Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 145-12-13702
RESOLUTION NO.: 145-12-13702 A Resolution authorizing the City Manager to expend an amount not to exceed $10,018 for the replacement of an electrical panel at the South Miami Head Start facility by Langer Electric Service Company. WHEREAS, the City accepted sealed quotations, including a quotation from Langer Electric Service Company, for the replacement of an electrical panel at the South Miami Head Start facility; and WHEREAS, Langer Electric Service Company was a responsive and responsible vendor who provided the lowest bid ; and WHEREAS, Public Works analyzed the quotations received and determined Langer Electric Service Company's quotation as conforming to the scope of work; and WHEREAS, Langer Electric Service Company will perform the work requested for a fee not to exceed $10,018. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is authorized to expend an amount not to exceed $10,018 for the replacement of an electrical panel at the South Miami Head Start facility by Langer Electric Service Company. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date: This resolution shall take effect immediately upon approval by the City Commission. PASSED AND APPROVED this24 ATTEST: day of July , 2012. APPROVED: READ AND ROVED AS TO FORM, LAN G , LEGALITY AND N THEREOF / EY COMMISSION VOTE: 5 -0 Mayor Stoddard: Yea Vice Mayor Liebman: Yea Commissioner Harris: Yea Commissioner Newman: Yea Commissioner Welsh: Yea X: \Purchasing \Invitation to Quote\Electrical Panel South Miami Head Start \Resolution \7.10.12 CA Approved 6.29.12 No Nos Resolution Electrical Panel.doc CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission From: Hector Mirabile, PhD, City Manager Date: June 25, 2012 l , Agenda Item No.: South Miami kzftd All- AmeNcaCBy 'I I I 11 2001 SUBJECT. A Resolution authorizing the City Manager to expend an amount not to exceed $10,018 for the replacement of an electrical panel at the South Miami Head Start facility by Langer Electric Service Company. BACKGROUND: Public Works recommended the electrical panel at the South Miami Head Start Building be replaced. The current electrical panel does not meet the electrical demands of the building and, includes outdated and obsolete technology utilizing fuse panels instead of circuit breakers. An Invitation to Quote (ITQ) was issued to solicit quotes to replace the electrical panel. A Pre -quote meeting was held at the Head Start building on May 24; (7) seven companies were in attendance. The ITQ closed on May 31, 2012 with one company submitting a proposal. The remaining companies who attended the pre" quote meeting were contacted to determine why they did not submit a quotation. As a result of that feedback, the City's insurance, specifically the umbrella coverage, was reduced from $2M to $1 M. An Addendum was issued on May 31 " and emailed to the 7 companies who attended the pre -quote meeting; the revised due date was amended to June 5, 2012. Two quotations were received with the low bidder Langer Electric Service. Included in the package is the Bid Opening Report from June 5, 2012. Langer Electric Service: $9,018 (Overtime Required) Lincoln Electrical: $177780 The overtime portion of the quote will apply since the work cannot occur while the facility is servicing approximately 45 children from Monday through Friday each week. Consequently, the work will be completed on a Saturday. In addition, staff added an additional $1,000 as a contingency for a total not to exceed expense of $10,018 EXPENSE: $10,018, (Not to exceed) ACCOUNT: 001 -1710 -519 -4670 (with a balance of $8,755.35; pending a budget transfer) SUPPORT: Resolution Picture of Electrical Panel Listing of Vendors receiving the Invitation to Quote Copy of the Invitation to Quote Form Pre -bid Meeting Sign -in Sheet, May 24, 2012 Bid Opening Report, May 31, 2012 Addendum #11 Extending the Due date to June 5, 2012 Bid Opening Report, June 5, 2012 Proposals 1. Name of Company Superior Electric Inc Langer Electric Service Co. G &T Electrical Contractors Inc Pro - Precision Electrical Contrating Harmison Electric Inc Electric Masters Benson Electric Edd Helms Brown & Brown Electric JN Elecrical Contractors Honshy Electric Co Kilby Electric Company JP Electric Service Corp Lincoln Electrical Contractor Concord Electric Contractors South Dade Electrical Supply Inc Email Address revsr@superior-electrical.com superior- electrical.com info @langerelectric.com gerald @gandtelectric.fdn.com dwright @proprecisionelectrical.com waiter @harmisonelectric.com elecmasters @live.com benson66 @bellsouth.net estrong66 @bellsouth.net lacosta @eddhelms.com winston @brownandbrownelectric.com isalgueiros @vahoo.es tmendoza@honshvelectric.com kilby305 @bellsouth.net ipelectricservices @vahoo.com lincolnelectric @yahoo.com concord electric @cbmcast.net BiIIG @south - dade.com .o.; „ CITY OF SOUTH MIAMI souihMiami Y'J %r PUBLIC WORKS AND CENTRAL SERVICES � INVITATION TO QUOTE 111P "'u`x`i "D � .