Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
02-02-99
MAYOR: Julio Robaina CITY MANAGER: Charles D. Scurr VICE MAYOR: Armando Oliveros, Jr. CITY ATTORNEY: Earl G. Gallop COMMISSIONER: Horace G. Feliu CITY CLERK: Ronetta Taylor COMMISSIONER: David D. Bethel COMMISSIONER: Mary Scott Russell CITY COMMISSION AGENDA Regular City Commission Meeting Meeting date: February 2, 1999 6130 Sunset Drive, South Miami, FL Next Regular Meeting date: February 16, 1999 Phone: (305) 663 -6340 Time: 7:30 PM PURSUANT TO FLORIDA STATUTES 286.0105, "THE CITY HEREBY ADVISES THE PUBLIC THAT IF A PERSON DECIDES TO APPEAL ANY DECISION MADE BY THIS BOARD, AGENCY OR COMMISSION WITH RESPECT TO ANY MATTER CONSIDERED AT ITS MEETING OR HEARING, HE OR SHE WILL NEED A RECORD OF THE PROCEEDINGS, AND THAT FOR SUCH PURPOSE, AFFECTED PERSON MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDINGS IS MADE WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. THIS NOTICE DOES NOT CONSTITUTES CONSENT BY THE CITY FOR THE INTRODUCTION OR ADMISSION OR OTHERWISE INADMISSIBLE OR IRRELEVANT EVIDENCE, NOR DOES IT AUTHORIZE CHALLENGES OR APPEALS NOT OTHERWISE ALLOWED BY LAW. City of South Miami. Ordinance No. 6 -86 -1251 requires all persons appearing in a paid or remunerated representative capacity before the City Staff, Boards, Committees and the City Commission, to fill out the appropriate form and file it with the City Clerk prior to engaging in lobbying activities. CALL TO ORDER: A. Invocation: B. Pledge of Allegiance: C. Presentation(s): Employee of the Month ITEMS FOR THE COMMISSION'S CONSIDERATION: 1. Approval of Minutes: Regular City Commission Minutes - January 19, 1999 2. City Manager's Report: 3. City Attorney's Report: REGULAR CITY COMMISSION 1 AGENDA - February 2, 1999 4. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH UNIVERSAL DIE -CUT CORPORATION, TO PROVIDE STREET SIGNS AT A COST NOT TO EXCEED $6,000.00, AND CHARGING THE DISBURSEMENT TO "LOCAL OPTION GAS TAX - MAINTENANCE AND REPAIR OF STREETS AND PARKWAYS" ACCOUNT NO. 112 -1730- 541 -4640 3/5 5. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE ANNUAL JULY 4" CELEBRATION, AUTHORIZING THE PURCHASE OF FIREWORKS BY THE PARKS & RECREATION DEPARTMENT FOR A TOTAL PRICE NOT TO EXCEED $5,500.00 (FIVE THOUSAND FIVE HUNDRED DOLLARS) AND PROVIDING FOR DISBURSEMENT FROM ACCOUNT NO. 2000- 4820, "FOURTH OF JULY-FIREWORKS- (Mayor Robaina) 3/5 6. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO DISBURSE THE SUM OF $2,807.78 TO J. PROSSER ENTERPRISES, INC. FOR THE - REPAIR OF THE PUBLIC WORKS DEPARTMENTS TRAILER MOUNTED HOT WATER PRESSURE CLEANER AND CHARGING THE DISBURSEMENT TO ACCOUNT NO. 1760 -519- 4680, "OUTSIDE LABOR" 3/5 7. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO ATTORNEY'S FEES; APPROVING ATTORNEY FEES FOR NAGIN GALLOP FIGUEREDO, P.A., IN THE AMOUNT OF $5,218.25 CHARGING $469.35 TO ACCOUNT NO. 1500 -3435, CONSULTING -REAL PROPERTY /FORECLOSURE, CHARGING $72.11 TO ACCOUNT NO. 608 -1910- 521 - 3100, PROFESSIONAL SERVICES AND, CHARGING THE REMAINDER TO ACCOUNT NO. 1500 -3410, LEGAL SERVICES -NON RETAINER; PROVIDING AN EFFECTIVE DATE. 3/5 ORDINANCE (S) SECOND READING PUBLIC HEARING (S) There are none RESOLUTION (S) HEARING There are none REGULAR CITY COMMISSION 2 AGENDA - February 2, 1999 RESOLUTION (S) 8. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE COMMISSION ON THE STATUS OF WOMEN; PROVIDING FOR APPROVAL OF BY -LAWS; AND, PROVIDING FOR AN EFFECTIVE DATE. (Commissioner Russell) 3/5 9. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO DISBURSE THE SUM OF $5,900 TO DEMOLITION MASTERS, INC. RELATING TO THE DEMOLITION OF AN UNSAFE STRUCTURE AND HAULING AWAY OF ALL DEBRIS AT 6041 SW 63 STREET IN THE CITY OF SOUTH MIAMI AND CHARGING THE DISBURSEMENT TO ACCOUNT NO. 001 -0000- 341 -9040 "CODE ENFORCEMENT" (Commissioner Russell /Bethel) 3/5 10. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING FOR THE CHAMBER OF COMMERCE ANNUAL ARTS AND CRAFTS SHOW, AUTHORIZING DISBURSEMENT OF $4,500 AND CHARGING THE DISBURSEMENT TO ACCOUNT NO. 1100- 511 -9910 "SPECIAL EVENTS CONTRIBUTION" (Commissioner Russell) 3/5 11. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING FOR THE CULTURAL AFFAIRS COUNCIL' ART SHOW, AUTHORIZING DISBURSEMENT OF $6,500 AND CHARGING THE DISBURSEMENT TO ACCOUNT NO. 1100- 511 -9910 "SPECIAL EVENTS CONTRIBUTION" (Mayor Robaina) 3/5 12. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE CITY OF SOUTH MIAMI CHARTER; AMENDING RESOLUTION NO. 48 -98- 10315, AS AMENDED BY RESOLUTION NO. 119 -98 -10387 TO INCREASE THE MEMBERS OF THE CHARTER REVISION COMMISSION FROM NINE MEMBERS TO FIFTEEN MEMBERS; PROVIDING AN EFFECTIVE DATE. (Mayor Robaina) 3/5 13. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS IN THE AMOUNT OF $3,395.52 TO AMERICAN LIGHTING MAINTENANCE, FROM ACCOUNT NUMBER 001- REGULAR C'.ITY COMMISSION 3 AGENDA - February 2, 1999 2000 - 572.4620, "MAINTENANCE & REPAIR - OPERATING EQUIPMENT ", FOR REPLACEMENT OF ATHLETIC FIELD LIGHT BULBS LOCATED AT PALMER PARK. (Commissioner Feliu) 3/5 14. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH MC HARRY & ASSOCIATES, INC., TO PERFORM CIVIL ENGINEERING SERVICES FOR THE 74TH STREET PROJECT (PHASE 1) AT A COST NOT TO EXCEED $6,000.00 AND CHARGING THE DISBURSEMENT TO "STORMWATER TRUST FUND CONTRACTUAL SERVICES" ACCOUNT NO. 111 - 1730 - 541 -3450 (Mayor Robaina) 3/5 15. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS IN THE AMOUNT OF $2,075.52 TO BENSON ELECTRIC, INC., FROM ACCOUNT NUMBER 2000 -4620, "MAINTENANCE & REPAIR - OPERATING EQUIPMENT, FOR EMERGENCY ELECTRICAL WORK DONE AT PALMER PARK TO RECTIFY CONDUITS LOCATED WITHIN THE LIGHT STRUCTURES. (Commissioner Feliu) 3/5 ORDINANCE (S) FIRST READING There are none SPEAKERS PLEASE TAKE NOTICE THAT SECTION 2-2.1(k)(2) OF THE CODE OF ORDINANCES PROVIDES THAT "ANY PERSON MAKING PERSONAL IMPERTINENT, OR SLANDEROUS REMARKS OR WHO SHALL BECOME BOISTEROUS WHILE ADDRESSING THE COMMISSION SHALL BE FORTHWITH BARRED FROM FURTHER AUDIENCE BEFORE THE COUNCIL BY THE PRESIDING OFFICER, UNLESS PERMISSION TO CONTINUE BE GRANTED BY A MAJORITY VOTE OF THE COMMISSION ". PUBLIC REMARKS COMMISSION REMARKS REGULAR CITY COMMISSION 4 AGENDA - February 2. 1999 TO: 1- MMINV- CITY OF SOUTH MIAMI INTER - OFFICE MEMORANDUM Mayor and Commission DATE: February 2, 1999 Agenda Item 4 _f Commission Meeting, February 2, 1999 AUTHORIZATION OF THE CITY MANAGER TO ENTER INTO A CONTRACT WITH UNIVERSAL DIE -CUT CORPORATION TO PROVIDE ROADWAY SIGNS AT A COST NOT TO EXCEED $6,000.00, FOR FISCAL YEAR 1998/99. The attached resolution seeks approval to allow the City Manager to enter into a contract with Universal Die -Cut Corporation to provide informational and traffic control signage for the City. The Public Works Department installs new signs and replaces worn -out signs on an as- needed basis throughout the year. This year, a substantial amount of traffic wayfinding and parking signs were needed due to the Shops at Sunset Place and the other changes in the downtown district. Universal Die -Cut Corp. is the contractor by the City of Miami Beach Parking Department through the competitive bid process (M.B. Resolution No. OR -081, SO- 12299000). The total expenditure would not exceed $6, 000. 00, and the disbursement would come from account No. 112 - 1730 -541 -4640 "Local Option Gas Tax — Maintenance and Repair of Streets and Parkways ". This account currently has a balance of $50,50 7. 00 for fiscal year 1998199. A citywide traffic, parking, and informational sign program has a significant impact on safety, quality of life, and degree of hospitality offered to our visitors. Approval of this sign services contract is therefore recommended. Attachments 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 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH UNIVERSAL DIE -CUT CORPORATION, TO PROVIDE STREET SIGNS AT A COST NOT TO EXCEED $6,000.00, AND CHARGING THE DISBURSEMENT TO "LOCAL OPTION GAS TAX - MAINTENANCE AND REPAIR OF STREETS AND PARKWAYS" ACCOUNT NO. 112 -1730 -541- 4640. WHEREAS, the public streets require informational, parking and traffic control signage necessary public safety, quality of life, and promoting hospitality towards visitors, and; WHEREAS, such signs must be manufactured with the best quality materials to provide satisfactory long -term performance while withstanding the effects of the elements, and; WHEREAS, Universal Die -Cut Corp. has provided the City excellent quality signs and responsiveness in the past, and; WHEREAS, Universal Die -Cut Corp. has been awarded a competitive bid contract with the City of Miami Beach (reference OR -081, SO- 12299000). NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to enter into a contract with Universal Die -Cut Corp. to provide roadway signage based upon the fee structure set forth in the City of Miami contract. Section 2. The contract with is not to exceed $6,000.00, and shall cover the expenses for the fiscal 1998/99. Section 3. This resolution shall be effective immediately after approval thereof. PASSED AND ADOPTED this 2nd day of February 1999. APPROVED: MAYOR 1 2 3 4 5 6 7 8 9 10 11 12 13 ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY 0112611999 17:12 419 - 663 -3923 UNIVERSAL DIE -CUT FADE 01 0ARTMENTIOMSION PARK I NG /PARK I NG. Eta ORCE'MENT PAGE 0 0'1' V's eUYEA N0. REF. X04, .x,� � >;I CITY..'Q.F MIAMI BEACH r S TA N D Ia,r� O'R.OE '1700 CONVENTION 'CENTER DRIVE ' MIAMI BEACH FLORIDA 33139 N ®» SCICt0kii712'299,ODR (305) 673 -7490 FAX NO. (305) 673 -7851 11ttp .,/ /Ci.miami•beach,fl.us TH,s NUMBER, MUST eE SHOWN ON ALL INVOICES, PAC013E9, CORRESPONDENCE, E' 01.7830 * *UNIVERSAL'.DIE -CLIT CCIRP TO: P'0 'BOX 552 . 90'NORTH WES1 STREET NORWAL K bH '44857 ACKNOWLEDGEMENTS & CQRRE8PONDENCE.TO: .. PARKING NG ACIh1 l N 15:1; F:,AT,I'C1N SHIP AND City of INlm+mi Beach' Procurement Division INVOICE O. 777 -17TH ;5TREE T 1700 Convention, Center Drive, SEIr aG D RLOO# Mlantl Beach, FL 331. M I Fah 1, BEACH. FL' 13139 fZ�{��fCLiyJ rLl f r h �cnta0l; PLEASE FURNIS" US IN ACCORDANCE 1VITN ALL TERP0AND, WNOJT"ONS SPECIFIED IN THIS ORDER INOlUOINCy THC REVERSE SIDE' MEAto� AND Ail ATTA4NMp,NA'$ HERETO, TO THE, FOUOWPN07 ✓ iJ J' ( ,5,� 7 -7497 ... :... .. .,. r:. ...n....... �...i '. ��,,. ... , , 1 5� 9,/ ,3 0 1,a' 9 N3 t BEST WAY DEST I AT 1:0 N I�, �, "6 '�'i':;i' "•. �iM ".ro�.r;. t,;P•; n. :t.V:..n• °;A.; rP:; •. a. 7 ,�.M� ?ia"�L.. NDOR CONTACT: PETER WCL_L:S 80D:�43� -w �+801'046�QOt1 �i2 9 0.060.0 3Ci{lC�.,.gl000 STAND1NG, RRDER I'OR:THE,:PURCHASE OF SLGN EACE8 AS NEEDED .OURRING, r,ISCA'L. YEAR 10101198 — 09%3.0,,99. C'12'"I X 181''. 12" X 6" AND 3F" 'X 12" 7 DUAL, e. SINGLE 'ALUMINUM S I DED E . 08 Q'. GUAGE, SIGN `BLANKS. erase► er �l► �k "w alf r+e+ �r �r Total Amount ' . . 3 f1 �i 0 Q0, PURCHAC3E �)UTHOP I TY : : R I,3Rd081 :2ND USE. NQT" Tb EXCEED, $3,:000 W,'O RE -Bib CIZO 1RTMENT CONTACT '& PHONE, ,NUJISER: RAFAEL LE.YVA 155- iS73'7 7 505 `6261,' TE OF SURY. CA ^ EG.•NO.F5Q ^W003',..;.,e DEPT, EXEMPTION C .,, TE 23109,S20871-94C EA5URY. EMPTION UNLIER R 7z ®A 7'AX E"F1TIF1 , VENDOR By u FROCUR6MEN7 DIAECTIOR AN EQUI4L.OPPORTUNIIY EMPLOYEp NOV -06 -9S FRI 15:24 MIAMI BEACH PARKING 3056737066 CITY OF _MIAMI BEACH MIANII BEACH, FLORIDA PURCHASE R,EQUIS77101V FORM P.03 DATE: OCTOBER 1,1998 R80UEST FOR _,,,, Conrnmation to P O. N 1099 Required' ? - , _yes _ nq r +r� _. Purchase Order Release Orr cr on P.O. y + 33 Standing Order Change Order to P.O. # Soc.Bcc.p DEPARTNIENT/DIVISION DEPARTMFNT EMPLOYEE TO CONTACT. I PHONE, NUMBER: Parking Department Rafael Leyva 673•7604 DELIVERY ADDRESS. M SOventeenth Street. Suite 200. Miami Beach, Florida 33139 BUDGET ACCOUNT CODE TO BE CHARGED: ESTIMATE: LAST P.O. # I VENDOR: (if knowrtl $6,000.00 480 -0462. 000343 UNIVERSAL DIE -CUT CORP i SO -10812 VENDOR NAME & ADDRESS (for confirming Pos) UNIVERSAL DIE -CUT CORP., P.0,130X 562.90 NORTH WEST STREETMORWALK, OH. 44851 DATE REQUIRED: I}F AD SIGN TURF: OMB APPROVAL: CITY MANAGER'S APPROVAL. ASAP / D�rME ADD'L INFORMATIONISOURCE OF DESCRIP 14 0N: I.E. ALO UE) I ITEM COMM. NO. NUMBER OESCR ;PTION arY UOM UNIT Pfllr.F.. NMt:1UNT } REQUEST STANDING ORDER IN THE AMOUNT OF 56,Wf)AO $6,000.00 FOR THE PURCHASE OF SIGN FACES AS i NEEDED DURING FISCAL YEAR 98/99 ESTIMATED USEAGE QTY. 2L7.F FACE 1000 12"X' 8" 'NC PARKING ANY TIME TOW AWAY ZONE' 1 200 12 "X18""COMMERCIAL LOADING ZONE... 200 12"X18" "DO NOT BLCCK DRIVEWAY" 400 12 "X18" "NO PARKING IN ALLEY TOW AWAY ZONE' 150 12 "X18" " NO PARKING BUS ZONE" 100 12 "X18" 'NO STCPPING NO STANDING TOW AWAY " 100 12 "X18" "PARK HEAD IN ONLY' 1000 12"X6'* *TOW AWAY ZONE" ; t 300 SIGN& i DUAL FACED 'ONE -WAY 36 X12 ON (RIGHT ? DIRECTION ON ONE SIDE, LEFT ON THE OTHER) ON C80 GUAGE ALUMINUM SIGN BLANK. PUR FCP,M M 1 112195 PAGE 1 OF t $rj,{x'lo X10 bufER I41. 0Nw1F N* DArS Ag,',16H1:0 PURC Vv4 AU ILA r(.H nO Ac TVGF. DO.kN114i 1'"M ER pQr,: r A/d lPJ 1. r - -` n+ry�lrr � T -111'N i ^ —.._. The attached resolution seeks approval for the purchase of fireworks for the 1999 Fourth of July Celebration. Zambelli Fireworks Internationale has been providing this service to the City of South Miami for the past 15 years. Cost includes a technician who is responsible for the preparation and discharge of fireworks. Zambelli also provides insurance for this event. Funds for this purchase will be disbursed from account number 2000-4820, 'Fourth • July - Fireworks", in the amount of $5,500.00, to Zambelli Internationale Fireworks Manufacturing Company, Inc. Budgeted amount for the 1998-1999 year in this account is $9,548,00. Balance lefl 2fter deduction • the above mentioned item is $4,048.00. I recommend approval. fourth of July fireworks '99 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Resolution No. 609 U NO I 10"IM ly' [aplayn-maymelMIFLIU5 Ime PARKS & RECREATION DEPARTMENT F R A T $5,50000 (FIVE THOUSAND FIVE HUNDRED DOLLARS), AND PROVIDING FOR DISBURSEMENT FROM ACCOUNT NUMBER 2000-4820, "FOURTH OF JULY- FIREWORKS". WHEREAS, Article 111, Section 5, H, of the City Charter, requires bids be obtained for purchases of items over $ 1,000.00; and WHEREAS, The City of South Miami Parks & Recreation Department obtained bid prices from the Request for Proposals used by the City of Hialeah Gardens to meet this Charter requirement, as set forth in the attached bid information; and WHEREAS, Early contract agreement will provide a "Special Bonus Package" to the City in additional firework shells at a discounted price. I We j W&91 WQ'If , NO Section L The purchase of fireworks for the City of South Miami, Florida, for the 1999 Fourth of July Fireworks, is awarded to Zambelli Internationale Fireworks Manufacturing Company, Inc., per the attached memorandum. . Section 2. The disbursement for the fireworks, in the amount of $5,500.00, will be charged to the Parks & Recreation Department account number 2000-4820, "Fourth of July-Fireworks". shells. Section 3. That early contract agreement will give the City added firework Section 4. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of February 1999. ATTEST: CITY CLERK Fireworks July 4`.1999 03/06'97 11:08 305 362 7155 MAR 06 '97 09:42 FR CITY IALEAH GRPN 305 362 7155 TO 140 *1799 P.02iO4 0 • 67i% ®f !gau&r" PURCHASE ORDER 10001 N.W. 87Th Avsnus, 33016 j�,T V 14514 Phone: 558.4114 TO AfY'1 �y P _ t -l�rRQ� r` �t14i �. DATE , SHIP TO ® COUNCIL M, Vop DACDMINST. DPOLICE 1 BLDG. OEM MAINT_ SALES TAX EXEMPTION Nbr, 23- 27- 358791 -S4C CULTUVIE $ Re ®I }f E 1 ACCOUNT IwLIM $06cofy f3ei7 QUANTITY DESCRIPTION ICE AMOUNT 03/06/97 11:08 305 362 7155 MAR 06 '97 09:42 FR CITY QWIALEAH GRIN 305 362 ?155 TO 1401799 f.03/04 44,5 1 '� ;w :max �ic()NTRACT 'ADDENDUM _ - __ -- --= :- MiFcT_1tF.F►R `4Gi7ZEMENT" = 'ITEM_ 'A'1� �All'tsrms =arid °a;;cini3itions agreed ►aeon by Zambelli and the Client,= and ca---nated- -oil the "Contract and Agreement" dated -- _ shall,-,fie in full force unless renegotiated by Zambelli and the Client- The Client will have the option of cahcellina this agreement after the third vear of-service and upon written noticg to Zambelli no 1 -iter thin 120 days Prior to the event date. ITEM A -2 The Client requests that service be provided by Zambelli for the t __ fireworks display on a veariY, automatic 'renewal basis, commenc;ina ITEM A--3 Zambelli-agrees that the display will increase in sire as stated below at no additional cost to the client: Year two by - 3% Year three by 0 5% = - _ =Year four, -bv - 7% - ---Tear five 10% vear - thp_rAaf,r. @r ITEM A -4 _ Zambelli". aat!ees -.that if fundina should -cease, the -client shall - be: released of all terms and conditions -as set forth in In witness: whereof, we set --our hands.and seals to this Aar eement,on 41- the - _ :: .. -� _.._day Of . !"�� �/1C.