10-07-08 Item 6Ur
INCORPOR
1927
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM
South Miami
AlMmeHca CITY
1 I I I I. I
2001
To: The Honorable Mayor Feliu and Member of the City Commission
Via: W. Ajibola Balogun, City Manager
From: Rodolfo de la Torre
Maintenance Services Operations Manager
Date: October 7, 2008
Subject: Work order for holiday display services (installation of tree lighting downtown)
Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO
EXECUTE A SERVICE CONTRACT WITH AMBIUS INC. FOR THREE
CONSECUTIVE YEARS FOR HOLIDAY DISPLAYS SERVICES WITHIN THE
DOWNTOWN AREA IN AN AMOUNT OF $25,875.00 PER YEAR TO BE
CHARGED TO PUBLIC WORKS CONTRACTUAL SERVICES ACCOUNT
NUMBER 001 - 1710 -519 -3450; PROVIDING FOR AN EFFECTIVE DATE.
Request: Authorizing the City Manager to execute a three year service contract with Ambius
Inc. for $25,875.00 per year.
Reason/Need: To continue the tradition of installing holiday lights on our trees downtown, we are
requesting approval to secure the services of Ambius Inc. for the next three years
for the installation of holiday lights on 88 trees along Sunset Drive and Dorn
Avenue. As with the past years, the installation will be completed early enough to
allow illumination beginning October 31, 2008 (Halloween) through the winter
season. It is our intent to "piggyback" on the attached Miami Dade County
Contract.
COST: $25,875.00
Funding Sources:. Public Works Contractual Service account number 001 - 1710 -519 -3450 with
account balance of $52,878.00 before this request.
Backup Documentation:
• Proposed Resolution
• Contract proposal from Ambius Inc.
• Miami Dade County Contract
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A SERVICE
CONTRACT WITH AMBIUS INC. FOR THREE CONSECUTIVE YEARS FOR HOLIDAY
DISPLAYS SERVICES WITHIN THE DOWNTOWN AREA IN AN AMOUNT OF $25,875.00
PER YEAR TO BE CHARGED TO PUBLIC WORKS CONTRACTUAL SERVICES
ACCOUNT NUMBER 001 - 1710 -519 -3450; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Mayor and City Commission wishes to beautify the downtown streets during
the holiday season; and
WHEREAS, miniature holiday lights will be installed on trees along Sunset Drive and Dorn
Avenue by Ambius Inc. in an amount of.$25,875.00 per year for the next three years to be charged to
public works contractual services account number 001 - 1710 -519 -3450, with account balance of
$52,878.00 before this request.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1: The Mayor and City Commission authorizes the City Manager to execute a service
contract with Ambius Inc. for three consecutive years for holiday display services in an amount of
$25,875.00 per year to be charged to public works contractual services account number 001- 1710 -519-
3450, with account balance of $52,878.00 before this request.
Section 2: This resolution shall be effective immediately.
PASSED AND ADOPTED this day of , 2008.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
G\» 3O]9"
MAYOR
Commission Vote:
Mayor Feliu:
Vice Mayor Beasley:
Commissioner Palmer:
Commissioner Wiscombe:
Commissioner Beckman:
-0 =[
City of South Miami
4795 SW 75 Avenue
Miami, FL 33155
(305) 663 -6350
(305) 668 -7208 Fax
Mr. Donald Benjamin, Superintendent of Stress & Landscaping
dbenjamin @cityofsouthmiami.net
HE
!elm
5911 SW 39'h Avenue
Ft. Lauderdale, Fl. 33312 -6223
Broward (954) 961 -4700
Fax (954) 961 -4801
Myrna Salgado, Sales & Design Consultant
Cell (305) 431 -5018
myma.salgado@ambius.com
++ CITY OF SOUTH MIAMI ++
2008 - 2009 -2010 HOLIDAY LIGHTING RENTAL
Total # of Light Strands: 910
Spiral wrap the trunk of palm trees and trees trunk & branches in the following areas:
59 Ave (East & West) between Sunset & 73 Street
Sunset Drive (South Side).between 59 Ave & 58 Court
Sunset Drive (South Side) between 58 Ct & 58 Ave
Sunset Drive (North Side) between 58 Ave & 59 Ave
Sunset Drive (South Side) between 58 Ave & 57 Ct
Sunset Drive (South Side) between 57 Ct & 57 Ave
OTES-I
• All lights will be from power supply up
• Trunks of trees need to be free from saplings
• Lights will be strung on trunks of trees up to the start of foliage
• (The only exception to that would be if the tree is exceeding the lights allocated for that tree)
• Installation includes lift
• Installation: Before 10/31/08
7/18/08
Proposal #M124 Page 1 of 2
$25,875.00
&I
Installation dates are booked upon receiving your signed contract.