� � +"'� LUMP SUM PROPOSAL cool SUBMITTED TO: City Clerk PROJECT: Electrical Panel Replacement: South Miami Head Start NAME: Maria Menendez, CIVIC ADDRESS: 6125 SW 68 Street ADDRESS: 6130 Sunset Drive CITY /STATE: South Miami, Florida 33143 CITY /STATE: Miami, Florida 33134 DATE: May 18, 2012 PHONE: 305- 663 -6339 E -MAIL: skulick @southmiamifl.gov MANDATORY PRE -QUOTE MEETING f1jtYS�t DUE DATE: TlltflsdaygTtAa�/1g1�, SO;O�t%�7tq 5 _::; QUOTE SUBMISSION REQUIREMENTS: All bidders must attend Mandatory Pre -bid Meeting (If Applicable) to submit a quote. Quotes submitted after 10:00am on the due date will not be accepted unless otherwise specified in the quote document of a time change. All quotes will be submitted to the City Clerks Office in a sealed envelope. The label on the envelope needs to read as follows: City of South Miami Maria M. Menendez, CMC 6130 Sunset Drive South Miami, Fl. 33143 Project Name: "Replacement of the Electrical Panel at South Miami Head Start" Must input project name. If label does not have all information above your quote will not be accepted. INSURANCE REQUIREMENTS: The CITY'S insurance requirements are attached (Exhibit 1). As a condition of award, the awarded vendor must provide a certificate of insurance naming the city as additional insured. SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY CITY): The purpose of this ITQ is to solicit quotes for the replacement of the existing electrical fuse panel at South Miami Head Start. The replacement must meet the electrical demands of the building, meeting Miami Dade code requirements. The scope includes all work required to replace the elctrical panel and any components if necessary, and post replacement /repairs and cleanup. DESCRIPTION OF WORK TO BE PERFORMED BY CONTRACTOR: Item Number Item Description Unit Qty Amount LUMP SUM TOTAL Contractor shall furnish all materials and equipment necessary to secure completion of the work. Contractor shall be compensated according to the quote submitted. Field meeting shall be conducted at the site 6125 SW 68 ST South Miami, Fl 33143. on Thursday May 24th, 2012, 10 a.m.Contractor is responsible to secure all permits and reflected in the Lump Sum quote. Contractor may choose to submit a quote on company letterhead but must be attached with this form. Deadline to submit is Tuesday May 310 2010 at 10 am - Clerk's office at 6130 Sunset Drive, South Miami, FI 33143 Print/Type Name: Phone: Signature: E -mail: Firm Name: Address: Date: Fax: F.E.I.N. No.: / ! City: State: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON- RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER, THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE CITY RESERVES THE RIGHT TO AWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. r: MAILOWATraffs Insurance and Indemnification 1. Insurance and Indemnification Without limiting its liability, the proposing firm shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the proposing firm, from claims which may arise out of or result from the proposing firm's execution of a contract with the City of South Miami for Performance Based Audits, whether such execution by the firm or by any sub - consultant, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The CONTRACTOR/COMPANY shall not commence WORK on this Agreement until he has obtained all insurance required by the City. The CONTRACTOR/COMPANY shall indemnify and save the City harmless from any and all damages, claims, liability, losses and causes of actions of any kind or nature arising out of a negligent error, omission, or act of the CONTRACTOR/COMPANY, its agents, representatives, employees, Sub - Contractor, or assigns, incident to arising out of or resulting