�j1 -- - Z� q 7 For the Clien 6�� or Zambelli Internationale Fireworks Title � Date � .. q Date witness: Sxumapod-01)at3 witness: e �j Date D Please sign whor4 indicated for client and return for final acceatance to: Zambelli Internationale Fireworks Mfv. Co_. Inc. P.Q. Box 1463 New Castle. PA 16103 U.S. CORPORATE H EADC? UARTERS P.O. BOX 1463 NEW CASTLE, PA 16103 BOO- 245 -0397 724-658-6611 724-658 -831 8 FAX SOUTHERN REGION 299 NW 52ND TERRACE SUITE 1 1 B BOCA RATON, FL 33487 BOO -B60 -0955 561-395-0955 561- 395 -1799 FAX WESTERN REGION P.O.BOX 986 SHAFTER, CA 93263 800-322-7142 805- 746-2842 805- 746 -2844 FAX W W W.ZAM8ELLIFIREWORKS.COM In December 9, 1998 Z. Ms. Maria Elena Stout -Tate City of South Miami 6130 Sunset Drive South Miami, FL 33143 Dear Maria: iMBELLI KS I NTERNATI ❑ NALE It was a pleasure speaking with you and we are very excited and looking forward to making arrangements for your July 4, 1999 fireworks display. Meanwhile, I have enclosed our company contract, communication sheet, insurance requisition form and a deposit invoice in the amount of $5,500.00. Please sign the contract where indicated for client, and return all copies for final acceptance. Also, it is important to complete the enclosed insurance requisition form, the diagram and firing site information and return them to our office along with a sight diagram as instructed. We will not be able to prepare for your program until the signed contract and other paperwork is in our files., I have also enclosed a copy of the discount letter and the City of Hialeah Gardens' 5 year contract.. Once again, thank you and it is our pleasure to send this paperwork to you at this time. We have enjoyed working with you in the past and we look forward to a continuing relationship. Sincerely, ZAMBELLI FIREWORKS MFG. CO., INC., Danabeth Zambelf DZ /rg Enc; Company Contracts, Communication Sheet, Insurance Requisition Form, Deposit Invoice, copy of discount letter, Hialeah Gardens contract and required Diagram and Firing Site Information. U.S. CORPORATE HEADQUARTERS P.O. Box 1 463 NEW CASTLE, PA 16103 800 -24S -0397 724 -658 -661 1 724 -6S8 -831 B FAx SOUTHERN REGION 299 NW 52ND TERRACE SUITE 1 1 B BOCA RATON, FL 33487 BOO -860 -0955 561-395-0955 561- 395 -1799 FAx WESTERN REGION P.O.BDx 986 SHAFTER, CA 93263 800- 322 -71 42 B05-746-2B42 805- 746 -2844 FAX W W W.ZAMBELL]FlREWORKS. COM December 9, 1998 Ms. Maria Elena Stout -Tate City of South Miami 6130 Sunset Drive South Miami, FL 33143 Dear Maria: IMBELLi INTERNATIONALE It was our pleasure working with you this past season and in a continuous effort to improve our service, we would appreciate you advising us of your plans for 1999. We are strongly suggesting that you begin planning your fireworks display as early as possible. Your early confirmation will "ensure date availability" and provide us the opportunity to arrange for all the details your program requires, which are ever increasing. We are offering a "SPECIAL INCENTIVE" to order your 1999 fireworks program early. In order to qualify, we must have a signed contract and a 50% deposit payment. Incentives and deadlines are as follows: "December 31, 1998 - 10% Material Bonus /Special Bonus Package. "February 1, 1999 - 10% Material Bonus only. Should your budget or program content be different than that of last year, it would be our pleasure designing a program based on your new specifications. If you wish to take advantage of this special offer, please contact your account representative at 800- 860 -0955 immediately. Also ask your sales representative about our Multi -year contract and the celebration of the Millennium on December 31, 1999► Thank you and we look forward to your call. Yours very truly, ZAMBELLI FIREWORKS MFG. CO., INC. George R. Zambelli President GRZ /rg- Control #980256/0181 CITY OF SOUTH MIAMI INTER- OFFICE MEMORANDUM TO: Mayor and Commission DATE: February 2,1999 FROM: Charles D. Scurr SUBJECT: Agenda Item # or_ City Manager Commission Meeting, WWI February 2, 1999 Approval of expenditure for Repair of trailer- mounted pressure cleaner The attached resolution seeks approval for a $2,807.78 expenditure to repair Public Works' heavy duty, trailer - mounted pressure cleaner. This equipment is used frequently in a variety of maintenance tasks, including cleaning of walls, sidewalks, and other stone and concrete surfaces. The pressure cleaner is highly useful for graffiti removal and in the refurbishing process of metal litter cans and other painted metal -cased equipment. This is the only pressure cleaner in the City. The 11 -year old pressure cleaner is not yet at the point where full replacement is necessary. Its use has increased significantly in recent months due to increased sidewalk maintenance routines. However, the machine's overall condition is good due to its limited use over the first several years of service. The expenditure required to extend the pressure cleaner's useful life an estimated four to six years is less than a quarter of the cost of a new machine. Furthermore, the expenditure would provide the City with a good "backup" machine when a new model is budgeted for and purchased within the next three or four years. J. Prosser Enterprises, Inc. is the sole source local vendor and repair shop for the Aaladin hot water pressure cleaners. The repair is on a 90 -day warranty for parts and labor. The cost for the repairs will be charged to account no. 1760 -519 -4680, "Motor Pool Division — Outside Labor ". There will be a balance of $32,300 in the account after this expenditure. \continued... MAYOR AND COMMISSION PAGE TWO FEBRUARY 2, 1999 This is an important piece of "behind- the - scenes" equipment that impacts significantly on our maintenance operations and contributes to savings through its use in refurbishing projects. Approval is recommended. Attachments I RESOLUTION NO. 2 3 4 A RESOLUTION OF THE MAYOR AND CITY 5 COMMISSION OF THE CITY OF SOUTH MIAMI, 6 FLORIDA, AUTHORIZING THE CITY MANAGER TO 7 DISBURSE THE SUM OF $2,807.78 TO J. PROSSER 8 ENTERPRISES, INC. FOR THE REPAIR OF THE 9 PUBLIC WORKS DEPARTMENT'S TRAILER- 10 MOUNTED HOT WATER PRESSURE CLEANER AND 11 CHARGING THE DISBURSEMENT TO ACCOUNT NO. 12 1760 -519 -4680, "OUTSIDE LABOR ". 13 14 WHEREAS, the City of South Miami Public Works Department provides 15 building, equipment, and street maintenance services citywide, and; 16 17 WHEREAS, the Department's heavy -duty hot water pressure cleaner is used 18 frequently to clean concrete surfaces such as walls, sidewalks and fences, as well as for 19 cleaning painted metal surfaces as part of refurbishing projects, and; 20 21 WHEREAS, this expensive piece of equipment that is in good overall condition, 22 but requires some repairs to prolong its useful life for several more years. 23 24 NOW THEREFORE, BE IT RESOLVED by the MAYOR AND CITY 25 COMMISSION of the CITY OF SOUTH MIAMI, FLORIDA: 26 27 Section 1. The Public Works Department has obtained a quotation from the 28 local sole source vendor for $2,807.78 for the replacement of the pump engine, 29 burner device, and related items. 30 31 Section 2. The City Manager be, and is hereby authorized to disburse the total 32 sum of $2,807.78 to J. Prosser Enterprises, Inc. 34 Section 3. That this resolution shall be effective immediately after adoption 35 thereof. 36 37 PASSED AND ADOPTED this 2nd day February, 1999. 38 39 APPROVED: 40 41 42 MAYOR 43 ATTEST: 44 45 46 CITY CLERK 47 48 READ AND APPROVED AS TO FORM 49 50 51 City Attorney 01/27!1999 13:44 3055932225 PROSSER PAGE 01102 � �001 PIV To f.'ao31ER EIIMT�Ri�R1l�l. Ina. 7400 N.W. 55th Street - Miami, Florida 33166.4218 USA �- Tel: (305) 592 -3146 Fax: (305) 583.2225 Florida Toll Free:(800) 592.3146 immics ESTnuTE CUSTOMER: City of South. Mian%i Attn: Accounts Payable 6130 Sunset Drive South Miami, FL 33143 CUST. CONTACT: Pedro Gonzalez PHONE #: 663 -6335 P`AX: 267 -4207 INVOICE #: 30216 -A INVOICE DATE: 11- Jan -99 PAGE #: 1 TERMS: Net 30 Days CUSTOMER PO #: PO DATE: CUSTOMER I.D.: 159200 SHIP VIA: CPU TECHNICIAN: 03 SERVICE WRITER: Derick Starbird M P/N Description Price 1 Item Seraiced: Auladin Model 4530 Hot Water Preswure Washer (S/N: 13844) Miscellaneous shop supplies 3 1 Hose, 1 Gun, 3 Wand, 1 Nozzle & 1 Sand 131ast Assembly provided for service evaluation. Labor to replace engine and set -up Unit purchased new 12/87, Last serviced 2/98 pressure washer Customer has operator's manual. Problem: Fuel Leaking from burner base. Separator type fuel filter (Consisting of : GD1A: Routine Service Gas Engine (Twin Cylinder) Pressure Washer: B -10- 301218 2.5 SGE-01 Labor to provide routine Maintenance; 49.00 Labor to disassemble, clean & repack inspect controls, operation modes & fuel Mter. burner. Check for Heat exchanger back 2 B- 10- 111110 pressure & overall performance 1 1 C- 33071 Gasket, Canister Filter 3/4" 3.13 2 DB Drive Belt 11.95 1 DB !Chive Belt 11.95 SI -01 Routine Pump Service Items- 2.5 1 G- 903SSS00 0 -ring (Drain Plug) 0.48 2 G -1120 Purap Oil 6.95 EW -01A: Replace Engine: fuel gun. Reset air bands, test & adjust as required 1 09- 501703 18 HP Engine 2934.37 Less Engine Discount: 2 M -700 Motor Oil 1 - Miscellaneous shop supplies 3 SGE -07A Labor to replace engine and set -up pressure washer OR -02: Service Oil /Water Separator type fuel filter (Consisting of : 1 B -10- 301218 Replacement Cartridge 0.5 HS 1 Labor to disassemble, clean & repack fuel Mter. BRS -04 -5: Power Tune up 5 GPM hot -water type SM Burner (Consisting oq-. 2 B- 10- 111110 Electrode Assembly 1 5-10- 201800 3.00 x 90A Fuel Injector 1 B- 10- 111219 Fuel Line 1 8 -10- 211612 -1 Transformer (SM 115 VAC) 1 B- 10- 111236 Gasket - Air stack to burner 2.5 H83 labor for power tune up, burner. Remove, disassemble, clean, repack & reinstall fuel gun. Reset air bands, test & adjust as required 1.80 15.00 49.00 26.36 49.00 14.88 21.95 9.28 114.70 3.72 49.00 Total 122.50 3.13 23.90 11.95 0.48 13.90 2934.37 - 880.31 3.60 15.00 147.00 26.36 24.50 29.76 21.95 9.28 114.70 3.72 122.50 TOTAL PAGE 1: 2446.38 01/27/1999 13:44 3055932225 FROSSER PAGE 02102 S. Pliossen InTimmuEf. IAo. 7400 N.W. 55th Street - Miami, Florida 33186 -4218 USA Tel: (305) 592 -3145 - Fax: (305) 583 -2225 Florida Toll Free-,(500) $92.3146 CUSTOMER City of South Miami SERVICE ESTIMATE INVOICE #: 30216 -A INVOICE DATE: 11- Jan -99 PAGE #s 2 Q PIN Descrtpt'ton Price 210W BRS -0827: Desoot Coil & replace insulation lat - Aaladin 27' coil (Consisting ol: 1 AL-KOI -0044 Insulation. Kit 1 M -BO1 -0489 Insulation Band 2.5 HS5 Labor to remove & replace insulation Idt Desoot coil & clean burner chamber. REG -10 Service K -7 Unloader Seals: 1 R2 Labor to replace seals. Reese, polish & clean plunger. I C -33178 Seal Kit Note: Engine has low compression, excessive wear. Beyond economical repair Note: Listed repairs cover only the pressure washer and related components. J. Prosser Enterprises, Inc. does not provide service for the trailer on which the pressure washer is mounted. Note: 9t- may- Repaired Components 80.40 80.40 74.50 74.50 49.00 122.50 49.00 49.00 35.00 35.00 TOTAL PAGE 2: 361.40 Received by: TOTAL FROM PAGE 1: 2446.38 TOTAL REFAIRtS: 2807.78 TAX ON ABOVE: TNOF Print Name: SUBTOTAL-, 2807.78 OTHER CHARGES: LESS DEPOSITS RECEIVED: Date: TOTAL DUS: 2807.78 01/2711999 13:44 3055932225 1. ►iRouta InTaRMIM. lno. 7400 N.W. 58th Street Miami, Florida 33165 -4218 USA Tel: (305) 592.3146 • Fax: (305) 583 -2225 Florida Toll Free.(600) $92.3146 CUSTOMER: City of South Miami PROSSER PAGE 02/02 1' SERVICE ESTnUTE INVOICE #: 34216 -A INVOICE DATE: 11- Jan -99 PAGE #: 2 price IlWal Qty P/N Description BRS -0827: Desoot Coil & replace insulation kit - Aaladin 27" coil (Consisting of): 1 AL-KOI -0044 Insulation Kit 1 M -BOl -0489 Insulation Band 2.5 HS5 Labor to remove & replace insulation Idt Desoot coil & clean burner chamber. REG -10 Service K -7 Unloader Seals: 1 R2 Labor to replace seals. Remove, polish & clean plunger. 1 C -33178 Seal Kit 80.40 80.40 74.50 74,50 49.00 122.50 Note: Engine has low compression, excessive wear. Beyond economical repair Note: Listed repairs cover only the pressure crasher and related components. J. Prosser Enterprises, Inc. does not provide service for the trailer on which the pressure washer is mounted. Note: 9o- -may. Repaired Components 49.00 49.00 35.00 35.00 TOTAL PAGE 2.- 361.40 Received : TOTAL FROM PAGE 1: 2446.38 TOTAL REPAIRS• 2807 78 Print Name: TAX ON ABOVE: TNOF $113TOTAL: 2807.78 OTHER CBARGES: LESS DEPOSITS RECEIVED: Date: TO'PAL DVE: 2807.78 CITY OF SOUTH MIAMI INTER- OFFICE MEMORANDUM TO: Mayor and Commission DATE: February 2, 1999 FROM: Charles D. Scurr SUBJECT: Agenda Item # City Manager Commission Meeting, February 2, 1999 f0ez Approval of expenditure for Repair of trailer- mounted pressure cleaner The attached resolution seeks approval for a $2,807.78 expenditure to repair Public Works' heavy duty, trailer- mounted pressure cleaner. This equipment is used frequently in a variety of maintenance tasks, including cleaning of walls, sidewalks, and other stone and concrete surfaces. The pressure cleaner is highly useful for graffiti removal and in the refurbishing process of metal litter cans and other painted metal -cased equipment. This is the only pressure cleaner in the City. The 11 -year old pressure cleaner is not yet at the point where full replacement is necessary. Its use has increased significantly in recent months due to increased sidewalk maintenance routines. However, the machine's overall condition is good due to its limited use over the first several years of service. The expenditure required to extend the pressure cleaner's useful life an estimated four to six years is less than a quarter of the cost of a new machine. Furthermore, the expenditure would provide the City with a good "backup" machine when a new model is budgeted for and purchased within the next three or four years. J. Prosser Enterprises, Inc. is the sole source local vendor and repair shop for the Aaladin hot water pressure cleaners. The repair is on a 90 -day warranty for parts and labor. The cost for the repairs will be charged to account no. 1760 -519 -4680, "Motor Pool Division - Outside Labor ". There will be a balance of $32,300 in the account after this expenditure. \continued... MAYOR AND COMMISSION PAGE TWO FEBRUARY 2,1999 This is an important piece of "behind- the - scenes" equipment that impacts significantly on our maintenance operations and contributes to savings through its use in refurbishing projects. Approval is recommended. Attachments 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 48 49 50 51 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO DISBURSE THE SUM OF $2;807.78 TO J. PROSSER ENTERPRISES, INC. FOR THE REPAIR OF THE PUBLIC WORKS DEPARTMENT'S TRAILER - MOUNTED HOT WATER PRESSURE CLEANER AND CHARGING THE DISBURSEMENT TO ACCOUNT NO. 1760 -519 -4680, "OUTSIDE LABOR ". WHEREAS, the City of South Miami Public Works Department provides building, equipment, and street maintenance services citywide, and; WHEREAS, the Department's heavy -duty hot water pressure cleaner is used frequently to clean concrete surfaces such as walls, sidewalks and fences, as well as for cleaning painted metal surfaces as part of refurbishing projects, and; WHEREAS, this expensive piece of equipment that is in good overall condition, but requires some repairs to prolong its useful life for several more years. NOW THEREFORE, BE IT RESOLVED by the MAYOR AND CITY COMMISSION of the CITY OF SOUTH MIAMI, FLORIDA: Section 1. The Public Works Department has obtained a quotation from the local sole source vendor for $2,807.78 for the replacement of the pump engine, burner device, and related items. Section 2. The City Manager be, and is hereby authorized to disburse the total sum of $2,807.78 to J. Prosser Enterprises, Inc. Section 3. That this resolution shall be effective immediately after adoption thereof. PASSED AND ADOPTED this 2nd day February, 1999. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM City Attorney MAYOR 01/27/1999 13:44 3055932225 PROSSER PAGE 61/92 !.1PR61819111T6RPRIMS. 180. 7400 N.W. 55th Street - Miami Florida 33166 -4216 USA Io Tel: (305) 592 -3146 • Fax: (305) 553.2225 Florida Toll Free:(800) 592.3146 SERVICE ESTIMATE CUSTOMER: City of South Miami Attn: Accounts Payable 6130 Sunset Drive South Miami, FL 33143 CUST. CONTACT: Pedro Gonzalez PHONE #: 663 -6335 FAX; 267 -4207 INVOICE #: 30216 -A INVOWS DATE: I I- Jan -99 PAGE 0: 1 TERMS: Net 30 Days CUSTOMER PO #: PO DATE: CUSTOMER I.D.: 159200 SKIP VIA: CPU TECHNICIAN: 03 85AVIICE WRITER: Derick Starbird Qty P/N Description Price 1 Item Serviced!: Aaiadin Model 4530 Hot Water Pressure Washer (S/N.- 138441 Miscellaneous shop supplies 3 1 Hose, 1 Gun, 3 Wand, I Nozzle & 1 Sand 131ast Assembly provided for service evaluation. Labor to replace engine and set -up Unit purchased new 12/87, Last serviced 2/98 pressure washer Customer has operator's manual. Problem: Fuel Leaking from burner base. 1 GD1A: Routine Service Gas Engine (Twin Cylinder) Pressure Washer: Replacement Cartridge 2.5 SGE-01 Labor to provide Routine Maintenance; 49.00 inspect controls, operation modes & fuel Filter. BIOS -04 -5: Power Tune up 5 GPM hot -water type SM Burner (Consisting oq: busier. Check for Heat exchanger back B -10- 111110 Electrode Assembly pressure &. overall performance B- 10- 2011800 1 C -33071 Gasket, Canister Filter 3/4" 3.13 2 DB Drive Belt 11.95 1 DB Drive Belt. 11.95 8I -01 Routine Pump Service Items- H83 1 G- 90358500 0 -ring (Drain Plug) 0.48 2 G-1120 Pump Oil 6.95 EW -01A: Replace Engine: 1 09- 501703 18 HP Engine 2934.37 Less Engine Discount: 2 M -700 Motor Oil 1 - Miscellaneous shop supplies 3 SGE -07A Labor to replace engine and set -up pressure washer BR -02: Service Oil /Water Separator type fuel filter (Consisting o4 -, 1 B -10- 301218 Replacement Cartridge 0.5 HS 1 Labor to disassemble, clean & repack fuel Filter. BIOS -04 -5: Power Tune up 5 GPM hot -water type SM Burner (Consisting oq: 2 B -10- 111110 Electrode Assembly 1 B- 10- 2011800 3.00 x 90A Fuel Injector 1 B- 10- 111219 Fuel Line 1 B- 10- 111612 -1 Transformer (SM 115 VAC) 1 B- 10- 111236 Gasket - Air stack to burner 2.5 H83 tabor for power tune up, burner. Remove, disassemble, clean, repack & reinstall fuel gun. Reset air bands, test & adjust as required 1.80 15.00 49,00 26.36 49.00 14.88 21.95 9.28 114.70 3.72 49.00 Total 122.50 3.13 23,90 11.95 0.48 13.90 2934.37 - 880.31 3.60 15,00 147.00 26.36 24.50 29.76 21.95 9.28 114.70 3.72 122.50 TO'T'AL PAGE 1: 2446.38 01/27/1999 13:44 3055932225 PROSSER !. FRosson EnvIRMIS61. Inc. 7400 N.W. 55th Street a Miami, Florida 33166 -4218 USA Tel: (305) 592 -3145 Fax: (305) 593 -2225 Florida Toll Free:(800) 592.3146 CUSTOMER: City of South Miami PAGE 02102 .1� ice'_ � i SERVICE ESTBUTE INVOICE #: 30216 -A INVOICE DATE: 11- Jan -99 PAGE #: 2 Qty P/N .Description price 7vtal BITS -0827: Desoot Coil & replace insulation ldt • Aaladin 27" coil (Consisting of): 1 AID -KOi -0044 Insulation Kit 1 M -BOI -0489 Insulation Band 2.6 HS5 Labor to remove & replace insulation Idt Desoot coil & clean burner chamber, REG -10 Service K -7 Unloader Seals: 1 R2 Labor to replace seals. Remove, polish & clean plunger. I C -33178 Seal Kit Note: Engine has low compression, excessive wear. Beyond economical repair Note: Listed repairs cover only the pressure washer and related components.. J. Prosser Enterprises, Inc. does not provide service for the trailer on which the pressure washer is mounted. Note, -WNL-j paired Components 80.40 80.40 74.50 74.60 49,00 122.50 49.00 49.00 35.00 35.00 TOTAL PAGE 2: 361.40 Received by: TOTAL FROM PAGE 1: 2446.38 TOTAL REPAIRS., � 2807.78 TAX ON ABOVE: TNOF Print Name: SUBTOTAL; 2807.78 OTHER CHARGES: LESS DEPOSITS RECEIVED: Date: TOTA'L DIM: 2807.78 CITY OF SOUTH MIAMI To: Mayor and Commission Date: January 5, 1999 From: Charles Scurr Agenda Item # City Manager Attorney's Fees Nagin, Gallop and Figueredo, P.A. The attached resolution is for Legal Services for the City Attorney in the total amount of $5,218.25. The accounts are summarized below: Account Consulting — Real Property /Foreclosure Account # 1500 -3435 Professional Services - Account # 608 -1910 -521 -3100 Legal Services Non Retainer Account # 1500 -3410 A detailed Billing Statement is attached. Approval is recommended. This Invoice Account Balance $ 469.35 $ 7,759.94 $ 72.11 $ 2,130.00 $ 4,676.79 $20,195.51 2 3 4 7 12 13 15 17 is i20 21 22 23 24 z25 .26 27 28 29 30 31 32 �33 :34 35 37 38 :39 40 ,41 43 .44 45 47 :48 ,49 '50 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO ATTORNEY'S FEES; APPROVING A`11010EY'S FEES FOR, NAGIN GALLOP FIGUEUDO, P.A. IN THE AMOUNT OF $5,218.25 CHARGING $469.35 TO ACCOUNT NO. 1500- 3435, CONSULTING-REAL PROPERTY/fORECLOSURE, CHARGING 572,11 TO ACCOUNT NO. 608-191.0-521-3100, PROFESSIONAL SERVICES AND, CHARGING THE REMAINDER TO ACCOIfNT NO. 1500-3410, LEGAL SERVICES-NON RETAINER; PROVIDING AN FFFECTIVE DATE. WHEREAS, the City Commission of the City of South Mi approved Resolution No. 99- 94 -9500, as amended by Resolution No. 217-97-10187, authorizing payment of City Attomeynon- retainer attorneys' fees and costs; and, WHEREAS, Nagin Gallop Figtieredo, P-A_, submitted invoices to the City for legal services rendered, and costs advwiced, for theperiod ending December 31, 1998, in the amount of $5,218.251; and, WHEREAS, the City Attorney recommends payment of the attached invoices. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIOJ OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The invoices for attorneys! fees and costs received from Nagin Gallop Figueredo, P.A., in the total amount of $5,218.25, are approved for payment and $469.35 shall be charged to Account No. 1500-3435, Consulfing-Real Property/Foreclosure; Charging $72.11 to Ac coxint No. 608-19) 0-521-3. 100, Professional Services; and the remainder to Account No. 1500- 34) 0; Legal Services Non Retainer. Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED fts _ day of February, 1999. CITY CLERK , ,,# 1 6 /C #!SfR9 C99 90C �'v A 'JON ZZ:LT ! 