• All lights are guaranteed to be in working order upon installation, repairs will be handled at no additional
charge.
• Ambius will be responsible for the installation of the lights and maintenance on the lights through Feb 28tH
The City of South Miami is responsible for the maintenance thereafter and the removal and disposal of the
lights.
• Ambius-agrees to use rubber bands and a minimal amount of staples on the palm trees only. All the
hardwood trees will be installed with as few staples as possible.
• All other lighting outages that we have no control over i.e. vandalism, theft, damage from lawn maintenance
equipment, severe weather, electrical surges, or unpruned palm fronds will be pruned to accommodate the
lighting and labor billed as a separate and additional charge.
• All rental prices include delivery, set up, and take down, sales tax is not included and must be added to your
total lease and purchase. 50% deposit is required upon acceptance, balance due upon delivery.
• Electrical requirements for lighting as proposed, must be met 10 days prior to installation date. If these
electrical needs are not met, "Ambius" may not be held responsible, and 25% of the deposit will not be
refunded.
• We realize that your Holiday lighting and decorating is important, if your lights are not working properly or
changes need made regarding the decorations, please call our office to request a repair service. We will
make every effort to repair or replace them within 72 hours upon notice of the problem.
• We strongly recommend that all trees and palms be pruned to remove. dead and dying palm fronds, tree
saplings, and lower branches prior to installation of lights.
Three Year Contract (2008, 2009, 2010)
$25,875.00 each year
(price excludes tax)
CUSTOMER SIGNATURE DATE
PRINT NAM
Myrna Salgado
Sales 4aZ (Design Consultant
Ambius
05/23/08
Proposal #M 124
March 24, 2008
DEPARTMENT OF THE TREASURY
INTERNAL REVENUE SERVICE
OGDEN UT 84201 -0001
Re: NAME CHANGE A copy of DE Certificate of Amendment is attached.
To Whom It May Concern:
On March 24, 2008 Initial Tropical Plants Inc. changed our name to:
Ambius Inc.
This is only a name change. The Federal ID number 58- 1805621 and
ownership of the corporation all remain the same.
The required documentation to effect this name change was filed in all fifty (50)
states with the Secretary of State's offices in March 2008.
Please change your records to our correct name and address:
Ambius Inc.
485 E Half Day Road, Suite 450
Buffalo Grove, IL 60089 -8809
Should you have any questions please contact the company directly.
Sincerely,
Thomas R. Kleine
Secretary / Controller
Writers" direct number 847 - 634 -4261
Email tom. r.kleine(cDambius.com
CADocuments and Settings \Rtorre \Local Settings \Temporary Internet Files \0LK31\Ambius name change IRS.doc
n
MIMDADE
BID NO.: 6962 - 4/08 -4
BPO NO.: ABCW0800181
CONTRACT AWARD SHEET
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
Previous Bid No.: 6962- 4/08 -3
TITLE: RENTAL OF HOLIDAY DECORATIONS - CHRISTMAS
COMMODITY CODE NO.: 578 -25 OTR YEARS: 4 LIVING WAGE APPLIES:
[—]YES ® NO
CONTRACT PERIOD: 12/01/2007 through 11/30/2008
AWARD BASED ON MEASURES: ❑ YES ® NO
❑ PROCUREMENT AGENT: Caridad Calvo
PHONE: 305- 375 -4744
❑ SBE Set Aside ❑ Bid Preference: ❑ SBE ❑ Micro SBE
❑ SBE Goal ❑ CSBE Level
❑ Local Preference
❑ Prevailing Wages (Reso. 90 -143)
❑ Living Wage
PART 41: VENDOR AWARDED
F.E.I.N.:
VENDOR:
STREET:
CITY /STATE /ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
TOLL FREE PHONE #
PHONE:
FAX:
E -MAIL:
CONTACT PERSON:
581805621
Initial Tropical Plants, Inc.