from the performance of the CONTRACTOR/COMPANY'S professional services under this Agreement. The CONTRACTOR/COMPANY shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including the City's attorney's fees and expenses in the defense of any action in law or equity brought against the City arising from the negligent error, omission, or act of the CONTRACTOR/COMPANY, its agents, representatives, employees, Sub - Contractor, or assigns, incident to, arising out of or resulting from the performance of the CONTRACTOR/COMPANY'S professional services under this Agreement.. The CONTRACTOR/COMPANY agrees and recognizes that the City shall not be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the CONTRACTOR/COMPANY, its agents, representatives, employees, Sub - Contractors, sub - contractors, or assigns. In reviewing, approving or rejecting any submissions or acts of the CONTRACTOR/COMPANY, the City in no way assumes or shares responsibility or liability of the CONTRACTOR/COMPANYS, Sub - Contractors, their agents or assigns. The CONTRACTOR/COMPANY shall maintain during the term of this Agreement the following insurance: A. Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the CONTRACTOR/COMPANY shall become legally obligated to pay as damages for claims arising out of the services or work performed by the CONTRACTOR/COMPANY its agents, representatives, Sub- Insurance and Indemnification May 21, 2012 Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the CONTRACTOR/COMPANY may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, on a Florida approved form including automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance $25,000 per person; • Property Damage: $500,000 each occurrence; • Automobile Liability: $1,000,000 each accident/occurrence. C. Umbrella Commercial General Liability insurance on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $2,000,000 per claim. The City must be named as additional "named" insured for all except Workers' Compensation, and reflect the indemnification and hold harmless provision contained herein. Policy must specify whether it is primary or excess /umbrella coverage. City must receive 10 days advance written notice of any policy modification and 30 days advance written notice of cancellation, including cancellation for non - payment of premiums. All insurance must remain in full force and effect for the duration of the contract period with the City. The CONTRACTOR/COMPANY must provide not only a "certified copy" of the Binder but also the Policy itself with the name, address and phone number of the agent and agency procuring the insurance. D. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. E. The policies except for Section 10 A shall contain waiver of subrogation against City where applicable, shall expressly provide that such policy or policies are primary over any other collective insurance that City may have. The City reserves the right at any time to request a copy of the required policies for review. All policies shall contain a " severability of interest" or "cross liability" clause without obligation for premium payment of the City. Insurance and Indemnification May 21, 2012 F. All of the above insurance required to be provided by the CONTRACTOR/COMPANY is to be placed with BEST rated A -8 (A -VIII) or better insurance companies, qualified to do business under the laws of the State of Florida on approved Florida forms. The CONTRACTOR/COMPANY shall furnish certified copies of all "Binders" or certificates of insurance to the City prior to the commencement of operations, which "Binders" or certificates shall clearly indicate that the CONTRACTOR/COMPANY has obtained insurance in the type, amount, and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the CITY. Compliance with the foregoing requirements shall not relieve the CONTRACTOR/COMPANY of his liability and obligations under this Section or under any other portion of this Agreement. CONTRACTOR/COMPANY agrees to supply copies of certificates of insurance to the City verifying the above - mentioned insurance coverage. CONTRACTORICOMPANY agrees to list City as an Additional Insured of the CONTRACTOR/COMPANY 's General liability insurance and shall provide the City quarterly reports concerning any and all claims. Insurance and Indemnification May 21, 2012 Pre -Quote Conference Sign -In Sheet