Loading...
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