66-99-1 INgs The informatioik contained in this facsimile message Is confldential and is intended on)y for the use of the person to whom it is dhwted, if yoo have received this facsimile In error please notify Stephanie Shbe sat (305) 854-5393 Immediately, -C /T #.'M9 999 goe TZ:LT ! 69-9�-T :A9 1'N93 NAGIN GALLOP FIGUEREDOPA. Attorneys t Counselors 3225 Aviation Avenue - Third Floor Telephone: (305) 854 -5353 Miami, Florida 33133 -4741 Facsimile: (305) 854 -5351 January 21, 1999 Mr. Charles D. Scurr, City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 Re: STATEMENT FOR PROFESSIONAL SERVICES City of South Miami Dear Mr. Scurr: f irk ail Enclosed are our statements for professional services rendered and for costs advanced for the period ending December 31, 1998, in the amount of $5,218.25. I tabulated the amounts due on each individual file as follows: 0022 -003 Lien Foreclosures 0022 -021 0022 -023 1991 Acura Legenda Parking Garage Contract 0022 -024 Quality Transport v. CSM 0022 -025 CSM v. IDAS 0022 -026 Colsky v. Code Enforcement 0022 -025 Bruce v. Code Enforcement Prof 1 Services Disbursements Total Due Prof l Services Disbursements Total Due Prof 1 Services Disbursements Total Due Prof 1 Services Disbursements Total Due Prof l Services Disbursements Total Due Prof l Services Disbursements Total Due Prof 1 Services Disbursements Total Due $ 375.00 94.35 $ 469.35 $ 0 72.11 $ 72.11 $ 3,622.50 0 $ 3,622.50 $ 0 6.26 $ 6.26 $ 300.00 18.53 $ 318.53 $ 487.50 154.50 $ 642.00 $ 87.50 0 $ 87.50 Charles D. Scurr, City Manager January 21, 1999 Page 2 CURRENT TOTAL DUE $ 51218.25 Do not hesitate to call me if you have any questions regarding these statements. Very truly ours, Earl G. Gallop Cc: Mayor and city commission CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE NAGIN GALLOP FIGUEREDOP..A. Attorneys & Counselors Telephone: (305)854 -5353 Charles D. Scurr City Manager City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Facsimile: (305) 854 -5351 January 20, 1999 Matter ID: 0022 -003 Foreclosures Statement No. 2923 12/18/1998 EAB Williamson: Prepared correspondence to Habitat for Humanity 0.50 regarding remaining tax liens 12/22/1998 EAB Williamson: Telephone conference with Max Spiegelman's office to 0.20 coordinate meeting to consolidate three suits into one. 12129/1998 EAB Williamson property: Review of Mr. Kaplan's, Counsel for 0.70 Southtrust and EBCH Corp.'s, filings and correspondence, prepared update correspondence to Ms. McCann and Ms. Manning regarding tax certificate holders' information Total Professional Services Rate Summary Eve A. Boutsis 2.50 hours at $150.00 /hr 375.00 Jeffrey B. Mallory 0.50 hours at $ 0.00 /hr 0.00 Total hours: 3.00 Amount 0.00 105.00 60.00 75.00 30.00 105.00 375.00 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. Hours 121111998 JBM Prepare for hearing on motion to dismiss filed in foreclosure action 0.50 concerning Davis Gardens 12/16/1998 EAB Williamson: Review of status of service and responses of 0.70 defendants in Marshal Williamson foreclosure matter; rescheduled hearing on motion for summary judgment, service upon Southtrust NA, location of heirs of Marshall Williams 12/16/1998 EAB Review and analysis of file 6411 SW 59th Place, which is within the 0.40 CRA district and is recommended to be donated to Habitat for Humanity and requirement of recommending Code Enforcement Board to reduce liens on the property 12/18/1998 EAB Williamson: Prepared correspondence to Habitat for Humanity 0.50 regarding remaining tax liens 12/22/1998 EAB Williamson: Telephone conference with Max Spiegelman's office to 0.20 coordinate meeting to consolidate three suits into one. 12129/1998 EAB Williamson property: Review of Mr. Kaplan's, Counsel for 0.70 Southtrust and EBCH Corp.'s, filings and correspondence, prepared update correspondence to Ms. McCann and Ms. Manning regarding tax certificate holders' information Total Professional Services Rate Summary Eve A. Boutsis 2.50 hours at $150.00 /hr 375.00 Jeffrey B. Mallory 0.50 hours at $ 0.00 /hr 0.00 Total hours: 3.00 Amount 0.00 105.00 60.00 75.00 30.00 105.00 375.00 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. Expenses Payments 1/6/1999 CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE Matter ID: 0022 -003 Page: 2 Courier charge 29.70 Legal research 58.37 Telefacsimile charge 9.00 Postage 1.28 Parking -4.00 Sub -total Expenses: 94.35 Payment 1,128.00 Sub -total Payments: 1,128.00 For Professional Services For Disbursements Incurred Current Balance: Previous Balance: Payments - Thank you 375.00 94.35 469.35 4,958.53 1,128.00 Total Due 4,299.88 To be properly credited, please indicate Statement Number on your remittance check. Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE NAGIN GALLOP FIGUEREDOP.A. Attorneys Fa Counselors Telephone: (305) 854 -5353 Charles D. Scurr City Manager City of South Miami 6130 Sunset Drive City of South Miami, FL 33143 Expenses Legal research Courier charge For Professional Services For Disbursements Incurred Current Balance: Previous Balance: Payments - Thank you Facsimile: (305) 854 -5351 January 20, 1999 Matter ID: 0022 -021 Forfeiture: 1991 Acura Legend Statement No. 2925 38.11 34.00 Sub -total Expenses: 72.11 0.00 72.11 72.11 590.00 0.00 Total Due 662.11 To be properly credited, please indicate Statement Number on your remittance check Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE NAGIN GALLOP FIGUEREDOP.A. Attorneys & Counselors Telephone: (305) 854 -5353 Charles D. Scurr City Manager City of South Miami 6130 Sunset Drive City of South Miami, FL 33143 Facsimile: (305) 854 -5351 January 20, 1999 Matter ID: 0022 -023 Parking garage contract Statement No. 2926 Hours Amount 12/1/1998 LRF Attended meeting with Diana Gonzalez and Ralph Perez, financial 3.50 612.50 12/2/1998 12/2/1998 12/3/1998 12/3/1998 12/4/1998 12/8/1998 12/10/1998 12111/1998 12/14/1998 12/15/1998 consultants, to discuss changes to proposed agreement with SPG. Conference with Mr. Gallop regarding developments and pending financial issues to be negotiated. Reviewed financial information provided by SPG's attorneys. LRF Meeting with Mr. Scurr, Diana Gonzalez and Mr. Gallop to discuss financial aspects of lease. EGG Attended negotiation strategy meeting LRF Participated in Meeting with City and SPG representatives regarding financial considerations. EGG Prepared and attended contract negotiations LRF Telephone conference with Diana Gonzalez. LRF Telephone conference with Mr. Gallop and Charles Scurr. Telephone conference with Mitchell Friedman. LRF Reviewed counterproposal to SPG. LRF LRF LRF 12/16/1998 LRF 12/22/1998 LRF 12/23/1998 LRF Reviewed response to counter - proposal. Telephone conference with Diana Gonzalez regarding same. prepared response to Mr. Parker Thompson. Telephone conference with Mr. Scurr. Telephone conference with Mitch Friedman. Conference with Mr. Gallop regarding developments. Finalized letter to Parker Thompson. Reviewed correspondence from Parker Thompson and Al Elias. Telephone conference with Mitch Friedman. Conference with Mr. Gallop. Prepared response to Parker Thompson. Participated in telephone conference with Diana Gonzalez, Mitch friedman, Charles scurr and Mr. Gallop. Prepared letter to SPG. Finalized draft of letter for SPG. Telephone conference with Mitch Friedman regarding comments to draft letter. , 2.00 350.00 2.00 350.00 3.00 525.00 3.00 525.00 0.20 35.00 0.50 87.50 0.20 35.00 0.50 87.50 0.90 157.50 0.30 52.50 0.30 52.50 1.80 315.00 1.00 175.00 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE Matter ID: 0022 -023 Page: 2 12/28/1998 LRF Conference with Mr. Gallop regarding status. 0.20 12/29/1998 LRF Telephone conference with Al Elias regarding request for City to 0.50 conduct a Phase I.audit of the subject property. Conference with Mr. Gallop regarding same. Telephone conference with Mr Scurr's office. 12/30/1998 LRF Conference with Mr. Gallop. Telephone conference with Babe elias 0.80 regarding lease and environmental audit for property. Rate Summary Luis R. Figueredo Earl G. Gallop Payments 1/6/1999 Payment Total Professional Services 15.70 hours at $175.00/hr 2,747.50 5,00 hours at $175.00/hr 875.00 Total hours: 20.70 For Professional Services For Disbursements Incurred Current Balance: Previous Balance: Payments - Thank you 4,077.50 Sub -total Payments: 4,077.50 Total Due To be properly credited, please indicate Statement Number on your remittance check. 35.00 87.50 140.00 3;622.50 3,622.50 0.00 3,622.50 6,912.50 4,077.50 6,457.50 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE NAGIN GALLOP FI GUEREDOP.A. Attorneys & Counselors Telephone: (305) 854 -5353 Facsimile: (305) 854 -5351 Charles D. Scurr January 20, 1999 Matter ID: 0022 -024 City Manager Quality Transport v. City of South City of South Miami 6130 Sunset Drive Statement No. 2927 City of South Miami, FL 33143 Expenses Legal research 6.26 Sub -total Expenses: 6.26 Payments 1/6/1999 Payment 831.50 Sub -total Payments: 831.50 For Professional Services 0.00 For Disbursements Incurred 6.26 Current Balance: 6.26 Previous Balance: 893.50 Payments - Thank you 831.50 Total Due 68.26 To be properly credited, please indicate Statement Number on your remittance check. Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE NAGIN GALLOP FIGUEREDOP.A. Attorneys & Counselors Telephone: (305) 854 -5353 Charles D. Scurr City Manager City of South Miami 6130 Sunset Drive City of South Miami, FL 33143 Facsimile: (305) 854 -5351 January 20, 1999 Matter ID: 0022 -025 CSM v. IDAS Statement No. 2928 Hours Amount 12/30/1998 JBM Draft letter to City Manager regarding HTE's counter proposal to 2.00 300.00 cooperate and recommendations Rate Summary Jeffrey B. Mallory Expenses Legal research Payments 1/6/1999 Payment Total Professional Services 2.00 hours at $150.00 /hr 300.00 Total hours: 2.00 18.53 Sub -total Expenses: 18.53 815.50 Sub -total Payments: 815.50 300.00 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE Matter ID: 0022 -025 Page: 2 For Professional Services 300.00 For Disbursements Incurred 18.53 Current Balance: 318.53 Previous Balance: 1,529.04 Payments - Thank you 815.50 Total Due 1,032.07 To be properly credited, please indicate Statement Number on your remittance check. Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE NAGIN GALLOP FIGUEREDORA. Attorneys & Counselors Telephone: (305) 854 -5353 Facsimile: (305) 854 -5351 January 20, 1999 Charles D. Scurr Matter ID: 0022 -026 City Manager City of South Miami Colsky v. Code Enforcement 6130 Sunset Drive Statement No. 2929 City of South Miami, FL 33143 Total hours: 3.20 Expenses 12/29/1998 Court reporter 154.50 Sub -total Expenses: 154.50 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. Hours Amount 12/14/1998 EGG Reviewed notice of appeal by Colsky; opened file; instructions to 0.30 52.50 work attorney 12/16/1998 EAB Analysis of Colsky appeal and basis for motion to dismiss appeal 0.40 60.00 12/18/1998 EAB Prepared memorandum regarding appeal 0.50 75.00 12/21/1998 EAB Legal research regarding proper appeal process for Colsky appeal 1.00 150.00 to 11th Circuit; review of time requirements for filing of record, brief, answer brief, et al; prepared memorandum regarding time requirements 12/30/1998 EAB Legal research in preparation for motion to dismiss due to lack of a 1.00 150.00 final appealable order and for suing the wrong party, the City of South Miami Code Enforcement Board Total Professional Services 487.50 Rate Summary Eve A. Boutsis 2.90 hours at $150.00 /hr 435.00 Earl G. Gallop 0.30 hours at $175.00/hr 52.50 Total hours: 3.20 Expenses 12/29/1998 Court reporter 154.50 Sub -total Expenses: 154.50 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. For Professional Services For Disbursements Incurred Current Balance: Previous Balance: Payments - Thank you CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE Matter ID: 0022 -026 Page: 2 Total Due To be properly credited, please indicate Statement Number on your remittance check. 487.50 154.50 642.00 0.00 0.00 642.00 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE NAGIN GALLOP FIGUEREDOP.A. Attorneys & Counselors Telephone: (305) 854 -5353 Charles D. Scurr City Manager City of South Miami 6130 Sunset Drive City of South Miami, FL 33143 Facsimile: (305) 854 -5351 January 20, 1999 Matter ID: 0022 -027 Bruce v. Code Enforcement Statement No. 2930 Hours Amount 12/21/1998 EGG Reviewed notice of appeal; opened file; instructions to work 0.50 87.50 attorney Rate Summary Earl G. Gallop Total Professional Services 87.50 0.50 hours at $175.00/hr Total hours: 0.50 87.50 Payment is due upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. CONFIDENTIAL - ATTORNEY /CLIENT PRIVILEGE Matter ID: 0022 -027 Page: 2 For Professional Services 87.50 For Disbursements Incurred 0.00 Current Balance: 87.50 Previous Balance: 0.00 Payments Thank you 0.00 Total Due '87.50 To be properly credited, please indicate Statement Number on your remittance check. Payment is due Upon receipt. Please notify us within 10 days of receipt of any questions you have regarding this invoice. Interest at a rate of 1.5% per month will be charged if payment is not received within 30 days. i u: mayor ana city commission DATE: 1 /29/99 AGENDA ITEM # FROM: Charles D. Scurr Comm. Mtg. 2/2/99 City Manager By -Laws Commission on the Status of Women The attached resolution sponsored by Commissioner Mary Scott Russell approves the Commission on the Status of Women by -laws. 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 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE COMMISSION ON THE STATUS OF WOMEN; PROVIDING FOR APPROVAL OF BY -LAWS; AND, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The Mayor and Commission recognize the important contributions and commitment made by women to improve the condition of women through community and other service; and WHEREAS, Ordinance No. 7 -97 -1628, the City Commission established the City of South Miami's Commission on the Status of Women and now desires to appoint appropriate members to fill that Commission. NOW THEREFORE BE COMMISSION OF THE CITY Section 1. The laws for the Commission Section 2. The upon approval. IT RESOLVED BY THE MAYOR AND CITY )F SOUTH MIAMI, FLORIDA: City Commission hereby approved the by- on the Status of Women. resolution shall take effect immediately PASSED AND ADOPTED this ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY day of APPROVED: MAYOR , 1999. BYLAWS CITY OF SOUTH MIAMI COMMISSION ON THE STATUS OF WOMEN ARTICLE I. The name of this organization shall be the City of South Miami Commission on the Status of Women, hereinafter known as the SMCSOW, an organization established by the South Miami City Commission by Ordinance No. 7 -97 -1628, on April 1, 1997. ARTICLE I1. Section 1. The object of this association shall be to seek for every woman privilege equal to her potential and responsibility; to inspire in women for self - improvement and pride of being, regardless of race, color, creed or age; to encourage involvement of women in matters pertaining to community progress; to encourage women to recognize family environment as fundamental to preservation of our nation culture and security; to work toward utilization of capable women in roles of leadership; and to work toward legislation granting women equality before the law. Section 2. The SMCOSOW shall have the following duties, functions, powers and responsibilities as established in the City of South Miami Ordinance No. 7 -97 -1628. a. To serve in an advisory capacity by making investigations, studies, reports and recommendations to the City Commission, and the community, in respect to all matters pertaining to the status of women in South Miami, including, but not limited to, the fair and equal treatment of women; those policies and practices which discriminate against women whether practiced by public or private persons, individuals or corporations; and the public and private employment of women, the working and living conditions of women, the delivery of public and private services to women and the education and training of women and public accommodations of women; b. To make continuing studies and recommendations and reports of all city agencies, facilities, boards, services and programs dealing with or affecting women, including equal funding of such facilities, services and programs; c. To study, recommend and report any needed improvements and changes to city codes, boards, ordinances, resolutions, and written and unwritten policies and practices of the City. Bylaws - City of South Miami 1 Commission on the Status of Women d. To appear before the governmental or non - governmental agency to present findings and recommendations on behalf of the Commission of the Status of Women, as well as on behalf of the City with approval of the City Commission; e. To solicit contributions; services and financial support from other governmental authorities, private businesses, groups, institutions and trust funds; f. To serve as a liaison or informal mediator among the City Commission, the city administration, the city employees and the users of city services and facilities. The Commission on the Status of Women may consult with representatives of these groups from time to time as necessary to carry out the Commission on the Status of Women's duties and functions; and g. To perform other duties, functions and serves as may be assigned to it by the Commission. ARTICLE 111. Section 1. The membership of t his organization shall consist of 10 members, all of whom shall be permanent residents or employed in businesses in the city for two or more years. Each member shall have demonstrated a commitment t o improve the condition of women through community and other services. The membership shall reflect the racial and ethnic diversity of the residents of t he City of South Miami. Section 2. Members, while serving, shall not become candidates for election to any public office. Section 3. It shall be the responsibility of each member to attend all meetings of t he SMCOSOW and Task Force meetings, of her primary assignments. A member failing to attend four (4) consecutive regular meeting shall be removed by the City Commission after the staff liaison has notified said member in writing. Section 4. The members shall be deemed to have been removed and a vacancy created. Appointments to fill any vacancy on the Committee shall be for the remainder of the un- expected terms. Section 5. Members may speak on behalf of the SMCOSOW only with express permission of the Chairperson or with the approval of the membership. Bylaws - City of South Miami 2 Commission on the Status of Women Section 6. Any member desiring to resign from the organization shall submit her resignation in writing to the Mayor, the Chairperson and the staff liaison. Section _7, All actions of this Commission _shall_ be:_ within _the__purview_ of_the_.laws, charter and rules set forth by the citizens and Commissioners of the City of South Miami. ARTICLE IV. Section 1. The officers of the SMCOSOW shall be Chairperson, and Vice - Chairperson. The Chairperson and Vice - Chairperson shall be elected by t he members of t he Committee for a term of one year or until their successors are elected, and their term of office shall begin at the close of the meeting at which they are elected. Section 2. The Vice - Chairperson shall be of active assistance to the Chairperson and shall perform the duties of the Chairperson in her absence or inability to serve. Section 3. At the regular meeting in September, the Chair shall open the floor for