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
>-?'