Date: May 24, 2012 ITQ Title: Electrical Panel Replacement at Head Start Building RFP No.: Please Print XAPurchasing \Invitation to Quote \Electrical Panel South Miami 1 ead Start\Pre -Quote Sign -In Sheet Electrical Panel.doc A 1t' ' Pre -Quote Conference S gn -In Sheet X: \Purchasing \Invitation to Quote\Electrical Panel South Miami Head Start\Pre -Quote Sign -In Sheet Electrical Panel.doc «u A ' Bids were opened on: Thursday, May 31, 2012 after: 10:00am For Electrical Panel Replacement, South Miami Head Start CONTRACTORS: BID AMOUNTS: 1 1. LINCOLN ELECTRICAL CONSTRUCTION INC. $11,730600 1 THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED, THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED, City Clerk's Sign: fitness: Fmm: TO; pq Needy. M k � /eH C :.° 6r,Nre'M vrlft VdMOr e[: Meigydez. rM :o-me.NLma Mbstei. a06JeU edt" 03; ln�fta Qoa - ne[,kal PaW ReFlaCt mitt at M Mbm He start pale: i y, May JI, ZOU 2:56:¢0 PH alUAmenU: S1M UmlEU lmuran[eab pbpmtCrdWn thy RU l" nM5tl noM As a result of feedback received regarding the City's insurance and limits of liability, the City of South Miami has reduced its umbrella coverage to S1M for this project. Consequently, the Date for Submission has been revised to June S, 2012 at 3:OD PM. All other terms, clarifications and Information on the Invitation to quote form applies. Quotes are due Tuesday, June S, 2012 no later than 3:00 PM. Quotes shall be submitted to the City Clerk's Office in a sealed envelope. The label on the envelop needs to read as follows: City of South Miami Maria M. Menendez, CMC 619D Sunset Drive South Miami, FI 33143 Project Name: "Replacement of the Electrical Panel at South Miami Head Stan" The Invitation to Ouote form must be returned, signed and included with your Quotat'on If you have any questions, please submit them to me in writing Steven Kvlick, C.P.M. Purchasing Manager /Central Services City of South Miami 6130 Sunset Drive South Miami, FI 33143 Ph: 305/663 -6339; Fax: 305 /663 -6346 skulick@soutbmiamifl.gov From; ktgck, Steven P Sant; Thursday, May 24, 2012 2:39 PM Tot 'elecmastera@ live. coma' geraW@ pandtelecbic .fdn.coma'dwlght@propredslonele Wul.com; llncolnelecbicalr9yahoo.com' ;1concord electrk@comcast.net';' info@ Wngere leciric .com';'jsalgveims@yalwo.es' Cc: Kelly Barket, Webster, John; Sarah Diaz; Payne, Nkenga; Menendez, Made M. Subject: Invitation to Quote: Electrical Panel Replacement• South Miami Head Start Thank you for your attendance today to the Pre -Quote meeting for the "Invitation to Quote - Electrical Panel Replacement at South Miami Head Start Building." Attached is the Pre -Quote Meeting Sign -in sheet. Based on today's meeting, the following clarifications were discussed and must be reflected In your quote: 1. Options: Quote two options: Option 41- Work to be completed during the week; Option R2- Work to be completed on Saturday, 2. Downtime: Include projected down time; how many hours to complete the work. (Estimate the time) 3. Closet: The closet maybe removed to complete the work. 4. A/C Cable: The 96 cable for the A/C shall be brought down to a R4 cable. S. Code: All work must be brought up to code. 6. Permits: All required permits must be pulled by the contractor. Permit fees for the City of South Miami will be waived. Any "out- of -chy" permits and fees are the responsibility of the contractor. ALL OTHER INFORMATION ON THE INVITATION TO QUOTE FORM STILL APPLIES. Quotes are due Thursday, May 31, 2012 no later than 10:00 AM. Quotes shall be submitted to the City Clerk's Office in a sealed envelope. The label on the envelop needs to read as follows: City of South Miami Maria M. Menendez, CMC 5130 Sunset Drive South Miami, FI 33143 Project Name: "Replacement of the Electrical Panel at South Miami Head Start" 'rho Invitation to Ouote form must be returned slaved and included with your quotation If you have any questions, please submit them to me In Writing. Regards, Steven Kulick, C.P.M, Purchasing Manager /Central Services City of South Miami 6130 Sunset Drive South Miami, FI 33143 Ph: 305/663 -6339; Fax; 305/663 -6346 skulick southmiamifl.eov BID OPENING REPORT �' ��;7CC1(927nyar x� yam', C tt f Bids were opened on: Tuesday June 05, 2012 after: 3:00om For: Electrical Panel Replacement: South Miami Headstart COMPANIES THAT SUBMITTED PROPOSALS: AMOUNT: 1. LINCOLN ELECTRICAL CONTRACTORS, INC $17,780.00 C 2. LANGER ELECTRIC COMPANY $7,786.00 THE BIDS . City Clerk's THE ABOVE BIDS HAVE DN AFTER' BEEN W Y REMWED. { / /':Iii'; ti \.