nominations, starting with the office of Chairperson. Officers shall be elected by a voice vote if there is only one nominee and if more than one nominee by a simultaneous written ballot, signed by the member casting the ballot, to be made a part of the public record. No vote by proxy shall be permitted. Election shall be a majority of the votes cast by members present and voting. Section 4. No member shall be eligible to serve more than two consecutive terms in the same office. A member can serve again in the same office after two intervening years. Section 5. A vacancy in the office of Chairperson shall be filled by the Vice - Chairperson. If a vacancy in the office of Vice - Chairperson occurs an election shall be held at the first meeting following the vacancy. Section 6. In addition to those duties prescribed by the parliamentary authority adopted by the membership, the Chairperson shall assign members to each Task Force with due consideration for the desire of the member and the need of the Task Force; shall present all reports to the City Commission; may designate a registered parliamentarian at her discretion; and shall serve as the only official representative and spokesperson for the SMCOSOW. ARTICLE V. Meetings Bylaws - City of South Miami 3 Commission on the Status of Women Section 1. The regular meetings of the SMCOSOW shall be scheduled, and notice of such meetings shall be given, as provided by the City of South Miami Code of Ordinances for meetings of the City Commission; provided, however, that scheduling special meetings shall require the written request of the majority of the wee Commission members. Minutes shall be kept by city staff of all meetings. Section 2. At the July meeting, a nominating committee shall be created consisting of the past Chairperson, if she accepts and is not going to run for office, two members appointed by the current Chairperson, and two members elected by the membership, to serve for a period of one year, to present the slate of officers for the September annual meeting. The nominees for Chairperson and Vice- Chairperson shall be mailed to the membership by the August meeting. A member of this nominating committee may not be considered a candidate for office. Section 3. The regular meeting in September shall be known as t he annual meeting and shall be the purpose of electing officers, receiving annual reports of officers and Task forces, and for any other business that may arise. Section 4. Special meetings can be called by the Chairperson or by the staff liaison and shall be called upon the written request of t he majority of the members. The purpose of the meeting shall be stated in the call. Except in cases of emergency, at least three days notice shall be given. Section 5. The majority of the members then appointed shall constitute a quorum. Section 6. Members shall serve without compensation, but shall be reimbursed for necessary expenses incurred in t he performance of their official duties, as approved by the Chairperson _ of Vice- Chairperson and forwarded to t he City Commission for approval approval, when required by the City Charter. ARTICLES VI. Task Forces Section 1. Task Forces shall have the responsibility for performing such duties as are necessary to accomplish the functions, powers of the SMCOSOW as set forth in these Bylaws. Section 2. Each Task Force shall meet regularly upon the call of its chair, and Task Force meetings shall be announced and publicized. Section 3. Comprehensive reports of Task Force activities shall be provided in writing to the annual meeting and at such other times as they shall be requested by the Chairperson. Copies of reports shall be distributed with the minutes of the meeting. Bylaws - City of South Miami 4 Commission on the Status of Women ARTICLE VII. Parliamentary Authority The rules contained in the current edition of Robert's Rule of Order shall govern the organization in all cases to which they are applicable and in which they are not inconsistent with these Bylaws and any special rules of order the organization may adopt. ARTICLE VIII. Amendment of Bylaws These bylaws may be amended at any regular meeting by a two - thirds vote of the members present and voting, provided that t he amendment has been submitted in writing at the previous meeting or has been mailed or_faxed ... to the membership at least (15) fifteen days prior to the meeting at which it will be considered. Bylaws - City of South Miami 5 Commission on the Status of Women 01/121'1999 15:25 3056665328 BARBARA J RAS4IN CPA PAGE 02 October 27, 1998 BARBARA JEAN RAskiN Certified Public Accountant TO: All Members South Miami Commission on the Status Commissioner Mary Scott Russell Ana Garcia, Director s And Recrea FROM: Barbara Jean Raskin RE: Amendment to By—Laws Pursuant to Article VIII of the by -laws, below be voted on at the November 30, 198 meeting. Fl me any comments or changes you recommend prior t as there is a 15 day requirement to inform pric ADD: Article III, Section 7 All actions of this commission shall be within laws, charter and rules set forth by the citizens of the City of South Miami. E Women ion s an amendment to tse review and fax November 10, 1998 to the vote. the purview of the and Commissioners 1501 Venera Avenue - Suite 213 - Coral Cables, Florida 33146 * 305 6661 -5319 • F& 666 -5328 01/12/1999 15:25 3856665328 BARBARA J RASKIN CPA PAGE 63 i ARTICLE V. Meetings Section 1. The regular meetings of the S COSOW shall be scheduled, and notice of such meetings sha 1 be given, as provided by the City of South Miami Code a Ordinances for meetings of the City Commission; provided however, that scheduling special meetings shall require the written request of the majority of the bra rn mbers . Minutep shall be kept by city staff of all meetings., Section Z. At the July meeting, a nominating co ittee shall be created consisting of the past Chairperson, if she accepts and is not going to run for office, two members appointed by the current Chairperson, and two members elected by the membership, to serve for * period of one year, to present the slate of officer's for the September annual meeting. The nominees for Chairperson and Vice - Chairperson shall be mailed to the membershi by the August meeting. A member of this nominating commi tee may not be considered a candidate for office. Section 3. The regular meeting in September shall be known as the annual meeting and shall be the purp se of electing off4cers, receiving. annual reports of off'cers and Task forces, and for any other business that may rise. Section 4. Special meetings can be called by the Chairperson or by the staff liaison and shall be called upon the written request of the majority of the members. The purpose of the meeting shall be stated in the call. Except in cases of emergency, at least three days notice shall a given. Section S. The majority of theme quorum. Section 6. Members shall serve without c shall be reimbursed for necessary expenses performance of their official duties, as Chairperson Vice - Chairperson and forwa Commission for approval1, ,wt& W Bylaws - Cky of south Miami 4 cammiasi m = the Status of Women constitute a ensation, but .curred in the proved by the 3 to the City e - 011121'1999 15:25 3056665328 BARBARA J RASIN CPA PAGE 04 i ARTICLE VI. Task Forces Section 1. Task Forces shall have the responsibility for performing such duties as are necessary to jaecompli.sh the functions, powers and purpose of the SMCOSOW As set forth in these Bylaws. Section 2. Each Task Force shall meet regi4arly upon the call of its chair, and Task Force meetings shall be announced and publicized. section. 3 Comprehensive reports of Task Force activities shall be provided in writing to the annual ;meeting and at such other times as they .shall be re ested by the Chairperson. Copies of reports shall be d'stributed with the minutes of the meeting. I ARTICLE VII. Parliamentary Authority The rules contained in the current edition o Robert's Rule of Order shall govern the organization in al cases to which they are applicable and in which they are n t inconsistent with these Bylaws and any special rules of order the organization may adopt. ARTICLE VIII. Amendment of Bylaws These bylaws may be amended at any regular me0ting by a two- thirds-vote of the members present and voting provided that the amendment has been submitted in writing t the previous muting or has been mailed to the membershi at least (15) fifteen days prior to the meeting at whi h it will be considered. I I Bylaws - City of South Miami 5 cammmine on the status of WOMM CITY OF SOUTH MIAMI CITY MANAGER'S OFFICE TO: Mayor and Commissioners DATE: 1/26/99 FROM: Charles Scuff RE: Agenda item # City Manager Demolition of an unsafe structure BACKGROUND On June 10, 1998 the Miami Dade Unsafe Structures Board found the two story apartment building at 6041 SW 63 Street structure unsafe. The property owners were ordered to obtain permits for renovation of the building within 90 days of the order or to demolish the structure as soon as possible if permits were not issued within this deadline. The property was in such an advanced state of deterioration that it was not feasible to renovate. The property owner has not demolished the structure as ordered. The owner, Destiny Services Corp., a private non - profit affiliate of Mt. Nebo Church, has requested a change in scope and budget amendment from the Miami -Dade County Office of Community and Economic Development (OCED) to accomplish this task. The County budget amendment process, however, is quite lengthy and may take months to be processed. This unsafe structure has continued to stand. The City, per guidance from the Commission, felt that it was imperative for the structure to be demolished as soon as possible and gave City staff the authority to proceed with the process. The City has formally notified OCED and the owner that the City is proceeding with the immediate demolition of the structure and requested that OCED reimburse the City through the grant amendment to Destiny. Should this reimbursement not be allowed then the City would follow it's normal lien procedures. The Building Department received proposals from three Demolition Contractors as follows: 1. Demolition Masters, Inc. $5,900 2. South Florida Clearing, Inc. $7,789 3. Lango Equipment Service, Inc. $8,550 Demolition Masters, Inc. was selected to do the work. The building was demolished on January 28"' Approval of funding in the amount of $5,900.00 from Account # 001- 0000 - 341 -9040, "Code Enforcement Fines ", is requested. The account balance is $4,900.00. The City will advance the fund deficit of $1,000, which will be replaced by new fine payments within 60 days. RECOMMENDATION: APPROVAL RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO DISBURSE THE SUM OF $5,900 TO DEMOLITION MASTERS, INC. RELATING TO THE DEMOLITION OF AN UNSAFE STRUCTURE AND HAULING AWAY OF ALL DEBRIS AT 6041 SW 63 STREET IN THE CITY OF SOUTH MIAMI AND CHARGING THE DISBURSEMENT TO ACCOUNT NO. 001 - 0000 - 341 -9040 "CODE ENFORCEMENT FINES ". WHEREAS, the Building Official posted this building as an Unsafe Structure under Section 202 of the South Florida Building Code on March 17, 1998 and ordered the building demolished as prescribed under Section 202.8(b)(1)of the South Florida Building Code; and, WHEREAS, on June 10, 1998 the Miami Dade County Unsafe Structures Board upheld the order of the Building Official and ordered that the structure be demolished as soon as possible; and, WHEREAS, the Building Department has received three bids from demolition contractors and has selected the lowest bidder, Demolition Masters, Inc. to demolish the structure and haul away all debris from the premises. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to disburse the sum of $5,900 to Demolition Masters, Inc. Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this 2nd day of February,1999. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY APPROVED: MAYOR 0l/20/1999 03:58 3654410232 DEMOLITION MASTERS PAGE 02 DEMOLITION MASTERS INC. 122 MADEIRA AVENUE CORAL GABLES, FL. 33134 TEL (305) 448 -7511 FAX (305)441 -0232 PROPOSAL SUBMITTED TO PHONE DATE STREET JOB NAME DEMO11T'ION AND REMOVAL CITY, STATE ZIP CODE JOB LOCATION _ 6041 fiW 63RD STREET WE PROPOSE hereby to furmob material and labor in convict accordance with specifications below, for the sum of Psyment to be as follows 30% DUQSTLRE_MAMMIL ML UPON COMPLRTION All material Is guaranteed to be as specified.. AU work to be completed in a woriarnnhNe rmnncr according to standard practices. Any attention or deviation fien t specifications below involving extra coats will be executed only upon written orders, and still became an extra charge over and above the estimate. All agrarnents contingent upon strikes; accidents or delays beyond our control. Owner to carry fine, tornado and other necessary insuntice. Our workers an fully covered by Work isn's Compensation Insurance. Au *2"" Note. This proposal may be withdrawn by as if not accepted within si reasonable time. We hereby submi specifications and estimate for: S5,400.00 + TOTAL DEMOLITION AND REMOVAL OF TWO STORY, 4 UNIT APARTMENT BUILDING, HAULING AWAY ALL DEMOLITION DEBRIS, LEAVING AREA ROUGHGRADED WITH DOZER. $500.00 ASBESTOS SURVEY PRICE. SECURING NECESSARY DEMOLITION PERMIT AND UTILI'T'Y DISCONNECTIONS. SECURING NECESSARY PLUMING PERMIT AND DISCONNECTION. NO TREES INCLUDED IN THIS PRICE. NO ENVIRONMENTAL OR HAZARDS MATERIAL INCLUDED IN THIS PRICE. • t+ 0i# iiiiiiii* iiiii4iiifiA44ai Mii ►i4ltilr4i +l!!t1l1 1444444441 ii44i /fi!!iills ;rsillt4i4iiii4i4• In the event it becomes necessary for Demolition Masters Inc. to collect any deficiency from CITY OF SOUTH MIAMI by legal Action, CITY OF SOUTH MIAMI agrees to reimburse all of Demolition Masters Inc: s costs and attorneys fees, at the trial and appellate levels, as well as any other coats and expenses connected with such action. Acceptance of Proposal The above prices, specifications aid conditions are satisfactory and are hereby "led., Y auth ' ed to do the work as specified Payment will be made as oudmed above. Date Acceptance: I iO Signattue: 01/19/1999 16:04 3058229572 LANGO EQUIPMENT PAGE 01 Lango Equipment Service, Inc. P.O. Box 2637 / Hialeah, FL 33012 -0637 (306) 822 -4646 ►1/13/1999 MSc EVA ROSA CITY OF SOUTH MIAMI — BUILDING DEPARTMENT 6130 SUNSET DRIVE SOUTH MIAMI Fl. 33143 -- A P R O P O S A L JOB LOCATION: 6041 S. W. 63FZD STREET. WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATE FOR: a 1— COMPLETE DEMOLITION AND REMOVAL OF ONE STORY, F =OUR UNIT APARTMENT CBS BY 1 L.D i NG. INCLUDING THE SLAB AND F- OUNDAT IONS. 8— SECURING ASBESTOS SURVEY, DERM, DEMOLITION AND PLUMBING PERMITS. 3— THIS PRICE INCLUDES ONLY CATEGORY .I NL)N--FRIABL.E MATERIAL, USING WET METHOD. 4— NO ASBESTOS REMOVAL. 5-- PRICE: $8,550.00 (2611CA 11611 CARLOS A. I_01 =C MOLITION CONTRACTOR ACCEPTANCE OF PROPOSAL Post -RIO bred fax transmittal memo 7671 M 04 ;994 • TO from Co. W Dept. P one ♦ Q 11 �tLG 0-1/14/1999 14:43 _1055584476 SOUTH FLORIDA CLEARI PAGE 02 PROPOSAL SOUTH FLORIDA CLEARING, INC. LAND CLEARING AND DEMOLtnON CC# 944$00387 2215W66th3TREr&T,6106 PHONE: (306) 699.21 221305) 6654404•FAX: (306) 655-" NIA11M, FLORIDA 33016 PAGER: (306) 500-2465-CIELLULAR: (306) 778445 Proposal M V9004 Date: January 14, 1999 PROPOSAL SUBMITTED TO: Name: City of South Miami Street SUO Sunset Drive sub, City fttW*: South Miami, FL 33143 Phone 0: (305) W3-6331 Fax (305) 6884591 Attention: Eve Rosa I Code Enforcement WORK TO BE PERFORMED AT: Job Name: Stoat MAI SW 83rd Street City'. Miami State: Fiords We hereby propose to fumlsh all the material* and perform all the labor necessary for the completion of, Demolition of structure, includes hauling -away all demolition debris...;. ...... I ...... I ...... 11.1 ... .................. $6,889.00 Asbestos Septic TaSk u r...ey ................................................................................................ . ... .... ............... .............................................................................. I . .................... .** ...... . . ......... ... .. ........... . ....... . .. $ $ 300.00 TotalTotal ................................................................ I . . ...... I ............................................................................. $ T)M.00 Our company will not assume the responsibility for the signing of any asbestos affidavit. At"" requires testing, and our company does not Include any of those costs in this proposal. The removal of any asbestos Is the responsibility of to owner. All material is guaranteed to be as speelfled, and the above work to be performed In *=Fdlmg with the dwMgs and specification submitted for above work and completed In a substantial workmanlike manner for ft sum of- with payments to be made as follow Dollar $ .7,789.00 A deposit of 50% Is due once work commences. The remaining balance is due no later than ton (10) days upon completion of job. Any aftration or deviatim from above specifications involving 9*0 costs, wffl be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon aftes, accidents or delays beyond our control. Owner to carry **, tornado and other necessary insurance upon above work. Workman's Compensation and Public Liability Insurance on above work to be taken out by: South Florida Clearing, Inc. This Respectfully submitted by Miguel AL Rodriguez Per South Florida clearing, Inc. r us N 30 The prices. *Wfts*ft ACCEPTANCE OF PROPOSAL the work as vpocftd. and coi-ditions above are satisfactory and are hereby *=opted, You are authorized to do Payment will be made as outlined above. Signature: Date: --------- Sbnature.