HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #8998
Date: 05/03/2021
Commission Meeting Date: 06/10/2021
Requesting Department: Department of
Resilience and Public Works
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bid - Coco Tree Service, Corp
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bids received on March 29, 2021 pursuant to IFB 1316386 for the
provision of pavement resurfacing services, on an as -needed basis, for the Department
of Resilience and Public Works ("Public Works"), from Coco Tree Service, Corp. ("Coco
Tree") as the primary vendor, Thomas Maintenance Services, Inc. ("Thomas
Maintenance") as the secondary vendor, and Superior Landscaping & Lawn Service,
Inc. ("SLLS") as the tertiary vendor, for an initial term of three (3) years, with the option
to renew for two (2) additional one (1) year periods, allocating funds from Public Works'
Account No. 13000.534000.201000 and other funding sources, subject to the availability
of funds and budget approval at the time of need; authorizing the City Manager to
negotiate and execute all other documents, including any amendments, renewals, and
extensions, subject to allocations, appropriations, and prior budgetary approvals, and in
compliance with all applicable provisions of the Code of the City of Miami, Florida, as
amended, ("City Code"), including, the City of Miami's Procurement Ordinance, Anti -
Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the
City Code, in a form acceptable to the City Attorney, and in compliance with all
applicable laws, rules, and regulations, as may be deemed necessary for said purpose.
Background of Item:
On March 9, 2021, Procurement issued IFB No. 1316386 for the provision of City Lot
and Right -of -Way Landscaping Services, under full and open competition. On March 29,
2021 at bid closing five (5) bids were received. The bids were evaluated following the
guidelines published in the bid. All bids were found to be responsive and responsible.
Bids were tabulated and Procurement is recommending award to Coco Tree Service,
Corp. ("Coco Tree") as the primary vendor, Thomas Maintenance Services, Inc.
("Thomas Maintenance") as the secondary vendor, and Superior Landscaping & Lawn
Service, Inc. ("SLLS") as the tertiary vendor, which met all requirements, per the bid
specifications, and are the apparent and responsive and responsible bidders. The
estimated contract amount is approximately $142,664.24 annually (approximately
$713,321.20 in the aggregate).
Budget Impact Analysis
Item has NOT an Expenditure
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$142,664.24 annually (approximately $713,321.20 in the aggregate).
General Account No.: 13000.534000.201000
Reviewed B
Department of Resilience and Public Works
Review Skipped 05/26/2021 10:45 AM
Office of Resilience and Sustainability
Review Completed 05/26/2021 10:52 AM
Office of Management and Budget Donovan Dawson
Office of Management and Budget Leon P Michel
City Manager's Office Nzeribe Ihekwaba
Legislative Division Valentin J Alvarez
City Manager's Office Arthur Noriega V
Office of the City Attorney Pablo Velez
Office of the City Attorney Barnaby L. Min
Office of the City Attorney Victoria Mendez
City Commission Nicole Ewan
Carolina Aguila
Alan M. Dodd
Budget Analyst Review
Budget Review
Assistant City Manager Review
Legislative Division Review
City Manager Review
ACA Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Department Head
Department Head
Completed 06/01/2021 10:32 AM
Completed 06/01/2021 3:25 PM
Completed 06/01/2021 3:34 PM
Completed 06/01/2021 3:44 PM
Completed 06/01/2021 7:33 PM
Completed 06/01/2021 7:40 PM
Completed 06/01/2021 7:47 PM
Completed 06/01/2021 8:02 PM
Completed 06/10/2021 9:00 AM
City of Miami
Legislation
Resolution
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 8998 Final Action Date:6/10/2021
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BIDS
RECEIVED ON MARCH 29, 2021 PURSUANT TO INVITATION FOR BID ("IFB") NO.
1316386 FOR THE PROVISION OF CITY OF MIAMI ("CITY") LOT AND RIGHT-OF-
WAY LANDSCAPING SERVICES FROM COCO TREE SERVICE CORP., A FLORIDA
PROFIT CORPORATION, AS THE PRIMARY VENDOR, THOMAS MAINTENANCE
SERVICES, INC., A FLORIDA PROFIT CORPORATION, AS THE SECONDARY
VENDOR, AND SUPERIOR LANDSCAPING & LAWN SERVICE INC., A FLORIDA
PROFIT CORPORATION, AS THE TERTIARY VENDOR, ON AN AS -NEEDED BASIS,
FOR THE CITY'S DEPARTMENT OF RESILIENCE AND PUBLIC WORKS ("PUBLIC
WORKS") FOR AN INITIAL TERM OF THREE (3) YEARS WITH THE OPTION TO
RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS; ALLOCATING FUNDS
FROM PUBLIC WORKS ACCOUNT NO. 13000.534000.201000 AND SUCH OTHER
FUNDING SOURCES, SUBJECT TO THE AVAILABILITY OF FUNDS AND
BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY
MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS,
INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO
ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS,
COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY
OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY'S
PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL
INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY
CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE
WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED
NECESSARY FOR SAID PURPOSE.
WHEREAS, the City of Miami's ("City") Department of Resilience and Public Works
("Public Works") has a need for City lot and right-of-way landscaping services, on an as -needed
basis ("Services"); and
WHEREAS, on March 9, 2021, the City's Department of Procurement ("Procurement"),
on behalf of Public Works, advertised and issued Invitation for Bid ("IFB") No. 1316386 for the
provision of the Services under full and open competition for an initial term of three (3) years
with the option to renew for two (2) additional one (1) year periods; and
WHEREAS, on March 29, 2021, at bid closing, the three (3) lowest responsive and
responsible bids received were from Coco Tree Service Corp., a Florida profit corporation
("Coco Tree"), as the primary vendor, Thomas Maintenance Services, Inc., a Florida profit
corporation ("Thomas Maintenance"), as the secondary vendor, and Superior Landscaping &
Lawn Service Inc., a Florida profit corporation ("Superior Landscaping"), as the tertiary vendor;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The bids received on March 29, 2021 pursuant to IFB No. 1316386 for the
provision of the Services from Coco Tree as the primary vendor, Thomas Maintenance as the
secondary vendor, and Superior Landscaping as the tertiary vendor, on an as -needed basis, for
Public Works for an initial term of three (3) years with the option to renew for two (2) additional
one (1) year periods are accepted.
Section 3. Funding is allocated from Public Works Account No. 13000.534000.201000
and such other funding sources, subject to the availability of funds and budgetary approval at
the time of need.
Section 4. The City Manager is authorized' to negotiate and execute any and all
documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, prior budgetary approvals, compliance with all applicable provisions of the Code
of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement
Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18
of the City Code, in forms acceptable to the City Attorney, and in compliance with all applicable
laws, rules, and regulations, as may be deemed necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ndez, ity ttor ey 6/1/2021
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to those prescribed by applicable City Charter and City Code
provisions.