5911 SW 39h Ave. ""� "
Ft. Lauderdale, FL 33312 �^ �"�� a° 'p -^'4� XO
Destination n '4� Q
Net 30 •XR+
As Required
954- 961 -4700
954- 961 -4801
pessek@initialplants.com
Melanie Martinez
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
1
AWARD SHEET.doc
Revised 09/19/00
PART #2: ITEMS AWARDED
EXTERIOR DECORATIONS (Items 1 -6)
Central Boulevard - Miami -Dade International Airport Entrance:
1. 9 Ea. Trunk wrap, crown and foliage lighting for date Each
palms. Located in the center of the entrance. $ 850.00
2. 2 Ea. Wooden Toy Soldier 18 foot tall - one side
facing incoming traffic. (Zim's Heirloom
Collectibles Model No. Z96 -12,
or approved equal $ 1207.00
3. 31 Ea. Five (5) feet Poinsettia on each pole with garland
existing Central Boulevard Poles) with C7 lights
and brackets $ 189.00
4. 2 Ea. Five (5) feet green wire deer with clear lights
in the Garden Area by Ex -it Ramp in Terminal $ 207.00
5. 5 Ea. Skyways - Departure levels):
Light up Poinsettia Blooms 20' X10' with
C -9 lights and garland. $ 796.00
6. 1 Lt Exterior - All trees and shrubs in the alb cola
Areas at the terminal gardens 2nd level -
Trunks and fronds - 15 fronds per tree (2 trees)
Decorated with clear lights $ 2,887.50
INTERIOR TERMINAL (Items 7 -20) in accordance with technical Specifications
Check Points
7. 18 Ea. Columns with minimum of 8 branched
Gold trees in accordance with technical
Specifications $ 898.00
Security Check Points
8. 16 Ea. 48" Oregon Fir Teardrop
trees in accordance with technical
Specifications $ 168.00
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
2
AWARD SHEET.doc
Revised 09/19/00
9. 3 ea. 30 "animated carolers from
different countries on swings suspending
from the ceiling, decorated with garland
(color to be chosen upon award), wired
ribbon and 2 -12" handmade gold bows $ 682.50
10. 2 Ea. Terminals A& H 10' Artificial Christmas
in accordance with technical specifications $ 1,050.00
11. 1 Ea Director's Office - T Artificial $ 750.00
in accordance with technical specifications.
Security Check point E &B 3 d Floor lower level
12. 38 Ea. Oregon. Fir Garland 45'x 24"
in accordance with technical 'specifications $ 600.00
13. 48 Ea. Columns decorated with, 60" poinsettia
cluster in accordance with technical specifications $ 147.00
Concourse E behind the Information Counter:
14. 1 Ea. 12' Artificial Christmas tree in $ 1,995.00
in accordance with technical specifications
15. 1 Ea. 90' of 14" Oregon Fir Garland with
1350 miniature clear lights, 1 -12'
handmade wired gold bows, 50 yards
of wired gold ribbon twined through
the garland and 36 large gold pinecones $ 735.00
Concourse E behind the Information Counter:
16. 1 Ea 36" Oregon fir Wreath with 150 miniature
clear lights, 1 -12" wired gold handmade
bows, 3 clear magnolia sprays, and 2 -6"
clear doves. $ 136.50
Concourse E behind the Information Counter:
17. 1 Ea. 5' gold Menorah on a wood platform with
silver lame draped in accordance with
technical spec. $ 362.00
Terminal Concourse A. E and H to have:
18. 40 Ea. Light curtain in X -grid, each X to
have 20 drops and each leg to cover 5'
(10'X 10' total) suspended from ceiling
with hanging decoration, minimum
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
3
AWARD SHEET.doc
Revised 09/19/00
4 - 12" double sided decorative finials
per light curtain. 9" Wonderous Ball
ornament Mark Roberts Model No. 359490,
or approved equal in accordance
with tech. Specs. $ 120.00
19. 30 Ea. 7' L x 2 -1/2" W tapestry banner in jewel -tone
colors with "Holiday Greetings" on a cafe
rod hanging from ceiling throughout Airport
(Main Street). $ 472.50
20. 10 Ea. 72" Oregon Fir Wreath, with 600
miniature clear lights, 1 -24" wired
gold handmade bow, 20 yards of wired
gold ribbon twined through the wreath,
12 -12" clear magnolia blooms, 12 gold
leaf sprays, and 12 large gold pinecones $ 682.00
NOTE: THE AWARDED VENDOR IS TO FURNISH ALL NECESSARY LABOR, MATERIALS,
EQUIPMENT, TOOLS AND INCIDENTALS TO INSTALL /REMOVE THE CHRISTMAS
DECORATIONS AT THE MIAMI -DADE AVIATION DEPARTMENT
PART #3: AWARD INFORMATION
❑ BCC ® DPM AWARD DATE: 11/25/2007 AGENDA ITEM #: N/A
BIDS & CONTRACTS RELEASE DATE: 1.1/25/2007 OTR YEAR: 4
ADDITIONAL ITEMS ALLOWED: N/A
SPECIAL CONDITIONS: N/A
TOTAL CONTRACT VALUE: $105,834.50
USER DEPARTMENT(S) DOLLAR ALLOCATED
AVIATION $ 77,000.
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
4
AWARD SHEET.doc
Revised 09/19/00