- zero . n ►�A.Irt'��1P. p 6�RV P.t'A b f t.. "u v+�" i Y, r- "-0 1 u1=1 ✓ METRODE STEPHEN P. CLARK CENTER DEPARTMENT OF PLANNING. DEVELOPMENT AND REGULATION 111 N.W.ISTSTREET SUITE 1310 MIAMI, FLORIDA 33128.1974 (305) 375 -5570 FAX (305) 372 -6140 FOR FULL INFORMATION CONCERNING THE DECISION PLEASE READ THIS LETTER IN ITS ENTIRETY •JUne 15, 1998 Destiny Human Services Corporation 6075 S.W. 64 Street South Miami, Florida 33143 Re: 6041 S.W. 63 Street A/K!A Lot 87 less the South 17.5 feet, MIS 15 and 7.5 feet of the alley lvin West and adjacent. Franklin Subdivision. PB 5 Pg 34, Dade County, Florida. Case No. SM98 -01 Board action on (A) 2- Story. Four Unit Multi - Family Building located at the above address is as Nlows: At its meeting of June 10, 1298 the Unsafe Structures Board ruled that Said structure be secured within five (S) working days. The following securing method is approved: storm shutters and rencIng (112" plywood, bolts and lumber as per specs). The structures) are to be maintained secure, clean and sanitary. Free of debris, overgrown grass or weeds and free of discoloration or graffiti. Structure must be repaired or completed Arcbitect(Engineer's scaled plans. A building permit must be obtained for all repairs or items to be completed. The permit documents shall first be submitted to the Unsafe Structures Unit for approval. The building permits must be obtained by a licensed contractor within ninety (90) days from today. The complete building or structure shall be made to conform to all the requirements for a new building or structure and shall be completed within one hundred twenty (120) days after obtaining the permit. Completion shalt be determined when a final inspection approval is obtained on the building permit. If any of the above conditions are not complied with, said structure shall be demolished by the County s� soon as possible. June 15, 1998 Destiny Human Services Corporation Case No: SM98 -01 Re 6041 S.W. 63 Street The Board also ruled that if you do not comply with their decision within the time stipulated above, then the Building Official is further instructed to proceed as provided in section 202.10 of the South Florida Building Code. In carrying out the order of the Unsafe Structures Board, there will he no further notice or communication rrom the buildine official to the owner(s)-or interested pardesiThil dorument is beine recorded with the Clerk of the Circuit Court This recording will constitute constructive notice to all concerned, as well as any subseguent purchasers, that a decision has been rendered by the Unsafe Structures Board on the above referenced proprerty. Repair or demolition permits, for property located at the above address must be obtained from the the City of South Miami, Building Department, 6130 Sunset Drive. South Miami Florida 33143. (305) 663 -6355. Please call this office before coming in for a permit. Thr. Unsafe Structures Board is Quasi - Judicial; the decision and specified compliance date is final and binding. Request for extension of time or rehearing of this case will not be considered. Section 202.10 Judicial Review: Any person aggrieved by a decision of the Unsafe Structures Board may seek judicial review of that decision in accordance with the Florida Appellate Rules. Yours Truly, Sergio Negro Dellltty Secretary Unsafe Struc ures Board Department of Planning. Development and Regulation SNP yb c: Other Interested Parties: ML Nebo Missionary Baptist Church of South Miami, Inc., 6075 S.W. 64 St., Miami, Fl. 33143, Attw. Emanuel Whipple; Natalie D. Jackson, 6075 S.W. 64 St., South Miami, Fl. 33143; Emanuel Whipple, 1090 N.W. 56 St., Miami, Fl., 33127; Nathaniel Wilcoc, 180 N.E. 19 St., Miami, Fl. 33132; John Cantor, 6101 Sunset Dr., South Miami, Fl. 33143; Charles H. Gray, 14000 Monroe St., Miami, Fl. 33176; Johnnie Hail, 18160 S.W. 103 Ave., Perrino, Fl. 33167; Johnny Price, 6400 S.W. 60 Ave., South Miami, Fl. 33134; Betty L. Mitchell, 16860 N.W. 79 Pl., Miami Lakes, Fl. 33016; Perry Willie, 460 N.W. 12 Sty, Miami, Fl. 33142; Mayor Alex Penelas, 111 N.W. 1 St., Suite 2900, Miami, Fl. 33128; Merritt Steirheim, Acting County Manager, 111 N.W. 1 St., Miami, Fl. 33128; Metro Dade Housing Agency, 2153 Coral Way, Miami, Fl. 33145; Ruben J. Pujol, Architect, A.I.A., 12237 S.W. 204 Tern, Miami, Fl. 33177; ANAC Services Inc., 1350 S.W. 132 Ct., Suite 204, Miami, Fl. 33186, Attn: Earl G. Burks Seal CITY OF SOUTH MIAMI 6130 Sunset Drive, South Miami, FL 33143 TO: Mayor and Commission DATE: January 29, 1999 Agenda Item # Commission Meeting February 2, 1999 Funding of Special Events The attached resolution authorizes disbursement of funds to Chamber South in support of the Annual Arts and Crafts Show. The Grants Advisory Board reviewed the request, and has recommended funding in the amount of $4,500. Disbursement will be made from the Special Events Account # 1100- 511 -9910. The balance in this account is $28,800. 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 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING FOR THE CHAMBER OF COMMERCE ANNUAL ARTS AND CRAFTS SHOW, AUTHORIZING DISBURSEMENT OF $4,500 AND CHARGING THE DISBURSEMENT TO ACCOUNT NO. 1100 - 511 -9910 "SPECIAL EVENTS CONTRIBUTION." WHEREAS, the Mayor and Commission recognize the benefit to the community made by cultural events such as the annual Arts and Crafts show sponsored by the Chamber of Commerce South; and, WHEREAS, it is important for the City to be actively involved in the activities of the Chamber South and to support cultural events; and, WHEREAS, the City of South Miami Grants Advisory Board has considered the request for funding, and has recommended a grant of $4,500 in support of this event, NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. That the City Manager is authorized to disburse the sum of $4,500 to the Greater South Dade /South Miami /Kendall Chamber of Commerce from Account No. 1100- 511 -9910, "Special Events Contribution." Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY day of , 1999. ��1 MAYOR CITY OF SOUTH MIAMI 6130 Sunset Drive, South Miami, FL 33143 TO: Mayor and Commission DATE: January 29, 1999 FROM: Charles Scurr RE: Agenda Item # City Manager Commission Meeting February 2, 1999 Funding of Special Events The attached resolution authorizes disbursement of funds to the Cultural Affairs Council in support of the ArtExpo. The Grants Advisory Board reviewed the request, and has recommended funding in the amount of $6,500. Disbursement will be made from the Special Events Account # 1100 - 511 -9910. The balance in this account is $28,800. 1 RESOLUTION NO. 2 3 4 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE 5 CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING FOR THE 6 CULTURAL AFFAIRS COUNCI ART SHOW, AUTHORIZING 7 DISBURSEMENT OF $6,500 AND CHARGING THE DISBURSEMENT TO 8 ACCOUNT NO. 1100 -511 -9910 "SPECIAL EVENTS CONTRIBUTION." 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 WHEREAS, the Mayor and Commission recognize the benefit to the community made by cultural events such as the Art show sponsored by the Cultural Affairs Council; and, WHEREAS, it is important for the City to support cultural events such as the ArtExpo sponsored by the Cultural Affairs Council; and, WHEREAS, the City of South Miami Grants Advisory Board has considered the request for funding, and has recommended a grant of $6,500 in support of this event, NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. That the City Manager is authorized to disburse the sum of $6,500 to the Cultural Affairs Council from Account No. 1100 -511 -9910, "Special Events Contribution." Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of , 1999. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY � , r MAYOR CITY OF SOUTH MIAMI INTER-OFFICE MEMORANDUM TO: Mayor and City Commission 111� DATE: 1/29/99 fC4 I AGENDA ITEM #—t?O FROM: Charles D. Scurr Comm. Mtg. 2/2/99 City Manager Charter Revision Commission The attached resolution sponsored by Mayor Julio Robaina increases the membership of the Charter Revision Commission from nine to fifteen members. It further provides that of the appointees shall be an attorney licensed to practice law in the State of Florida and who has expertise in the area of municipal law. 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 48 49 50 51 52 53 54 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE CITY OF SOUTH MIAMI CHARTER; AMENDING RESOLUTION NO. 48 -98- 10315, AS AMENDED BY RESOLUTION NO. 119 -98- 10387 TO INCREASE THE MEMBERS OF THE CHARTER REVISION COMMISSION FROM NINE MEMBERS TO FIFTEEN MEMBERS; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission adopted Resolution No. 48 -98- 10315, on March 3, 1998, creating a five- member Charter Revision Commission; and WHEREAS, Resolution No. 48 -98 -10315 was amended by Resolution No. 119 -98- 10387, adopted May 5, 1998 to increase the membership from five to nine members; and WHEREAS, because of the overwhelming community interested being generated it is the Mayor and City Commission's desire to increase the membership of this Commission from nine to fifteen members. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. Section 1 of Resolution No. 48- 98- 10415 as amended by Resolution No. 119 -98 -10387 is amended as follows: The City of South Miami Charter Revision Commission is hereby created. The Commission shall consist of e fifteen members, who shall be appointed by the Mayor with the advice and consent of the city Commission. The Commission shall consist of at least ene two Attorneys who are licensed to practice law in the State of Florida and who have expertise in the area of municipal law. The Mayor is requested, in appointing members to the Commission, to give due consideration to selecting members based upon principles of ethnic and gender inclusion, and leadership and professional capacity. The City Manager shall serve as a non - voting ex- officio member of the Commission. Section 2. Resolution- No. 48- 98- 10315, as amended by Resolution No. 119 -98 -10387 shall remain in full force and effect as amended. Section 2. The balance of the account shall be used to fund follow -up traffic study activities or contingencies, if necessary and if authorized by the City Commission. 1 2 Section 3. This resolution shall take effect immediately 3 upon approval. 4 5 6 PASSED AND ADOPTED this day of , 1999. 7 8 9 ATTEST: 10 12 13 14 CITY CLERK 15 16 17 READ AND APPROVED AS TO FORM: 18 19 20 CITY ATTORNEY 21 22 APPROVED: MAYOR COMMISSION VOTE: Mayor Robaina: Vice Mayor Oliveros: Commissioner Russell: Commissioner Feliu: Commissioner Bethel: RESOLUTION NO. ` • 119-98-10387 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE CITY OF SOUTH MIAMI CHARTER; AMENDING RESOLUTION NO. 48-98-10315 TO INCREASE THE MEMBERS OF THE CHARTER REVISION COMMISSION FROM FIVE TO NINE MEMBERS; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission adopted Resolution No. 48 -98- 10315, on March 3, 1998, creating a five - member Charter Revision Commission; and, WHEREAS, the Mayor and City Commission of the City of South Miami desire to increase the number of members of the Charter Revision Commission from five to nine members. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. Section 1 of Resolution No. 48 -98 -10315 is amended as follows: The City of South Miami Charter Revision Commission is hereby created. The commission shall consist of nine members, who shall be appointed by the mayor with the advice and consent of the city commission. The city commission states its desire that the membership of the commission shall consist of at least one attorney who is licensed to practice law in the State of Florida and who has expertise in the area of municipal law. The mayor is requested, in appointing members to the commission, to give due consideration to selecting members based upon principles of ethnic and gender inclusion, and leadership and professional capability. The city manager shall serve as a non - voting ex officio member of the commission. Section 2. Resolution No. 48 -98 -10315 shall remain in full force and effect as amended. Page 1 of 2 Section 3 This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this 5th day of May, 1998. ATTEST: APPROVED: G CITY CLERK MAYOR READ AND APPROVED AS TO FORM: CITY ATTORNEY N: \EGa11op \Csmord -res \Charter review com °n- amd- res.doc COMMISSION VOTE 5 -0 MAYOR: ROBAINA YEA VICE MAYOR: OLIVEROS YEA COMM: RUSSELL YEA COMM: BETHEL YEA COMM'J� FELIU YEA CITY OF SOUTH MIAMI INTER - OFFICE MEMORANDUM TO: Mayor and City Commission DATE: 5/1/98 AGENDA ITEM #. FROM: Charles D. Scurr Comm. Mtg. 5/5/98 Interim City Manager ,� Board Appointment Mayor Robaina sponsored the attached resolution, which amends Resolution N0. 48 -98 -10315 to increase the members of the Charter Revision Commission from five to nine members. I recommend approval. RESOLUTION NO. 48-98-10315 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE CITY OF SOUTH MIAMI CHARTER; CREATING A CHARTER REVISION COMMISSION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission of the City of South Miami recognize that the City of South Miami Charter is in need of revision; and, WHEREAS, an undertaking to revise the charter skill, judgment, wisdom and substantial commitment by volunteers; and, WHEREAS, the Mayor and City Commission desire to establish a Charter Revision Commission to evaluate and to make specific recommendations for revision to the charter. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City of South Miami Charter Revision Commission is hereby created. The commission shall consist of five members, who shall be appointed by the mayor with the advice and consent of the city commission. The city commission states its desire that the membership of the commission shall consist of at least one attorney who is licensed to practice law in the State of Florida and who has expertise in the area of municipal law. The mayor is requested, in appointing members to the commission, to give due consideration to selecting members based upon principles of ethnic and gender inclusion, and leadership and professional capability. The city manager shall serve as a non - voting ex officio member of the commission. Section 2. The City of South Miami Charter Revision Commission shall be charged with the responsibilities of preparing a work plan and schedule for accomplishing its work in a period not to exceed one year, unless that time is extended by the city commission; studying and making recommendations to the city commission regarding necessary or useful revisions to the charter; holding public workshops upon approval by the city commission; and, preparing drafts of the recommended revisions to the charter. Section 3 The city manager will provide for staff and logistic support. Support may include, but not be limited to, scanning the charter into the city's computer system in Page 1 of 2 CITY OF SOUTH MIAMI 0 INTER- OFFICE MEMORANDUM To: Mayor and Commission Date: February 27, 1998 g �117 From: Diana Mo Agenda Item # Z ms Subject: Comm. Mtg. 3/3/98 Interim City Manager Charter Revision Attached is a resolution prepared by City Attorney Earl Gallop as directed by the City Commission on February 17th creating a Charter Revision Commission. Page 2 of Res. #48 -98 -10315 Word format and publishing the amended charter, as finally adopted by the city commission and by referendum. The city attorney shall be responsible for reviewing proposed revisions to the charter for legal sufficiency. The city clerk will provide support in research, retrieving and indexing prior revisions to the charter. The city manager may present a budget to the city commission which will include the anticipated cost of logistic support, and other cost items. Section 4. Pursuant to the requirements of Section 166.031, Florida Statutes, and Section 5.03, Miami -Dade County Charter, the city commission shall, by ordinance, submit to the electors of the city the proposed amendments to the charter. The proposed amendments shall be submitted not less than 60 days, nor more than 120 days, before the next scheduled general election. Upon the approval by the electors of any amendments to the charter, the amended charter shall be filed with the Florida Secretary of State and with the Circuit Court, in and for the Eleventh Judicial Circuit, Florida. Section 5. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this 3rd day of March, 1998. ATTEST: APPROVED: ITY CLERK MAYOR COMMISSION VOTE: 5 -0 READ AND APPROVED AS TO FORM: Mayor R o b a i n a: Yea VM Oliveros: Yea / 1�o Comm. Russell: Yea Comm. CITY ATTORNEY Comm. Feliu: Bethel: Yea Yea N: \EGa11op \Csmord -res \Charter review comin.res.doc Page 2 of 2 W M g &#I = a 0 1 a Z Leaxmw M DATE: January 25, 1999 SUBJECT: Agenda # Commissiol/a Meeting February 2, 1999 American Lighting Vaintenance The City of South Miami Parks & Recreation Department is seeking to have funds released for replacement of athletic field bulbs located at Palmer Park's athletic field poles. The Parks & Recreation Department will "piggy back" off Palm Beach County bid (#98-020/VMG). Replacement of these bulbs is critical for a safe environment, as this park is utilized on a daily basis. With various organizations, (i.e. Khoury League, South Miami Senior High, YMCA, Trinity International, and South Miami Baseball League), using this park, replacement of the field lights is crucial for proper playing conditions. Funds for this purchase will be disbursed from account number 001- 2000.572.4620, "Maintenance & Repair- Operating Equipment" at $3,395.52 to American Lighting Maintenance. I recommend approval. Balance in this account after above mentioned taken out is $11,120.78. 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 48 49 50 Resolution No. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS IN THE AMOUNT OF $3,395.52 TO AMERICAN LIGHTING MAINTENANCE, FROM ACCOUNT NUMBER 001-2000.572.4620, "MAINTENANCE & REPAIR-OPERATING EQUIPMENT", FOR REPLACEMENT OF ATHLETIC FIELD LIGHT BULBS LOCATED AT PALMER PARK. WHEREAS, Article 111, Section 5, H, of the City Charter, requires bids be obtained for purchases of items over $1,000.00; and WHEREAS, The City of South Miami Parks & Recreation Department will "piggy back" off Palm Beach County bid number (#98-020/VMG); and WHEREAS, Replacement of these bulbs is critical for the safety of participants utilizing this facility; and WHEREAS, Replacement of the bulbs is crucial for proper playing conditions. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. That a purchase order number be awarded to American Lighting Maintenance for the replacement of the bulbs at Palmer Park. Section 2. That funds will be disbursed from account number 001- 2000.572.4620, "Maintenance & Repair-Operating Equipment", for a total amount of $3,395.52. Section 3. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of February 1999. F."Vel-w6w CITY CLERK CITY ATTORNEY American Lighting Maintenance Palmer Park replaces '99 u 01/28,11999 12:31 5617124716 ELECT SIGN & LTG SVC PAGE 01 i ELECTRICAL, SIGN & LIGHTING SERVICES, INC Electrical t Sign Contractor • E00000737 January 8, 1999 Mr. Doug Baker City of South Miami 6130 Sunset Drive South Miami, FL 33143 Via Facsimile: 305- 669 -1266 .Re: Palm beach County Bid 98- 0201TUG Dear Mr. Baker: Per your request, please find the fallowing: Palm Reach Counh .-Bid 98- 020/ -VG Award Letter - Contract Term 12,11819 7 through t5 /1 7199 PBC Bid 98- 020,1'7�-1G County Occupationall'State Licenses Certf ficate of Competency Card, George C. Turenne Certificate of Insurance has been requested through our insurance carrier and will be forwarded via facsimile, original to follow by mail. .Please don't hesitate to call r f tyou have any questions.. George Turenne ivill be back in office on Tuesday, Februa?y Ind. W' regards, Jan Eim P&Wnal Assistant STATE OF FLORIDA CLAMFICAnOIN CON'rRAc::TOR PALM BEACH COUNTY • COUNTY OCCUPATIONAL LICENSE OC-032 :1999 -04860 AMLIRICoN LIGHTING MAINT INC WE�E GEORGE CONRAD 1115 ABASSO DIRIVE5 WEST PALM aEACH FL 33409' ELECTRICAL CONTRACTOR ECO000707 JOHN K. CLARK, CFC TAX COLLECTOR, PALM BEACH COUNTY i ,rr ; cNTy s.. @ ~� ' y PENLTY 1FJ22 WABASSO DkiVE' WEST: PALM flEAC:H `FL 33409 " TOTAL THIS IS NOT A BILL - DO NOT PAY PAID. PSC TAX COLLECTOR $27.40 OCC 94 02779 10 -06• -199 THIS LICENSE VALID ONLY WHEN FIECEIPTED BY TAX COLLE LICENSE MUST BE DISPLAYED CONSPICUOUSLY AT ESTABLISHMENT OR PLACC } w. e r . i. r . ELECT SIGN & LTG SVC Data; Data to Ship' r. v� At�Eh, 1395 H. Killian Drive Lake Park, FL 33403 Phone: (561) 681 -1560 Fow (561) 661.1693 P*o• L of 1 Job Nsr"O'. Sri�3t •••,--- _�-- -- L.00�t�On; �t Job /Qwoto No. SFsctsl • ln�t►UGtlonr ����.•..� CUAN. CATALOG NUMBER ANO DESCRIPTION UNIT 7TAL ti- • VVV •f. I�. ..� 1 r YlMi yr riY.HMn ACI 5 19 Jt 218 EPARTMENT OF BUSINESS AND PROFESSIONAL :REGULATION EC — 0000737-` 07102/ 398, 98900009 ..y.: lip r .:. • CERTIFIED. EL'EC.TRICAL,000NTRACTOR JVRENNE: QEORQE :CQNRAD::�= n. AMERICAN t:3.OtTI O" AINTEN_A�P10Ei! '-' :.18 C ER 7 I F 11sD` • wowWan at Cn 489. Fs. Evh *n D&w,. AUG 31# 2000 y + t PALM BEACH COUNTY CONTRACTORS FEE 128.00 CERTIFICATE OF COMPETENCY , CERTIFIEl3 EXF1>ZES SEPTEMBER 30,19 9 9 ' CONTRACTO RE L EC T R I C A L_.. i ID #00068&2., ". [NCUOMM" 1M3EORL :A.' 9741962 iI 30$26 AEI DAME GIORG �iRM AM8#I AN` ('— ; SIGNATURE. j U r G I ENANGR. 