�)i ":;:'F�` SUBMITTED TO: City Clerk NAME: Maria Menendez, CIVIC ADDRESS: 6130 Sunset Drive CITY /STATE: Miami, Florida 33134 PHONE: 305- 663 -6339 CITY OF SOUTH MIAMI PUBLIC WORKS AND CENTRAL SERVICES INVITATION TO QUOTE LUMP SUM PROPOSAL MANDATORY PRE -QUOTE MEETING: Thursday, May 24, 2012,10:00 AM SmOl1 Miami to PROJECT: Electrical Panel Replacement: South Miami Head Start ADDRESS: 6125 SW 68 Street CITY /STATE: South Miami, Florida 33143 DATE: May 18, 2012 E -MAIL: skulick@southmiamifl,gov DUE DATE: Thursd4y,'May- 33;.2012,10:00 AM.. QUOTE SUBMISSION REQUIREMENTS: All bidders must attend Mandatory Pre -bid Meeting (If Applicable) to submit a quote. Quotes submitted after 10:00am on the due date will not be accepted unless otherwise specified in the quote document of a time change. All quotes will be submitted to the City Clerks Office in a sealed envelope. The label on the envelope needs to read as follows: City of South Miami Maria M. Menendez, CIVIC 6130 Sunset Drive South Miami, Fl. 33143 Project Name: "Replacement of the Electrical Panel at South Miami Head Start" Must input project name. If label does not have all Information above your quote will not be accepted. INSURANCE REQUIREMENTS : The CITY'S insurance requirements are attached (Exhibit 2). As a condition of award, the awarded vendor must provide a certificate of insurance naming the city as additional Insured. SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY CITY): The purpose of this ITQ is to solicit quotes for the replacement of the existing electrical fuse panel at South Miami Head Start. The replacement must meet the electrical demands of the building, meeting Miami Dade code requirements. The scope includes all work required to replace the elctrical Panel .and anv components if necessary. and host DESCRIPTION OF WORK TO BE PERFORMED BY CONTRACTOR: item Number Item Description Unit Qty Amount E Ll T,L t ceir, ale .r /c" x 36•, ALVAAeod-4 A. zt' , N r/ h >lE oe :2 w-Ao E G u s .v . F I S' ' Pe4y-.;a r 6t / Le i LUMP SUM TOTALI 7, 7006 Contractor shall furnlsh all materials and equipment necessary to secure completion of the work. Contractor shall compensated according to at the site 6125 SW 68 ST South Miami, FI 33141 on Thursday May 24th, 2012,10 a,m.Contractor Is responsible to secure all permits and reflected in the Lump Sum quote. Contractor may choose to submit a quote on company letterhead but must be attached with this form, Deadline to submit is Tuesday May 311 2010 at 10 am - Clerk's office at 6130 Sunset Drive, South Miami, FI 33143 Print/Type Name: Signature: E -mail: Firm Name: Date: 3" /r5 el'z el Z F.E.I.N. No.: ' Z / Address: 4,37- 0 wig) / 5' "4¢C 1 City: State: GL rex l oifl_f`r /-/I/ 3 33 ce� 9&04.4/t T /HI5, lid' DY "T /HE THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER Or PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NONRESPONSIVE, THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE CITY RESERVES THE RIGHT TO AWARD THE PROTECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST, ELECTRIC SERVICE COMPANY SINCE 1939 CONTRACT PROPOSAL May 30, 2012 City of South Miami Public Works and Central Services 6130 Sunset Drive Miami, FL 33134 Attn: Maria Menendez, CIVIC Project Name: South Miami Head Start, 6125 SW 68 Street, South Miami, FL 33143 Estimate No : 12 -6028 Plans: N/A Date: Architect: N/A We are pleased to submit a proposal to perform the electrical work for the above referenced project in the amount of $ 7,786.00 (Seven Thousand Seven Hundred Eighty Six Dollars). This proposal is based upon performance of the work as detailed in the plans and specifications listed above using the most practical and economical practices of the industry with the addition of the terms and qualifications listed below. The following work is Included In this proposal: I) Standard insurance coverage 2) Remove existing 400 amp fusible switch, 200 amp fuse panel and breaker panel 3) Provide and install one 10" x 10" x 36" trough 4) Provide and install one 200 amp single phase main breaker panel with 42 spaces and all their corresponding breakers, to be identified as Main I of2 5) Provide and install one 200 amp three phase main breaker panel with 30 spaces and all their