to ' Contractor's performance under this Agreement.The Contractor covenants and agrees that there will be no discrimination as to race,color,creed,or national origin in the Contractor's performance ofthe 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 •A ADDENDUM 1 SPECIAL PROVISIONS 116 FINAL REPOSITORY -*s^^other the,„.A9reernenti reposrtory of the parties on .tssS«matter Jl^"T^S **finaldischargedorextendedexceptJS„^mT"****".modi?ie*The parties agree that no Pfeviou^es^rnTl ^SXeCUted by the Parties-upon either party nor has the ^S Sn^ZEl"T *b^par.of any party except as expressed in J'^n "Hg^eni *""°"*" 117 NONWAIVER covenants,conditions aniTgreemems h **'"'"^°'any $uch 1-18 INDEMNITY AGAINST COSTS AND CHARGES ^"SK^Party shallf^through all appeals.reasonable costs and attorneysf^$through all appeals 1-19 LITIGATION VENUE The parties waive the privilege of venue and anr****«.«.».-..in the state courts shall take p!ace?nSLe Count ££^betW8an thembetweentheminthefederalcourtsshaHtken^'^**that a"««ga«onforthestateofFlorida"t9ke pl8ce ,n the ^bem District in and Page6 of 6 >-?'