49 0 "MAN'-0-WAR RD PALM BLEACH GARDENS ? L 3 3 418 F w CONSTRUCTION trroueTRY i CEUaINi soAaQ bl� 1'�11.M BEIICN cauNT�t __... . r F P _.._. _,.... COUNTY Pag fimr ENT 08 NO DID 8 =a *98- 020 /yMG If you are not bidding on this service/ commodity, please complete and return this fora, Palm Beach County Purchasing Department, 50 South Military Trail, Suite 110, West Beach, FL 33415. Failure to respond may result in deletion of vendor's name from the qualified bidder's for the County of Palm Beech. COMPANY NAME: ADDRESS: TELEPHONE: S IGNAT'URE : DATE: MINORITY OWNED BUSINESS ( } Black ( } Hispanic ( } Women ( } Other specify WE, the undersigned have declined to bid on your Bid No. because of the following reason(s): Service /Commodity Specifications too "tight ", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation for Bid We do not offer this product or an equivalent - Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) REMARKS: 01/28/1999 12:31 5617124716 ELECT SIGN & LTG SVC PAGE 02 purehasItt� teputsnens 54 5, Military Trail, Suite 110 ',vtST Palrn beaCh. FL 33415.3199 (561) 253.1500 ?A%: (56112 3.3 -151, htt p:llwww.co.palTn•baach. fl .uF ■ Film arach county Sua.rd of County Cori+mitfionets B,.:n AafQn50n. Chairman ?.4aude Ford Let, vice Chair Frxren 7. 'SarCvs Carol A, Roberts Warren H. Newell Mary Mecarry xen L. Foster Counsy AdM1Tlistmtor Robert We(smaH, P.E. FC D£CE?:B =R lB, 199 UECTMCAjL, SIGNS & IIGHTING SERVICES, INC. 73S4 CENT&kL rNDUSTRLkL DWV* RWMRA BEACH, FL 33404 7E-. TERM CC:tiTRkCT R - 8 D+;ax Vendor: . This is to 'r..orm ]ro'1 that Pa1n Beach County board o. Ca ^.��issic: ers :s ercer4 -V into a Term Contract Uiyh your ccnpa �S"D T C JT,,�Nn -fha ° -ea o ^= s following: ( X ) F'OR11:A' BID # '02 r:r+✓ [ ) REIhET�r_L GF FCx YAL BID /RFQ # OF Fopl. AL BID /RFQ # — j J IMITT =_N Q,:OTAT1C:4 [ ] S-- ;ZR3AL QUOTATION P R f 1 STATE OF FLORT1.? CONTRACT t ] PALM 5_=kCH CO Ty SCHOOL BOARD BID The term o: t�iis contract is 12-iR -7 thr4ush,9- estimated value is $, 770- The obligations of Palm Beach County under this contract a_' to the availability Of funds lawfully appropriated for it: by the State of Florida and the Board of County Commissio: palm Beach County Departments will issue hard copy order this Contract a$ your authorization to deliver. All invd reference etch unique document number. If you have any Vestions, Please contact, V_ ernetha M. Gyre At 19611. 233- 15.].. ricia M. t,�iltse. CPPo Purchasing Agent 'An Fpual opportunity Arrt,,;,oriae Action Empla>W* c; Terry Pack Parks /Recreation Dept. GLCIr I J1L71Y �_`e L i L7 JL'l, �-'j -4Lat F�,=i BOARD OF COUNTY COMMISSIONERS NOTICE OF SOLICITATION BID 98 -020 MO -- LIGHT POLES AND LIGHT REPAIR /MKINTENANCE ( TERM CONTRACT - IS MONTHS) BID OPENING VATEs Novembgr 26, 1997 AT 2sOO P.M. It is the responsibility of the bidder to insure that all pages are included. The all bidders are advised to Closely examine this package. Any questions regard completeness of this package should Te'i.-=ediately directed to balm Beach County Department (561) 233 -1500. It is requested that all bids be su'-- =i4ted in triplicate, one original and t'RO cop- BIDDERS SHALL SUBMIT AT LEAST 01;L ORIGINAL# SIGNED IN INK BY AN OFFICER HAVING AVTHC BIND THE COMPANY OR FIRM. FAILURE TO Do 00 SHALT, BE CAUSE FOR REJECTION OF 'SCOUR BI Palm Beach County is exempt from Federal and State Taxes for tangible personal prop Call Bid Hotline number 795 -8080 (from Palm Beach County), 425 -7420 (from Broward C or 655 -4527 (from Dade County) or t_ra in to the Education and Government Televisic Channel fbr a list of additional advertised "Invitations for Bid" and "Revue: Proposal " - The Bid Hotline also provides updates on posted award recommendations. Protests can be accepted only during the five (5) business day posting period. C ,A U T Z 0 N Amendments to this Invitation for Bid will be automatically sent only to those vendors who received this document directly from Palm Beach County Purchasing Department. Palm Beach County shall not be responsible for the completeness of any Invitation for Bid package not purchased directly from Palm Beach County Purchasing Department. In accordance with the provisions of ADAt tr1 document may be requested in an alternate fo= BOARD OF COV2MY- COMMISSIONERS Palm Beach County INVITATION FOR BID BID NO: .9s ago /VMG BID TITLE: LI H POLES AND LIGHT- REPAIR /MAIN E MC'�_ (TERM CONTRACT IS MONTHS) PURCHASING DEPARTMENT CONTACT: VE&NE'I'HA M. GBEI N TELEPHONE NO,: (561.1. 23 - 153: All bid responses must be received on or before November ?,.6, 1M, prior to Z:OQ p.m., Beach County local time, at which time all bids will be publicly opened and read. SD- BID TO: Palm Beach County ?urch.asing Department, 50 So, Military Trail, Suite 110, Palm Beach, Florida 33415. This invitation for Hid, General Conditions, .nstrt:ctiors to Bidders, Special Conditions, Specifications, and /or any other referenced document fors a part of this bid solicitation and response thereto, end by =e= are made a part thereof. The selected awardee shall be bound by all terms, Conditions and requirements in documents. PtmPoss, A= zrrzcT: it is the purpose ar:d intent of this invitation to securer bids for item (s) and /c: sE as listed herein. The selected awards* shall be bound by all terr.s, conditions, and requirements .. documents and is hereby placed on notice that acceptance of this bid by Palm Reach County shall cc =5:1 binding contract. GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION .FOR BIDDERS 1. GENERAL I These documents constitute the complete set of specification requirements and bid IT 19 THE RESPONSIBILITY OP THE BIDDER TO INSURE THAT ALL PAGES AND ALL AMENDMMC RECEIVED. All bidders are advised to closely examine this package. Any que. regarding the completeness of this Package and any amendment thereto should be immed directed to the Purchasing Department contact. ALL SID RESPONSES MUST BE SUBMITTED PROVXDED 2NVITATION FOR Din "RESPONSE" FORM. BID RESPONSES ON VZA=R LETTERIdF.AD /WC roRMs WILL NOT BE ACCEPTED. All °bid responses must be typewritten or written in ink, and must be signed in ink officer or employee having authority to bind the company or firm. SIGNATURES ARE RI [THERE INDICATED. FAILURE TO DO SO SHALL BE cAusa FOR RE67ECTION OF BID. Bidders shall not be allowed to modify their bids after the opening time and dacf files may be examined during normal working hours, by appointment only, after sDid c° at such time as the bid files become available for puo].ic inspection. All bid responses are tO be returned with the enclosed address label a =fixed bear: bid number and mailed or presented to the Purchas rg Department and received on or the sj2sci time and dite. The bid time must be and shall be scrupulously observed. Under no cir"mstances s;-a delivered of ^ -_r t -e ti-,10 specified be cens dered, ---;Ch bids will be returned -o t e uropsr,ee' .t is the sole respo:.sibility of the ' i rider to ensure that s or te_ re u—_ os=. da ze a:,d tire. - -.. ..-�_ �_ =c_ �c_a;= ��.ssd _ a:, _• - -- ca. aid es�o:�sc -s __ -- Any prospective bidder gles ri g aa e2MIAnation or inta r tat.ion of the drawings, specifications, etc., must xgauegtit in writing soon enough to allow a rep to reach all prospective bidders before the submission of their bids. Oral explanatio or instructions given before the award of a contract will not be binding. Any infor=ti given a prospective bidder concerning a solicitation will be furnished promptly to a other prospective bidders as an amendment to the solicitation, if that information necessary in submitting bids or if the lack of it would be prejudicial to other prospects bidders. 2. PRICE 1 DELIVERY _/ ACCEPZANCE - Price quoted /bid must be the price for new merchandise and free from defects. %my b; containing modifying or "escalator, clauses will not be considered unless specifica: requested in the bid specifications. Deliveries of all items shall be made as soon as possible. olivsrisa resulting fr= t: bid tote to be made during the ac=%al workirsg hours of the County, Time is of the esse and the delivery date must be specified and adhered to. Should the bidder, to whom order or contract is awarded, fail to deliver on or before the specified time, the Cou reserves the right to CANCEL the order or contract and make the purchase elsewhere. successful bidder(s) shall be responsible for making any and all claims against cam for missing or damaged items. Delivered items will not be considered "accepted" until an authorized agent for Balm Be County has, by inspection or test of such items, determined that they fully comply v specifications- r- The Hoard of County Commissioners may return, for full credit, any item(s)- received•w2 fail to meet the County's performance standards. 3. FEDERAL ANA STATE TAX „ Palm Beach County is exempt from Federal and State Taxes for tangible personal prope The authorized agent for Purchasing will provide an exemption certificate to the succes bidder, upon request. Vendors or contractors doing business with Palm Beach County s not be exempted from paying sales tax to their suppliers for materials to ful contractual obligations with the County, nor shall any Vendor /Contractor be authorize use the County's Tax Exemption Number in securing such materials. 4. AG.CEPTANCE / REJECTION Or ]5 DI Palm Beach County reserves the right to accept or to reject any or all bids and ^.aft award to that bidder which, in the opinion of the County, will be in the best inte_e: and /or the most advantageous to the County, balm Beach County also reserves the r:gi reject the bid of any vendor who has previously failed in the proper performance c award or to deliver on time contracts of a similar mature, who has been suspe- e debarred from doing business with the County, or who is not in A position to 4e, properly under this award. Palm Beach County reserves the right to inspect all fac_; of bidders in order to make a determination as to the foregoing. Palm Beac- reserves tie right to v ;clue any irre511ar: ties and technicalities and may, �. discretion, request a re -bid. Palm Reach Cc, -nmy reserves the right to reject any offer or bid if the prices for any j items or sublino items result in an Offer •.vhich is material'__: unbalanced. An -- materiall., _ _slanced if it. is mathematically un!. +alanced, an if thexo iG a =ar dcac� =::at of_e_ 'c,_., result _ :�• _ -- cti ° :esz c,le�all cyst r� tl.a Ca -r t_. °, �.e- the base 5. sgvacoNTM rr a If a vendor subcontracts any portion of a writing, the name and address of the subcontraeto,., including telephone number and extent of work to be perrot.__ be submitted with bid response, however, if not included, it shall of the awarded vendor to submit the subcontractor for approval prior to work. Palm Beach County reserves the right to reject a bid of any bidder if the a subcontractor who.has previously failed in the proper performance of an award to deliver on time contracts of a similar nature, or who is not in a position t properly under this award. Palm Beach County reserves the right to make determi to the foregoing, NOTE: Any Minority /Women Business Enterprise (M /WBE) Palm Beach County requirements shall have precedence in relation to any subcontracting submittalE 5.. NO BID 1 NQ c!*.?.}tGM Where more than one item is listed, Any items not bid upon should be indicated Any /all items left blank will be considered a "No Bid" for that item. If no item, on, the "Statement of NO BID" should be returned, with the envelope plainly marked with ;he bid number. 4 Failure to do so will be an indication that the bidder does not wish to be consid future ):)ids and may result in the removal of the bidder from the registered vendo A bidder desiring to bid "No Charge" must so indicate, otherwise the bid will be c as incomplete and will be rejected. 7. CAUTION SEALED BIDDING Bidders are cautioned that any condition, qualification, provision, or comment bid, or in other correspondence transmitted with their bid, which in any way rrae takes exception to, or is inconsistent with the specifications, requirements, or the terms, conditions, or provisions of this solicitation, is sufficient cause rejection of their h.id as non - responsive. 6. NON-COLLtlsiou Bidder certifies Z`at this 'bid is made without prior understanding, agreeme: connection wit any corporation, firm or person submitting a bid for the same mav= services , s, apl :es, �r equipr ant and is in all respects fair and witho z collus ,rdud. �OnviGticn _.- the Co:rzmission of any fraud or act of collusion in connect;- any se' -e, i7zM, -.ota =ion, proposal. or other ac_ incident to doing business -, %rite. ?a:- Ccunt_ - =} �z =' - -= - 81/28/1999 12:31 5617124716 ELECT SIGN & LTG SVC , PAGE 07 No premiums, rebates or gratuities permitted; either with, prior to or after any d of material or provision of services. Any such violation may result in award cancel return of materials, discontinuation of services, removal from the vendor bid l and /or debarment or'suspension from doing business with Palm Beach county. 9. CONFLICT Or =NTERES The award is subject to the provisions of the applicable Federal laws, rul regulations, the Florida Statutes and the County's ordinances and resolutions. All must disclose with their bid the name of any officer, director, or agent who is employee of Palm Beach County. Further, all bidders must disclose the name of any employee who owns, directly or indirectly, an interest of ten percent or more bidders firm or any of its branches. 10. LEGAL REOUTBAEXgNTS Federal., State, County and local laws, ordinances, rules and regulations that in any affect the items covered herein apply. Lack of knowledge by the bidder shall in be a cause for relief from responsibility, A. Vendors doing business with the County are prohibited from discwim_ against any e:ployee, applicant, or client because of race, color, re- disability, sex, age, national origin, ancestry, marital status, or orientation with regard to but not limited to the following emp: practices, rates of pay or other compensation methods, and training sel< B. Palm Beach County is committed to assuring equal opportunity in the ai contracts and, therefore,.complies with all.laws prohibiting discrim_ on the basis of race, color, religion, national origin, age, sex, orientation, disability and marital status. C. PUBLIC ENTITY CRIMES 'Tn accordance with F.S. 287,133 (2) (a), persons and affiliates who ha, placed on the convicted vendor list may not submit bids, contract wi Perform work (as a contractor, supplier, subcontractor or consultant) w., public entity (i.e ,f Palm Beach County) in excess of the amount estat by the Florida Division of Purchasing in accordance with F.S. 287.017 period of 36 months from the date of being placed on the convicted 11st. N As provided in F.S. 287.132 -133, by entering into this contract or perf any work in furtherance hereof, the contractor certifies that i; affiliates, suppliers, subcontractors and consultants who will hereunder, have not been placed on the convicted vendor list maintained State of Florida Department of Management Services within the immediately precedirS, the date hereof. This notice is required a 287.133 (3) (a) , D. In compliance with Palm Beach county gecycled Paper Product Frocu award: Ordinance, all bidders agree to the following as a precondition tc cc All reports subnictec to t = Ccu7-_: a contractor in contractual d'nlicatic -s s ~J11 -se ret;c~sa pa_r,G_ ^en it a ava__ =- _ reasonable pace a::d _e Satis-:aY standards. For purposes of this -paragraph, the price of recycled paper be considered "reasonable" if its cost is no more than 10% higher tha: lowest price offered for non- recycled paper. Reports submitted to the County by contractors shall use both sides of sheets whenever practicable. Contractors shall be responsible for maintaining' records documenting usa recycled paper for reports submitted to the County in,fulfillmer contractual obligations. Contractors shall submit such records to the Cc as required. E. in compliance with Florida Statute (Section 287.087) attached form "nrug Workplace Certification" should be fully executed and submitted wit? response in order to be considered for a preference whenever two (2) or bids /proposals which are equal with respect to price, quality, and se=_1 c received by Palm Beach County. '. The Uniform Commercial Code (Florida Statutes, Chapter 672) shall preva the basis for contractual obligations between the awarded contractor,.: and Palm Beach County for any terms and conditions not specifically star the Invitation for Bid. 0. The obligations of Palm Beach County under this award are subject = availability of funds lawfully appropriated for its purpose. H. This Invitation for Bid shall be included and incorporated in the final a The order of contractual precedence will be the bid document (original and Conditions) , bid response and purchase order or term contract orde- Any and all legal action necessary to enforce the award will be held Beach County andIthe contractual obligations will be interpreted accord'_ the laws of Florida' I. Public Records: Any material submitted in response to this invitation io will become a public document pursuant to Section 119.07, F.S. This i -c material which the responding bidder might consider to be confidential trade secret. Any claim of confidentiality is waived upon subm'_s effective after opening pursuant to Section 119.07, F.S. Bidder warrants by virtue Of bidding that prices shall remain firm for a period Oz (90) days from the date of bid opening or other time stated in special conditions. In the event of mathematical error(s), the unit price will prevail and the bidder's offer will be corrected accordingly. BIDS HAVING ERASURES OR CORRECTIONS MUST BE IN-IT IN INK BY THE BIDDER PRIOR TO BID OPENING. IF THE INTENT OR LEGIBILITY OF THE CORD IS NOT CLEAR, THE BID MAY BE REJECTED. Bidders may offer a cash -'_scount ror _ rc"r: pay, -ent. However, such discounts be considered in determining the lowest net cost for bid evaluation purposes -_ otherwise specified in the special condit.ons. Bidders should reflect any discs• _ln, be considered the uni. ,rises did. and properly invoiced as indicated in the contract- order number. 13. POSTING OF AWARD RECOMMEMMIONS Recommended awards will be publicly posted for review, at the purchasing Aepartment r to final approval, and will remain posted for period of five (5) business days. Bidders desiring a copy of the bid tabulation of the Invitation for Bid may request by enclosing a self - addressed, stamped envelope with their bid. 14. PROTEST PROCEDtW Protest procedures are provided in the Palm Beach County Purchasing ordinance. Protests must be addressed to the Director of Purchasing, in writing, identifyin( protester, the solicitation and the• basis for the protest and must be received b- Purchasing Department within five (5) business days of the initial award posting The protest is considered filed when 4Z is received by the Purchasing Department. Failure to file protest as outlined in the Palm Beach County Purchasing Ordinance constitute a waiver of proceedings under the referenced County Ordinance. 