corresponding breakers and identified as Main 2 of 2 6) Rewire existing air conditioner and replace existing wires with #4 THHN 7) Install new grounding system, meter and riser conduits and wires to remain 8) All work is to be done during regular working hours, if Saturday work is required, please add $1,232.00 to above quote 9) Permit (Fee is waived by the city) The following work is NOT included in this proposal: I ) Overtime (Standard workweek Is Monday — Friday 7:00 am to 3 :30 pm) 2) All concrete/asphalt cutting or patching if needed shall be by others 3) Any penetrations or sealing of the roof shall be by others 4) Hoisting or scaffolding 5) Fireproofing shall be by others 6) Duct detectors or wiring shat I be by others 7) Thermostat and control devices furnished by others 8) Painting and touch -up 9) Surveying and engineering certification 10) All utility and municipality fees, any special permits and regular and overtime hours required to perform the above requirements 1 1) Corrections of code violations for work not installed by this contractor 12) Repairs to existing wiring and /or electrical systems not specifically included elsewhere in this proposal OFFICES IN DADE a BROWARD a PALM BEACH CORPORATE OFFICE: 6500 NW 21st AVENUE, SUITE 1 a FORT LAUDERDALE, FL 33309 PHONE: (954) 984 -8489 e FAX: (954) 984 -8668 ELECTRIC SERVICE COMPANY SINCE 1939 Page 2 Project Name: South Miami Head Start, 6125 SW 68 Street, South Miami, FL 33143 Qeneral Conditions: I) Langer Electric Service Company shall not be held liable for errors omissions in designs by others, nor inadequacies of materials and equipment specified or supplied by others 2) Equipment and material supplied by Langer Electric Service Company are warranted up to one year from completion date or to the extent that the-same are warranted by the manufacturer. Lamps are warranted 90 days. 3) Langer Electric Service Company shall not be liable for indirect loss or damage 4) Unless included in this proposal, all bonding and /or special insurance requirements are supplied at additional costs 5) if a formal contract is required, its conditions must not deviate from this proposal without the permission of Langer Eleetric Service Company 6) Anything (verbal or written) cxpressed or implied elsewhere, which is contrary to these conditions, shall be null and void 7) Due to market conditions all material or items set forth in this contract proposal are subject to price increase through time of contract and subject to review every 90 (ninety) days, unless this proposal expressly states that pricing for any such products or items are firm and fixed Terms and Conditions: After goods are delivered and signed for, our responsibility ceases. Title to ownership of this material remains with Langer Electric Servicc Company until bill is paid in full. There will be additional charges for any returned check. In the event that Langer conducts trenching, Langer Electric Service Company cannot be held responsible for any damage to underground systems (e.g. sprinklers, water pipes, phone, television or electrical cables, etc.) Any costs incurred as a result of nonpayment of invoice including court costs and attorney's fees, plus legal rate of interest charged from date of billing, please sign one copy of this will and return it to our office. This proposal is be sustained entering by the you in a form that customer. The terms of this contract do not authorize overtime or change orders unless approved and signed by the general contractor or owner. Langer Electric Service Company reserves the right to assess the cumulative impact of any changes to its work. Langer Electric Service Company will not be responsible far job stoppage or disputes caused by other contractors. The work described in this contract will be installed in a neat workmanlike manner in accordance with city and county codes. Any work to be performed not herein described including corrections of code violations is not part of this proposal and shall be performed on a time and material basis unless otherwise specified. Whenever applicable, this contract shall serve as a waiver of notice of intention to claim a lien under the Florida statutes. Either this contract proposal or the ALA Document A401 -1997 is the only acceptable contract. All payments shall be progressive payments during the course of the job based