15. CERTIFYCATIONS, LICENSES AND PERMITS Vendor must include with his bid a copy of all applicable Certificates of Competency by the State of Florida or the Palm Beach County Construction Industry Licensing Boz the name of the vendor shown ©n,the bid response page. It shall also be the responsibility of the vendor to submit, prior to commencement of a current Occupational License for Palm Beach County and all permits required to co: this contractual service at no additional cost to Palm Peach County. In lieu of Beach County Occupational License, non-residents regulated by the State of 7 Department of Professional Regulation may submit a copy[ of their State of F Department of Professional Regulation License and a current Occupational License by the County or City where their business is located. 16. CODES AND REGULATIONS The vendor must strictly comply with Federal, State and local building and safety Equipment must meet all State and Federal Safety regulations for grounding of•elec equipment and for lockout /tagout processes. Bidder certifies that all material, equipment, processes, etc., contained in his bi- all O.S.H.A., ANSI, NFPA and all other Federal and State require."nts. Bidder further certifies that, if he is the s` _,ccessful bidder, and the material, equ_ etc., delivered is subsequently found to be deficient in any of the aforemer requirements in effect on date of delivery, all casts necessary to bring the zns° equipment, processes, etc., into ecmpliance shall }ae borne by the bidder. s county reserves the right to acquire some or all of these goods and services thr a State of Florida contract under the provisions of Section 297.042, Florida Statu provided the State of Florida contract offers a lower price for the same goods services. This reservation applies both to the initial award of this solicitation an acquisition after a term contract may be awarded. Additionally, Palm Beach County rese the right to award other contracts for goods and services falling within the scope of agreement when the.specifications differ from this agreement, or for goods and sery specified in this agreement when the scope substantially differs from this agreentient 20. SPECIAL CONDITIONg Any and all Special Conditions that may vary from these General Conditions shall precedence. 21. INSPECTION Or FAOXLITIZS (NON- 14ANDATORY) Offerors or quoters are urged and expected to inspect the site where services are t performed and to satisfy themselves regarding all general and local conditions that affect the cost of contract performance, to the extent that the information is reason. obtainable. Xn no event shall failure to inspect-the site constitute grounds for c charge(s) or compensation after contract award unless by reason of unforeseeable ce beyond contractor's control including, but not restricted to,, Acts of God or neglec any other contractor. Arrangements for bidder's inspection of facilities and /or acti schedules may be secured from -Dennis Barry, Parks Division, (561) 966 -6669 , for locations listed in the bid specifications for the Parks /Recreation,Department. contacts for Facilities Management are listed with each location (see pages 17 & 1s; 22. QUALIFICATION OF BIDDtRS This bid shall be awarded only to a responsive and responsible bidder, qualified to prc the goods and /or service specified. The bidder shall, upon request, promptly furnish County sufficient evidence in order to confirm a satisfactory performance record. information may include an adequate financial statement of resources, the ability to cc with required or proposed delivery or performance schedule, a satisfactory recur integrity and business ethics, the necessary organization, experience, accounting operation controls, and technical skills, and be otherwise qualified and eligibl receive an award under applicable laws and regulations. The bidder shoulA submit the following information with the bid response; however, if included, it shall be the responsibility of the bidder to submit all evidence, solicited, within a time frame specified by the County (normally within two working of request). Failure of a vendor to provide the required information within the sped time frame is considered sufficient cause for rejection o- their bid. List a minimum of three (3) experiences /references in similar wort , vaithi - the past two (21 Years including scope of work, contact names, addresses, telephone numbers and dates of service. lm 3 • RtaARD o= County Cur_- rissioners ti•.i -- s:•:ara -s cor.trac. to the _a::es4 res4 - -- +cS_.�.::5y..� X l'! a.^. $i3.-o=- ::o_`e, -- �:`: Ge=ar . =8S1S 8$ �tcs "115 2d v t.=_ - 4...� .111 LZANC-11P WITH TSZ ftARXVA `i0X=_32M8T cE STATME In c=lpiiarce with Chapter 442, ;,orida Statutes, any toxic substance resulting from bid mast be accompanied b-/ a Iftterzal Safety Data Sheet (MSDS) . The MSDS must includ Poll: wing information: a) The identity used on the chemical product's label. }y) .e chemical and the cam'aon name(s) of all ingredients which have been deter to be a health hazer. c) physical and chemical characteristics -of the hazardous chemicals (i.e., pressure, flash point) - d) The physical hazards of the hazardous chemical, including the potential for explosion and reactivity. >) The health hazards of the hazardous chemical, including signs and sympto exposure. f) The pri..ary raste(s; of entry. g) The occupational Safety and Health Administration (QSHA) permissible exposure American Conference of Governmental. Industrial Hygienists (ACGIH) Threshold value, and any other exposure limit used or recommended_ h) whether the hazardous chemical is listed in the National Toxicology Program .Annual Report on Carcinogens (latest edition) or has been found to be a pots carcinogen. i) Any generally applicable precautions for safe handling and use which are kr:c j) Any generally applicable control measures which are knoum. (e.g., ventilation source controls, etc -) k) Emergency and First Aid procedures. 1) The date of bPSDS preparation or the last change to it. m) The name, address, and telephone number of the chemical manufacturer or imps n) Any recommended personal protective equipment (i.e. gloves, goggles, respir otc.) 1D. RgEC SING AGREEMENTS WITH OTHER GOVERNME AG TES All bidders submitting a response to this invitation for Bid agree that such re constitutes a bid to the Palm Beach County School Board and to all political ent;_ Palm Beach County, Florida, under the same conditions, for the same prices and t effective period as this bid, should the bidder Teel it is in their best interest sv. f This agreement irx r.o way restricts or intzrieres with the right of ary pole- .a. of Palm ,Beach Cc;: tr , Florida. to rebid an•, a!! i :ems . !TMold to palm Reach County as a result of this bid award are subject to post al u stment. In the event an audit indicates vendor has not honored quoted P: a mad Discounts, vendor will be liable for any and all overage charges, and mad idered in default of this contract. ' 25. TIME AND MATERIAL CONTRACT (MATERIAL PF=ING) When the nature of the work to be performed requires the contractor to furnish mate_ that it regularly sells to the general public in the normal course of its business following shall apply. The price to be paid for materials (parts and supplies) under this contract shall be bi on the material cost paid by awardee plus the percent offered on the bid response p: and that in no event shall the price exceed the contractor's sales price to its r favored customer for the same item in like quantity, or the current market price, which is lower. 26• METHOD OF ORDERING (TERM CONTRACT) A contract shall be issued for the term of the award, which shall be for the desic time period or until the estimated amount is expended, at the discretion of the Coz. The departmant(s) will order requirement(s) on an "as needed" basis. All terms conditions of this bid are applicable. 27. X-0.3. POINT The F.O.B. point shall be destination. Exact delivery point will be indicated on purchase order or term contract order (PG). 28. TIME FOR COMPLETXON OR ,DELIVERY It is hereby understood and mutua^_ly agreed 'a'y and between parties hereto that the of delivery is an essential condition of this contract. BY submitting a bid response, bidder, if awarded contract, agrees to begin work not lc than twenty -four (24) hours after notification, and to prosecute the work uninterruz in such a manner, with sufficient labor, equipment and /or materials so as to insure completion within three (3) days after starting work; unless a modified completion c has been requested and approved, in writing, from the designated Palm Beach County Age 29. MIGHT TO TERMINATE Palm Beach County reserves the right to terminate this contract without cause of =Et: 10 days from date of written notice. In the event that any of the provisions a= the contract are violated by the suzzess bidder, Palm Beach County may serve written notice upon such bidder of its intent-c- immediately terminate the contract. Such -C_ice is to state the reason s: =c_ s to terminate the contract. The liability of the bidder for any and a., e violation(s) shall not be affected by any suc__ ^- ter7n'natien and vendor surety, a.' 16W1.intention . forfeited. Provisions of Pa!,-, ?eac' Co, t;• olating ? c:- :asinc C=Ginanee 16 17, Sec: _._ _ _- to sr4 1 pension and has + ofYthis contract is for 18 months. The anticipated value oIt a� 000.00 Palm Bear: County reserves the right to increase Qt °'is $ 03 amticipated value as necessary meet actual requirements, and to rebid fo, contracted goods and services at any time after the anticipated value of this contract been reached, notwithstanding that the anticipated term has not been completed. 31. ss=MffAt. OPTION ., The successful bidder shall be awarded a contract for 18 monJhL with the option to re'-141i the contract for one (11 additional 18 7onth period. Option for renewal will c:.l; be exercised upon mutual written agreement and with all original terms, conditions and -=il prices adhered to with no deviations. Any renewal will be subject to appropriation o: funds by the Board of County Commissioners. 32. WARRANTY The successful bidder shall furnish factory /manufacturer warranty on all equipment /part: furnished hereunder against defect :n materials and/or workmanship. _`hi factory /manufacturer warranty shall bac =_a effective on tre date of delive=r: ant acceptance by Palm Beach County. Should an_r defect in materials or workmanship, exee___n: ordinary wear and tear, appear during the e,bove stated warranty period, the succass=•_: bidder shall repair or replace same at no cost to Palm Beach County, 33, WORASITE SAFETY AIL SECURITY The Contractor shall at all 'times guard against damage or loss to the property of Pals Beach County, the Contractor's own property and /or of other contractors and shall be hell responsible for replacing or repairing any such loss or damage. When applicab. =e Contractor shall provide fences., signs, barricades, flashing lights, etc, necessa�: t protect and secure the work site(s) and insure that all State of Florida and OSHA sa -et• regulations are met. Additionally, Contractor shall provide for the prompt removal of al debris from Palm Beach County property as a result of this contract. Palm Reach Cc_-t.° may withhold payment or make such deductions as deemed necessary to insure reimburssme- or replacement for loss or carnage to property through negligence of the Contractor o° hi agents. 34. 1K1 VRMr.E RratTTRrn It s%iall be the responsibility of the sueCesszul bidder to provide evidence o: _- following minimum amounts of insurance coverage: Workers Compensac:on and Employers Liability coverage to apply to all employee- =. Statutory Limits in compliance with applicable state and federal laws, COVeradE -„ include Employers Liability with minim,=. =imits of 5100,000 Each Accident, Disease - Policy Limit, $100,000 Disease -B'ac Wmplc_ =e. Business Auto Policy, or similar form, shall have limits of $500,000 Per Cc::binad Single Limit for bodily injury and Property Damage Liability. coverage s..= include coverage Ecr all G,,lned Autos, Hired :autos and Non- oti %:.ed Autos. (In this the _ez.m ..utcs•, 4z interpreted to ;year. any land -,-tor vw- licle, trailer or ties' -c.ned `c_ travel on public roads,) i Commercial Genaral Liability, or Aimilar form, shall have minimum limits of $1,000,0; Occurrence Combined Single Limit for Bodily Injury, Personal Injury and Property I Liability. coverage shall include Premises and /or Operations, Independent Contrac Products and/or Completed Operations, Contractual Liability and Broad Form Property I cc'Jerages. Coverage for the hazards of explosion, collapse and underground property c (X-C• -U) must also be included when applicable to the work to be performed. (WiiF APPLICAELE: Professional Liability Insurance shall have minimum limits of $5C Per occurrence and $500,000 Aggregate.) A signed Certificate or Certificates of Insurance, evidencing that required insu coverages have been procured by the Contractor iy the types and amounts required here shall be transmitted to County prior to Contractor performing any operations unde terms of the contract. Except as to Workers Compensation and Employers Liability (and Professional liability, applicable), said Certificate(s) shall clearly state that coverage required by the con nas been endorsed to include "Palm Beach County, a political subdivision of the sta rlorica, its officers, agents and employees as Additional Insureds," -PegUired insurance shall support Contractor's Indemnity Agreement set forth in the con and shall so state in said Certificate. :urther, said Certificates) shall unequivocally provide thirty (3 0) days written nc '.o County prior to any adverse change, cancellation or nori_ renewal -of'coverage thereur kll insurance must be acceptable to and approved by County as to form, types of Cave .:nd acceptability of the insurers providing coverage. .11 insurance provided hereunder shams be endorsed to show that it is primary as rear- ,Q County. NOTE: The word "CONSULTANT" may be substituted for "CONTRACTOR" when applicable.) *NDE IFI ON 3E V �•�gardless of the coverage provided by any insurance, Contractor / Consultant s. .:de"'riify, save harmless and defend the county, against any and all c its agents, servants, or employees =-d laims, liability, losses and /or causes of action which may a: "=a"A any negligent act or omission of the Contractor /Consultant, its agents, servant: �F' --yees during the course of performing ser.7=ces under this Agreement. All bidders offering M /WBE subcontracting participation hereby assure that they wi-- the M /WBE participation percentages submitted in their respective bids will subcontractors contained on Schedules 1 & 2 and at the dollax values specified. agree to provide any additional information requested by the County to substantiate participation, ` Any successful bidder who has offered M /WBE subcontracting participation shall "M /WBE Activity Form (Schedule 4) and "M /WBE Payment Certification Forms" (Schee with each payment application.. These forms can be obtained from the Purchasing Aept upon request. Failure to provide these forms may result in a delay in processing g or disapproval of the invoice until they are submitted. The "M /WBE Activity Form` be filled'out by the Prime Contractor and the "M /WBE Payment Certification Forms" be executed by the M /WBE subcontractor to verify receipt of payment, Item 7 - M /WSE SubstitUlions After Contract award, the successful bidder will only be permitted to replace a cE= M /WBE subcontractor who is unwilling or unable to perform. Such substitution must with other certified M /WBEs in order to maintain the M /WBE percentages submitted wR bid. If a bidder cannot find a certified M11BE to replace the originally proposed the bidder must establish that they exercised good faith efforts in an attempt to Requests for substitutions must be submitted to the Purchasing Department and the of Minority /Women Business Enterprise. 01/28/1999 ELECT SIGN & LTG SVC C it is the policy of the Board of county Commissioners of Palm Beach County, Florida t Minority and Women Business Enterprises (M /WBEs) have the maximum practical opportun to participate in the competitive process of supplying goods and services to the Coun To that end the Board of County Commissioners enacted Ordinance No. 93 -28, as amend which sets forth. the County's requirements for the M /WBE program, which are incorpora in this solicitation. Compliance with the requirements contained in this section sh result in a bidder being deemed responsive to M /WBE requirements. The provisions of P Beach Ordinance No. 93 -28, as amended by Ordinance No. 95 -5, and as may be further amend are applicable to this solicitation, and shall have precedence over the provisions of t solicitation in the event of a conflict. Itom 2- Bid._. Compliance All non - certified bidders are required to submit Schedules 1 & 2 with their bid if bidder is proposing the use of M /WBE subcontractors. A list of M /WBE subcontractors be used, if applicable, on the subject contract shall be submitted with each bid (Sched 1, Participation of M /WBE contractors). For each M /WBE firm that is listed cn seed 11 a "Letter of Intent to Perform Schedule 2 must be submitted with the bid. A bid failing to submit these forms with their bid shall be considered ineligible to receiv bid preference, as described in item 3 below. Item 3 - Contract Award Criteria The contract award procedure for this solicitation will be under the bid preference sys to maximize M /WBE participation. The bid preference system as provided for in Ordina. 93 -28, as amended, requires the award to be made to the responsive bidder who includes highest M /WBE utilization as long as that bid does not exceed the low bid by more than 1 Item 6 - M /WSE_CortificaLticn Only those firms certified by Palm Beach County at the time of bid opening shall considered eligible for bid preference. IT TAKES UP TO SIXTY (60) DAYS TO SECOMS CERTIF: AS A M /WBS WITH PALM BEACH COt7xTY. If a firm is certified by another jurisdiction. request may be submitted to the Office of Minority /Women Business Enterprise in adva: of the bid submittal deadline for validation of that certification by Pelm Beach Coun° However, such firms will not be considered eligible for bid preference unless certificat: is approved prior to bid opening. It is the responsibility of the bidder to confirm ` certification of any proposed M /WBE; therefore, it is recommended that bidders contact office of 1inority /Women Business Enter.prise at (561) 233 -1550 to verify certified. =io Item 5 - Ti /P18E Suzal._ier All bidders may count sixty percent (60 %) cif their expenditures to certifiE= suppliers that are not manufacturers, provided that the M /WBE supplier(s) Per ;t 7. C07 nercially useful function (as defined in Palm Beach County ordinance ?yo. 95 -5, as be amended) . 77 TO HO_ UsY^ Tim rTION �C Licensed Zlect_ icaLl S 35.00 —/hr. x 17.§_O personnel �s apprapria4e, based on the Scope of i,,ork, pej project, aS Specified' herein 37.50 - � LOT .2 OVl�?MMINT 'ATIS (T :Cxz7p RAI •:ay��•J� 7 1`�rTV�� F CTORM: ♦ T�•� 2. LGsR _ LC:� :.. =I .._�=0 C_ n S30.60. I ^ =. r: .yo _ s.3..00 .a, 3. 'NI "ZR 71LC -X 4V-ZS -T $30.00 - /a.. :{ .105 53 .•. nn `i SS 6. T7zNC.izR TO 61 o MI a :-i TOTXL FACTORED -_�LkTEE 70"R LOT u2 s,i y 1 3.775 �! W�•a '?:. ;•.`:;_.• .r_ s �' -�fi; •i{:. n C.�i,�,..rsi ��� i �R "_�� ��Y��+,hLS � !.� c. �m� �'r n i 'j'f �- : y i '� • �i � � '✓fi ?r� r -a ~ � ' � y �� s�a�r$.a�w���.n�� ai.s i r,�. ����{{,.,,��¢�'jjv.•cy „;�( of 1fwy 9� < .{. MC Wes` =GHTM�- FI�CTOt?I3 rlicensed R lect_ ica7. S 35.00 /hr. x . 50 _ 5.,,17. La personnel _ based can rk, Per specified $s appropriate, .he Scope ci project, as - .erein minimum s3a.00 /Zr. x .05 a S___5.0__ .10 s15-00 /!^.r. x .03 x S 3 O CL = S _'7S 6. TRENCHER O 6' DE?TH S?Q _ 0n / ^_ . :c . G5 S3 n TOTAL : ACTOREO R<�ir LOT -�- c:� =r f' '1 42 7.1'.M t tT" T ... T 'S Y 1..1 1 (TIN-2 B-2. TM IMUZZWKI l ST_Gi�iT .?ACTOR^: T��SC I= Ti0?7 LOu L�► _7AT=' X =.' CT 2 A,;.G -R _. C •I/ .._ =o s30 00. /n=. .: •,p S_3_I.n minimum s3a.00 /Zr. x .05 a S___5.0__ .10 s15-00 /!^.r. x .03 x S 3 O CL = S _'7S 6. TRENCHER O 6' DE?TH S?Q _ 0n / ^_ . :c . G5 S3 n TOTAL FACTORED RATE TOR LOT 42 7.1'.M t tT" e-following Facilities management locations are to be included in contract. Please note contact person for each location. �.. STOCKADE Fairgrounds Rd. West Palm Beach, FL Contact: Bill Steinbuck (561) 588 -4660 2. STOCKADE - SHOOTING RANGE Sansbury Way Went Palm Beach, FL Contact: Bill Steinbuck (561) 688 -4660 3. CRIMINAL JUSTICE COMPLEX State Road #15 Belle Glade, FL Contact: Bill Steinbuck (561) 688 -4660 4. NORTH COUNTY SENIOR CITIZEN CENTER 5217 Lake Park Rd. West Lake Park, FL Contact: Danny Hones (561) 624 -6636 5. WESTGATE COMMUNITY CENTER 3691 Oswego Ave. West Palm Beach, FL Contact: Danny Hones (561) 624 -6636 6. COMMUNITY SERVICES 810 Datura St. West balm Beach, FL Contact: Danny Hones (561) 624 -6636 7. COTR.AN BU'S FACILITY P.B.I .A. , -Bldg. #51440 West Palm Beach, FL Contact: Danny Hones (561) 624 -6636 S. FOUR POINTS CENTER 50 So. Military Trail West Palm Beach, FL Contact: Gary Gillerman (561) 276 -1345 -9. pt�NN IN4, ZONING & WILDING la. NORTH COL•f.'TY COURTHOUSE 3400 Bej %-edare ;;d. =. West Palm. 'caC}] FL 7o' - - - ". - _. 1 ^9 lei !1 e: The following Facilities Manaaement locations are to be included in contract. Please note contact person for each location. �.. STOCKADE Fairgrounds Rd, West Palm Beach, FL Contact: Bill Steinbuck (561) 688 -4650 2. STOCKADE - SHOOTING RANGE Sansbury Wax West Palm Beach, FL Contact: Bill Steinbuck (561) 688 -4660 3. CRIMINAL aU'STICB COMPLEX State Road #15 Belle Glade, FL Contact: Bill Steinbuck (561) 688 -4660 4. NORTH COUNTY SENIOR CITIZEN CENTER 5217 sake Park Rd. West Lake Park, FL Contact: Danny Flones (561) 624 -6636 S. WESTGATE COMMUNITY CENTER 3691 Oswego Ave. West Palm Beach, FL- Contact: Danny „Hones (561) 624 -6636 6. COMMUNITY SERVICES 810 Datura St, West Palm Beach, FL Contact: Danny Hanes (561) 624 -6636 7. COTRAN B'U'S FACILITY P.B.I.A., Bldg. 451440 West Palm Beach, FL Contact: Danny Hones (561) 624 -6636 8. FOUR POINTS CENTER 50 So. Military Trail West Palm Beach, FL Contact: Gary Gillerman (561) 276 --1345 9• pLMMSNG, ZONING & BUILDING 10. NORTH COUNTY COURTHOUSE 3400 Bei %'edere i;d. _ :... Ivesc Palm 7 T2ie following Parks and Recreation locations are to be included in t contract; Contact Person: Dennis Barry, Park Department, (561) 966 -£ 1. BERT- WXXTER PARR 9. CANAL POINT CNTY ?SARK 1345 Ellison Wilson Rd.. 525 U.S. Highway #441 ,Juno Beach, FL Canal. Paint, FL 2. CALOOSA REGIONAL PARK 10. CARLIN PARK 1300 S.W. 25th Ave. 400 South A1A Boynton Beach, FL Jupiter, FL 3. DUNCAN PADGETT PARK 11. SANDALFOOT COVE PARK 3701 S.R. #715 2220 S.W. 57th Ave. Pahokee, FL, Boca. Raton, FL 4. JOHN PRINCE PARK 12. SANTALUCES PARK 2700 6th Ave. South 6750 Lawrence Rd. Lake Worth, FL Lantana, FL 5. JUNG PARR 13. FINEWOOn PARK Ellison Wilson Rd. 1$069 U.S. Hwy #441 Juno, FL Boca Raton, FL 6. JUPITER HEALTH CENTER 14. OKEEHEELEE PARK 6405 Indiantown Rd. 7715 Forest Hill Blvd. Jupiter, FL 'a West Palm Beach, FL 7. LAKE LYTAL PARK IS. PIONEER PART{ 3645 Gun Club Rd. State Rd. #71.5 West Palm Beach, FL Belle Glade, FL Contact: Gary Gillerman Dennis Barry (561) 276 -1345 (561) 966 -6669 8. 'LAKE CHARLESTON PARK 7001 Charleston Shores 16• SOUTH COUNTY REGSONAL PART Blvd. Lantana, FL 11200 Park Access Road Contact :. Gary Gillerman Boca Raton, FL (561) 276 -1345 Dennis Barry (561) 966 -6669 Pag, Tlaeufollowing Parks and Recreation locations are to be included in t contract; Contact Person: Dennis Barry, Park Department, (561) 966 -E 1. BERT- 'WXNTERR PARK 9. CANAL POINT CNTY PARK 1345 Ellison Wilson Rd. 525 U.S. Highway #441 ,Juno Beach, FL Canal, Paint, FL 2. CALOOSA REGIONAL PARK 10. CARLIN PARK 1300 S.W. 25th Ave. 400 South A1A Boynton Beach, FL Jupiter, FL 3. DUNCAN PADGETT PARK 11. SANDALFOOT COVE PARK 3701 S.R. #715 2220 S.W. 57th Ave. Pahokee, FL Boca Raton, FL 4. JOHN PRINCE PARK 3.2. SANTALUCES PARK 2700 6th Ave. South 6750 Lawrence Rd. Lake Worth, ;L Lantana, FL 5. JU'NO PARK 13. PINEwooD PARK Ellison Wilson Rd. 1$069 U.S. Hwy #441 Juno, FL Baca Raton, FL 6. JUPITER HEALTH CEN'T'ER 14. OKEEHEELEE PARK 6405 Inda.antown Rd. 7715 Forest Hill Blvd. Jupiter, FL West Palm Beach, FL 7. LAKE LYTAL PARK 15. PIONEER PARK 3645 Gun Club Rd. State Rd. #715 West balm Beach, FL Belle Glade, FL Contact: Gary Gillerman Dennis Barry (561) 276 -1345 (561) 966 -6669 $ • 'LAKE CfiARLEST01J PARR 7001 Charleston Shores 16. SOUTH COUNTY REGIONAL PARK Blvd. Lantana, FL 11200 Park Access Road Contact: Gary Gillerma.n Boca Raton, FL . (561) 276 -1345 Dennis Barry (561) 966 -6669 establish_ The sole. purpose and intent of this Invita►tior�, on an term contract for light pale repair and light��� for various Palm Beach County de a,rtmencr including Park= needed" basis, P Recreation (ballfields and tennis courts) and racilities Managemc (various parking Lots as listed herein) . Additional sit ©s and departmer requiring service may be added during the contract period and vendor w: be advised of exact location when contacted by a county Representati- The area of coverage ranges from Belle Glade to the coastline and from Bt Raton to Jupiter. Contractor will be responsible keep all designated areas representative(s). for furnishing all materials and labor operational as requested by Cou. Hourly rate for personnel and equipment shall commence upon arrival at s and terminate upon departure (actual time worked). IND:CvjDUAL PROJECTS EXCEEDING $10.000.00 SMALL NOT BE INCLUDED UNDER AGREEMENT. Work shall be completed on a time and material basis as outlined herei 1) Labor (Lot #1) - Hourly Rate shall commence upon arrival at site terminate upon departure (actual time worked). Hourly rate inclt: all equipment except as noted in Lot #2. 2) Materials shall be furnished, by the vendor, on a cost plus percent as approved by the County per bid response. The County reserves right to supply the vendor with replacement parts and materials at descretion. 3) . Services are to be performed on an "as requested" basis as coordinE by the departmental representative for palm Beach County. DEF'INI'TIONS STANDARD LABOR RATE: RESPONSE TIME: Hourly rate for work requested and completed during the hours =:00 through 5:00 P.M., Monday thru Friday, excluding Beacom cc recognized holidays. Work to be completed at the "standard labor rate" shall be sta within twenty -four (24) hours from time work zs recuested. Service requested cutszce the definition of is not considered Part of this cant °act. §SE AT.FICATTO I�L BI 8 -020 VMG The sole. purpose and intent of this Invitation to Bid is to establisr term contract for light pole repair and light maintenance, on an ' needed" basis, for various Palm Beach County departments including Park: Recreation (ballfields and tennis courts) and Facilities Managemc (various parking lots as listed herein) . Additional sites and departmei requiring service may be added during the contract period and vendor w: be advised of exact location when contacted by a County Representati- The area of coverage ranges from Belle Glade to the coastline and from B Raton to Jupiter. Contractor will be responsible for furnishing all materials and labor keep all designated areas operational as requested by Cou representative(s). :sourly rate for personnel and equipment shall commence upon arrival at s and terminate upon departure (actual time worked). INDxVXDVAL PROJECTS EXCEEDING $10,000.00 SMALL NOT BE INCLUDED UNDER T AGREEMENT. Work shall be completed on a time and material basis as outlined herei 1) Labor (Lot #1) - Hourly Rate shall commence upon arrival at site terminate upon departure (actual time worked). Hourly rate inclt all equipment except as noted in Lot #2. 2) Materials shall be furnished, by the vendor, on a cost plus percent as approved by the County per bid response. The County reserves right to supply the vendor with replacement parts and materials at descretion. 3) ' Services are to be performed on an "as requested" basis as coordinz by the departmental representative for Palm Beach County. DEFINITIONS: STANDARD LA23OR RATE: Hourly rate for work requested and completed during the ^ours =:00 through 5!00 P.M., Monday thru Friday, excluding Fa'- -n Beac- C�- recognized holidays. RESPONSE TIME: Work to be completed at the "standard labor zate" s -all be ste within twenty -four (24) hours from time work is recues=ed. Service requested outside the definition o--' is not considered mart o= this contfact. CITY OF SOUTH MIAMI INTER- OFFICE MEMORANDUM TO: Mayor and Commission DATE: February 2, 1999 FROM: Charles D. Scurr SUBJECT: Agenda Item # /4- City Manager Commission Meeting, February 2, 1999 AUTHORIZATION OF THE CITY MANAGER TO ENTER INTO A CONTRACT WITH MC HARRY & ASSOCIATES, INC. TO PROVIDE CIVIL ENGINEERING SERVICES AT A COST NOT TO EXCEED $6,000.00 FOR PHASE I OF THE 74TH STREET PROJECT. The attached resolution seeks approval to allow the City Manager to enter into a contract with MC Harry & Associates, Inc., (MC Harry) to provide civil engineering services. MC Harry is one of the three pre- approved civil engineering firms used by the City. In order to accelerate the construction of stormwater drainage systems for flood -prone areas, some projects must be "farmed out" to civil engineering firms. Currently, the Public Works Department produces plans and constructs approximately four (4) drainage improvement projects per year. Due to the public demand for quicker implementation, the attached resolution would have MC Harry produce the plans for the next drainage project on the list after the 78th Street & 63`d Avenue project. That project is being designed by Public Works, with the design being presented at tonight's meeting. With MC Harry producing the 74th Street project, Public Works can then design the next project (Twin Lakes Drive) ahead of time. The attached resolution authorizes MC Harry to begin the 59th Avenue / 74th Street project at a cost of $6,000.00. Once Phase I of the design is completed, cost estimates for Phase II design can be made. The ambiguity of total price is due to unknown subterranean conditions and potential utility conflicts, both of which could greatly complicate the design. The total expenditure would not exceed $6, 000. 00, and the disbursement would come from account No. 11- 1730 -541 -3450 "Stormwater Trust Fund — Contractual Services ". This account currently has a balance of $17,024. 00 for fiscal year 1998199. Attachments 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 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH MC HARRY & ASSOCIATES, INC., TO PERFORM CIVIL ENGINEERING SERVICES FOR THE 74TH STREET PROJECT (PHASE I) AT A COST NOT TO EXCEED $600.00, AND CHARGING THE DISBURSEMENT TO "STORMWATER TRUST FUND CONTRACTUAL SERVICES" ACCOUNT NO. III- 1730-541-3450. WHEREAS, in order to accelerate the design of stormwater drainage projects, it is necessary to retain the services of a civil engineering firm for this purpose, and; WHEREAS, the intersection of SW 74th Street / 59th Avenue is an area within our downtown with very poor drainage, and; WHEREAS, M.C. Harry & Associates, Inc. is one of the three pre- selected engineering firms approved by the City Commission to perform engineering services for the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to enter into a contract with MC Harry & Associates, Inc. to begin the design process for that project. Section 2. The contract with MC Harry & Associates, Inc., is not to exceed $6,000.00 and shall cover those services related to the initial design investigation. PASSED AND ADOPTED this 2"a of February 1999. APPROVED: MAYOR i ATTEST: 2 3 4 5 6 CITY CLERK 8 9 10 11 READ AND APPROVED AS TO FORM: 12 13 14 15 16 CITY ATTORNEY JAN.21.1999 4 :26PM MC HARRY ASSOC N0.243 P.1/1 MCHARRYASSOCiUES January 21, 1999 David K, Goodin Public Works Department City of South Miami 4795 SW 7V Avenue South Miami, Florida 331566 Re: Drainage improvements Project - Phase 1 741" Street1591" Avenue intersection Fee Proposal Dear David: MCHarry Associates, in collaboration with our civil engineer, Kimley -Horn, is pleased to submit this lump sum proposal in the amount of $5000 for your review and approval. This proposal addresses the first of a two - phased approach to improve the roadway and drainage in and around the 74" Street/591, Avenue Intersection. Phase 1 scope of work includes a study of the project area to determine construction constraints, permitting requirements, and the preparation of a conceptual cost estimate based upon a schematic layout of proposed improvements. We will rely on the information derived from the following Phase 1 tasks to define a subsequent Phase 2 design /documentation scope of work. Task 1 - Field Investigation and Data Collection ......................... ..........................$2400 The consultant will conduct one field observation session in which the existing conditions of pavement width, curb width, sidewalk, utilities, and drainage features will be noted. Additionally, one meeting will be held with City staff to receive and discuss as -built and other available data defining the area. If record information is not available, an existing conditions document may need to be developed which is not included in this proposal. Task 2 - Permit Pro-Application ..... .............. ..........................$1200 A pre - application meeting will be conducted with DEISM to discuss the proposed storm water Improvements, Requirements for storm water quality will be reviewed and alternate conceptual solutions discussed, as necessary, to achieve a DERM compliant approach to the proposed improvements, Permit fee calculations will also be discussed. Task 3 - Concept Development .................................................... .........................$2400 Once all available data Is collected and assembled, the AIE will respond with a conceptual design sketch depicting the proposed roadway and drainage improvements. Also included in task 3 is the development of a conceptual cost estimate. One meeting will be conducted in which phase 1 deliverables will be presented. Please acknowledge city review and acceptance of this Phase 1 proposal by signing one of the two original copies of this document. Keep one for your files and return the other to MCHarry and Associates. Thank you for the opportunity to serve the City of South Miami, Sincerely, M. . Harry & Associ tes, Inc. City of South Miami �._, homas M. Carlson, A..A. Charles Scurr Principal City Manager w a INTER- OFFICE MEMORANDUM TO: Mayor & Commission DATE: FROM: Charles D. Scurr SUBJECT: City Manager Background February 2, 1999 Agenda # Commission Meeting February 2, 1999 Benson Electric In October of 1998 a young man was electrocuted in a Miami -Dade Bus Shelter. The City Manager, on an emergency basis, ordered the immediate electrical inspection of all City facilities, augmenting the normal inspections that occur. This inspection included all electrical wiring /conduits in City Parks. A thorough check found some of the light conduits at Palmer Park were in need of repair. Immediate repair on an emergency basis was ordered. Benson Electric, who is on the City's bid list, repaired all the conduits thoroughly and on a timely manner. Approval is sought for the expenditure in the amount of $2,075.52 to Benson Electric, Inc. for this work. Funding will come from account number 2000 -4620, "Maintenance & Repair — Operating Equipment" which has a fund balance of $12,523.49. Recommendation Approval is recommended. Benson Electric `98 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 48 49 50 Resolution No. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS IN THE AMOUNT OF $2,075.52 TO BENSON ELECTRIC, INC., FROM ACCOUNT NUMBER 2000-4620, "MAINTENANCE & REPAIR- OPERATING EQUIPMENT, FOR EMERGENCY ELECTRICAL WORK DONE AT PALMER PARK TO RECTIFY CONDUITS LOCATED WITHIN THE LIGHT STRUCTURES. WHEREAS, The City Manager called for a survey on all electrical conduits due to the tragic death of a young child in the Miami-Dade County area due to exposed electrical wiring/conduits; and WHEREAS, A thorough check found some of the light conduits at Palmer Park were faulty; and WHEREAS, This job fell under an emergency status, and Benson Electric, Inc., who is on the City's bid list, repaired all the conduits thoroughly and on a timely manner; and WHEREAS, The City of South Miami wishes to process payment by paying Benson Electric, Inc, for this emergency work. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. That payment is awarded to Benson Electric, Inc., for the emergency repair on the wiring/conduits, located on the light structures at Palmer Park in an amount of $2,075.52 from account 2000-4620, "Maintenance & Repair — Operating Equipment." Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of February 1999. ATTEST: APPROVED: CITY CLERK MAYOR CITY ATTORNEY Benson Electric Emergency Palmer Park '98 BENSON EZECrRIC, INC. 10475 S.W. 186 STREET MIAMI, FL 33157 305-235-6741 -Phone 305.235 -4690 -Fax BILL TO City of South Miami /Parks & Recreation Attn: Rudy DeLaTorre 6130 Sunset Dr. So. Mia., FL 33143 Invoice DATE INVOICE # 11/10/98 18090 P.O. NO. TERMS PROJECT Upon Receipt QUANTITY DESCRIPTION RATE AMOUNT Electrical work as per attached Job Invoice #36610 for Emergency 921.62 921.62 j Work at Palmer Park - 6100 SW 67 Ave. Electrical work as per attached Job Invoice #36611 1,153.90 1,153.90 i FL Sales Tax 6.50% 0.00 I I i I i j i I Past due amounts are subject to 1.5% Finance Charge Total $2,075.52 10475 S.W. 185 St. �!AfAML I_DRiDA 33157 ,05) *135 -6741 TERMS V j MPLETED F € ',....,...- �a.. „m,..ry ..w e....., i....�` a�._...,. 4..e. ��....,�.+^' u ++,...„.„3, S i 36 PHONE DATA OF,�ORDER, ORDER TAKEN BY CUSTOMER'S ORDER NUMBER ❑ DAY WORK ❑ CONTRACT ❑ EXTRA JQB NAMEINUM'B)ER JOB LOCATION JOB PHONE `STARTING DATE .OE5CRIPTION OF WORK e . VT I Work ordered by TAX ature” I hereby acknowledge the satisfactory completion of the above described work. TOTAL j' I �A+. 1r, ,r t ' e(..Y P, , f� A StL D,1 3315-7 TO TERMS: DATE QF ORDER_ ORDER TAKEN BY CUSTOMER'S ORDER NUMBER QTY. -- MATERIAL PRiC`�y Ali MOUNT L STARTING DATE . v�J v f.e t�tJvfQJ r. '14 n Z C -a i0l PHONE - DATE QF ORDER_ ORDER TAKEN BY CUSTOMER'S ORDER NUMBER ❑ DAY WORK ❑ CONTRACT ❑ EXTRA JOB NAME/NUMBER - J JOB LOCATION JOB PHONE STARTING DATE TOTAL OTHER fiRS. RATI a oilection including reasonable attorney fees. ?,urrhase, agium to way interest or. Past do amounts at the rate of 18°5 oer annulm. TOTAL LABOR ° i- i DATE COMPLETED TOTAL MATERIALS TOTAL MATERIALS TOTAL OTHER Work ordered by TAX Signature d } I hereby acknowledge the satisfactory completion of the above described work. TOTAL _�j ,