on work completed and /or time tickets. Payments must be made upon completion of the job. This proposal shall be deemed accepted only if signed and returned within five (5) days from the date of contract. After the expiration of said five (5) days, the acceptance of the proposal shall be optional with Langer Electric Service Company. We thank you for the opportunity to submit this quote, and hope we may have the privilege of completing this work for you. If accepted, please sign one copy of this proposal, noting the terms and conditions on the back, and return it to our office. This proposal is based upon our entering into a contract with you in a form that is mutually satisfactory, Permit fees and sales tax, if applicable, must be added to the above amount. APPROVED AND ACCEPTED Roger E. Langer, President Owner or Agent for Owner #EC0000099 Accepted T_ day of ._ ....... *r OFFICES IN DADE ® BROWARD ® PALM BEACH ` °° "" CORPORATE OFFICE: 6500 NW 21 st AVENUE, SUITE 1 o FORT LAUDERDALE, FL 33309 " Z cC lI4K1O±. 0.c PHONE: (954) 984 -8489 o FAX: (954) 984 -8668 LANGE -2 OP ID: A A4RO" _ CERTIFICATE OF LIABILITY INSURANCE DATE 05 /30D /YYYY) 05/30/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poilcy(les) must be endorsed. If SUBROGATION IS WAIVED, Subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), CONTACT PRODUCER 964. 776-2222 Brown & Brown of Florida, Inc. PHONE fA6 1201 W Cypress Creek Rd # 130 964- 776 -4446 AIC .N2€M1t_.. .____� ._. _... -.) Intc,.Ny),_ P.O. Box 6727 EMAIL Ft Lauderdale, FL 33310 -6727 nDDr1US: Andrew Noye, CiC, CRIS __ INSURER(SI AFFORDING COVERAGE NAIC d_ 11 INSURER A:Hanoyer American Insurance Co +- _ _ .136064 . INSURED Langer Electric Company dba INSURER 0 Hanover Insurance CO.+ _ ;22292 Langer Electrical Services Co INSURER C:eFFVA Mutual Insurance CO.+ !10385 6600 NW 21st Ave, Suite ##1 -- __._.� ___ ... .................__._..__...... .. _ .... Fort Lauderdale, FL 33309 INSURER D: ...... .............._........_.. - - -.. INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN6ff _.__..__._. _._____.._ LSIIBR POL1tlYEf'F pOUCYLXP _-_ -- - --,................ ___ } TYPE OF INSURANCE POLICY NUMBER MMIDO/YBYY MIAIDUIYY >fY GENERAL LIABILITY 00,000', A X COMMERCIAL GENERAL LIABILITY ZZJ766636502 03/10/12 03/10/13 EACHGOf 0 TURRE14CE rLIMITS r RAF _C,,. {Ea ogcur n 51....... _...._..... __.. 100 D00 _. _ -- — - CLAIMS -MADE f X:1 OCCUR MED EXP (Any one parson) 5,000 PERSONAL & ADV INJURY _C S 110001000 GENERAL AGGREGArE "a 2.000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP /OP AGG S 2,000,000 X l POLICY PRO- LOC IEmp Ben, S 1,000,000 AUTOMOBILE LIABILITY COMBINEOSMOLF LIMIT 1000000 B X ANY AUTO AHJ947690200 03110/12 03/10113 BODILY INJURY (Per person) 5 ALLOWNED SCHEDULED - BODILY INJURY (Per aoUdonp 5 X AUTOS AUTOS NON -OWNED x PROPLRIV UAMAI }r IS HIREDAUTOS AUTOS X UMBRELLA LIAB I X OCCUR EACH OCCURRENCE S 5,000,000 B CLAIMS -MADE UHJ765636002 03/10112 03/10/13 AGGREGATE �_$ 5,000100 ,EXCESSLIAB __. I X DELI RETENTION S 00- S WORKERS COMPENSATION X WC STA1'll. X OT H•i AND EMPLOYERS' LIABILITY __7 �j13Y.UfJ1Jfi C ANY PROPRIETORIPARTNER/EXECUTIVE a WC84000183242012A 01/01112 01/01/13 EL EACH ACCIDENT I S 500,000 OFFICERIMEMBER EXCLUDED? N/A `-- 500,000 {Mandatory b/ NH) EL. DISEASE- EAEMPLOYLEI3 If es, doscr{fxt Untlar DESCRIPTION OF OPERATIONS below .---_ �...... ..._......_..l_....__ E.L. UISF..ASE - POLICY LIMIT -_ -... ._._.._____....... S .. 500,000 A Equipment Floater ZZJ66636602 03/10/12 03110113 Leased/ Rented Eq too,aou DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) City of South Miami is listed as additional insured with respects to general liability if required by written contract. SOUTHM2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of South Miami ACCORDANCE WITH THE POLICY PROVISIONS, 6130 Sunset Drive South Miami, FL 33143 AUTHORIZED REPRESENTATIVE ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD 860 N.W. 73 rd Street Nam! Florida ,33150 ECG 13001591 Mailing Address P.O. Box 611004 N.Miarrmi F1, 33261 City of South Miami 6130 Sunset Drive. South Miami Ft, 33143 Estimate NMI••:c Description Ouantity WileTIA Total Estimate NMI••:c Description Ouantity Cost —� Total Project : Electrical Panel Replacement /South Miami Head Start 1 16,830,00 16,830.00 Lincoln Electrical will provide Electrical Permit , labor and material to complete this project. There will be a 12 months warranty to covers all labor and material furnished by Lincoln Electrical. Scope of Work OPTION # 1 WEEK DAYS 1- Remove Existing 3 phase 400 AM. Disconnect from inside the closet , to outside by Service Entrance. 2- install a new 400 Am/ 3 phase 120/240 V. OUTDOOR Electrical Service Disconnect by Existing Meter. 3- Remove Existing 200 Amp. 3 phase Electrical Disconnect from inside Elect, closet to outside. 4- Install new 200 Amp. 3 phase 120/240 V. outdoor Electrical Fusible Disconnect . ( Existing Electrical Disconnect in Closet are Existing code violations) that will be corrected. 5- Remove Existing Hot fuse 36 space panel . Install new 400 Amp. 3 phase 42 space GE panel. 6- Remove Existing Hot Fuse 14 space panel. Install new 200 Amp 3 phase 32 circuit to combine other small existing circuit breaker panel 7- Remove existing #i 6 wire feeding A/C on roof top by entrance. Install Total 960 N.W. 73 rd street NNami Florida ,33150 ECe 13001591 Mailing Address P.O. Box 611004 N.Miarri R, 33261 City of South Miami 6130 Sunset Drive. South Miami Fl, 33143 r i iir M Cost Total Estimate M��e Da"iption _ Quantity Cost Total Cable # 4 copper _ 8- Upgrade Existing 3 phase outdoor A/C Disconnect from 60 Amp to 100 Amp. with 70 Amp fuse. Electericad Permit 0.00 0000 Project : 1 950.00 950000 Providing Electrical plane E -sheet Elect. Service Riser Option # 2 Electrical work on Holidays or weekend Total Job Estimate $19,900.00 Notes: 1- Additional Insured will be submitted after approval the estimate 2- Water pipe must be provided for new grounding if there am non by Electrical Service Entrance. 3- Electrical plan will be provided by Lincoln Electrical. 4- New Disconnect will be outdoor / New panels will be GE bad center. Total $17,780.00 _...�- — �._._ ......... . ACOR" DATE wvv"') CERTIFICATE CIF LIABILITY INSURANCE 7111S CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RKIHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOE$ NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pol(cy(les) must be endorsed: N SUBROGATION IS WAIVED, subject to the terms and conditions of ttw policy, certain policies may rsquke an endorsement. A obtement on this certlflcafs does not confer rtyhts to the certificate holder in Iieu of such endorsement(ss). PRODUCER 954- 318 -2489 954 -31 &2474 "°mr' INFINITY INSURANCE SOLUTIONS INFINITY INSURANCE SOLUTIONS a%r..NQ,4 954 -31 &2469 , _. _._ A A toz 954318»247A_ -. -.._ 6412 N UNIVERSITY DRIVE NFO@IISFL.COM SUITE 132 j� TQMARAC. FL 3371 _- _._.___. __ _ INSURERIS) AFPORDING COVERAGE NAIC Y blsURM 305- 899 - 0872 -OF 954- 894 -9963 INSIM A: ME-MA1 VENI LE LINCOLN ELECTRICAL CONTRACTOR, INC INSUAM S: FUBA _._ _ 960 NW 73 STREET 04SMER C : � _ It FL 33150 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER* THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR Y. PO EfF POI,.iGY EXP TYPE OF INSURANCE wyn POLICY NUM GENERAL LIAORM EACH OCCURRENCE $ 1r 4000,,._____ A REMISES COMMERCIAL GENERAL LIABILITY CLAIMS MADE IZI OCCUR MED EX orw person) $ GL 8081 -1 07/10/11 07/10/12 pERSONAL & ADy INJURY 2,OMQO4_._.____ __.— .._..__.,.. _.. _S GENERALAGGREGATE - $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OPAC.,G $ $ POLICY I I PRO• LOC I AVrOMOD" LMMLTTY COMBINED SINGLE LIMIT $ (Ea aoddent) ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Peraodlierd) S — SCHEOULED AUTOS PROPERTY DAMAGE HIRED AUTOS (Peraccident) $ NON-OWNEOALTTOS $ _,..�___........_. .__.,_..__..�.._ UMBRELLALWB � OCCUR EACH OCCURRENCE EXCESS LAO CLAIMS -MADE AGGREGATE DEDUCTIBLE -- $ —_ _ RETENTION $ WORKERS COMPENSATION WCYATU OtRk'- AND OVLOYeRW LIABILITY $1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE r-�J EXCLUDED? N/A 10636041 04101!2012 0410112013 EL. EACH ACCIDENT (Ma dst ryInNHj E.L. DISEASE -EA EMPLOYE $ 1,000,000 — _ E.L. DISEASE - POLICY LIMIT S 1,000A00 W , dc%uibo w4or CRIPTION OF OPERATIONS below oescRwnoN OF OPERATIONS I LOCATIONS / va*Cws (AWeh ACORLL i61, AddMorw f om•rh• Scinduq, K rows spec• Is rwl4a") 92478- ELECTRICAL WORK WITHIN BUILDINGS 91585- SUBCONTRACTOR CONSTRUCTION, ERECTION, REPAIR OR BUILDINGS CITY OF SOUTH MIAMI 6130Sunset Drive South Miami I:l, 331 Project: Replacement of I panels at South SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WALL BE DELIVERED IN ACCORDANCE WnM THE POLICY PROVISIONS. Electrical _ r