8CITY 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 ! I(
Date: June 25, 2012 Agenda Item No.:
South Miami
bOd
'inf' 2001
SUBJECT: A Resolution authorizing the City Manager to expend an amount not to
exceed $1 0,0 18 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demands of the building and, includes outdated and obsolete technology utilizing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 3 I, 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 3 1st
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:
Lincoln Electrical:
$9,018 (Overtime Required)
$17,780
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:
ACCOUNT:
SUPPORT:
$10,018, (Not to exceed)
001-1710-519-4670 (with a balance of $8,755.35; pending a budget transfer)
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 # I Extending the Due date to June 5, 2012
Bid Opening Report, June 5, 2012
Proposals
2
3
4
5
6
RESOLUTION NO.: _________ _
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.
7 WHEREAS, the City accepted sealed quotations, including a quotation from Langer
8 Electric Service Company, for the replacement of an electrical panel at the South Miami Head
9 Start facility; and
10
11 WHEREAS, Langer Electric Service Company was a responsive and responsible vendor
12 who provided the lowest bid; and
13
14 WHEREAS, Public Works analyzed the quotations received and determined Langer
15 Electric Service Company's quotation as conforming to the scope of work; and
16
17 WHEREAS, Langer Electric Service Company will perform the work requested for a fee
18 not to exceed $10,018.
19
20 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE
21 CITY OF SOUTH MIAMI, FLORIDA:
22
23 Section 1. The City Manager is authorized to expend an amount not to exceed $10,018
24 for the replacement of an electrical panel at the South Miami Head Start facility by Langer
25 Electric Service Company.
26
27 Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is
28 for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding
29 shall not affect the validity of the remaining portions of this resolution.
30
31 Section 3. Effective Date: This resolution shall take effect immediately upon approval
32 by the City Commission.
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
PASSED AND APPROVED this __ day of _____ , 2012.
ATIEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CITY ATIORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Liebman:
Commissioner Harris:
Commissioner Newman:
Commissioner Welsh:
X:\Purchasing\Invitation to Quote\Electrical Panel South Miami Head Start\Resolution\7.lO.l2 CA
Approved 6.29.12 Resolution Electrical Panel.doc
M
:;,t-~"
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
IN 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
reysr@superior-electrical.com
info@langerelectric.com
gerald@gandtelectric.fdn.com
dwright@proprecisionelectrical.com
walter@harmisonelectric.com
elecmasters@live.com
benson66@bellsouth.net
estrong66@bellsouth.net
lacosta@eddhelms.com
winston@brownandbrownelectric.com
jsalgueiros@yahoo.es
tmendoza@honshyelectric.com
kilby305@bellsouth.net
jpelectricservices@yahoo.com
lincolnelectric@yahoo.com
concord electric@cbmcast.net
BiIIG@south-dade.com
CITY OF SOUTH MIAMI
PUBLIC WORKS AND CENTRAL SERVICES
INVITATION TO QUOTE
LUMP SUM PROPOSAL
SoulhMlami
b:tI.d
rrrrr
:lOUI
SUBMITTED TO: City Clerk PROJECT:
Electrical Panel Replacement: South
Miami Head Start
NAME: Maria Menendez, CMC 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: DUE DATE:
QUOTE SUBMISSION REQUIREMENTS:
All bidders must attend Mandatory Pre-bid Meeting (If Applicable) to submit a quote. Quotes submitted
after 1O: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
LUMP SUM TOTAL
Contractor shall furnish all matenals 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, FI 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 31,2010 at 10 am -Clerk's office at 6130 Sunset Drive, South Miami, FI33143
PrintIType Name: Phone:
Signature: Date:
E-mail: Fax:
Amount
Firm Name: F.E.I.N. No.: _, __ ,_,_,_,_,_,_
Address: 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 PROJ ECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST.
Exhibit # I
Insurance and Indemnification
I. 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 lOA 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-a (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.
CONTRACTOR/COMPANY 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
2
3
4
5
6
7
8
9
10
11
Date:
ITQ Title:
RFP No.:
~'-J' P w-e 'f 0::;.Q....
...}.f
,
OQ..<J e.tf ,..llmrao"Z..'
Pre.-'3.JlU'1 ~
Av",1l 1....: I\t-I\.f'e' ('S'c v-
\J IXJr
fA."""""i>A
~t"'i/lt:.f
c', ' h . 5",-. YUrpJ'
J./ (?~<-If u ,,~'-
Pre-Quote Conference
Sign-In Sheet
May 24, 2012
Electrical Panel Replacement at Head Start
Building
/«i Lt. y 1411« rv.-((
X:\Purchasing\Invitation to Quote\Electrical Panel South Miami 1-ead Start\Pre-Quote Sign-In Sheet Electrical Panel.doc
1
2
3
4
5
6
7
8
9
10
11
Date:
ITQ Title:
RFP No.:
.j:£/I~;':.s C£/
~ana.. t2iL
Pre-Quote Conference
Sign-In Sheet
May 24, 2012
Electrical Panel Replacement at Head Start
Building
X:\Purchasing\Invitation to Quote\Electrical Panel South Miami Head Start\Pre-Quote Sign-In Sheet Electrical Panel.doc
BID OPENING REPORT
Bids were opened on: Thursday, May 31, 2012 after: 1O:00am
For: Electrical Panel Replacement: South Miami Head Start
CONTRACTORS: BID AMOUNTS:
1. LINCOLN ELECTRICAL CONSTRUCTION INC. $11,730.00
THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED.
THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY
REVIEWED.
From:
To:
0.0,
Subject:
gernld@gafldteiMrkfdo(Qm' d",liohlf!pr9P1£rk!mwlr:ctr'<I\! wur !'nt'*lfk'<trK'!I@yahpprom' concord fle<1fkltrQmmt or!-Infr@l-lc9Wicr!rk(PIll' FRANCISCO CMRIEOO' !salgllci!Qs@vghoo e~
MfneUdel Man~M'~~~
Addendum Ill: Invitation to Quote -Electrical Panel Replacement at South Miami Head Start
Thursday, MayJl,20122:56:00PM
Attadlments: $!M ItmhreJ!.l IOJil'arltc aM ln1emnllicil!i(}Q CUv BMUlrfft)f:nts 5 31 12 pdf
Addendym #1 is issyed for ITO-Electrical panel at South Miami Head Start
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 $lM for this project. Consequently, the Date for
Submission has been revised to June 5, 2012 at 3:00 PM.
All other terms, clarifications and information on the invitation to quote form applies.
Quotes are due Tuesday, June 5, 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
6130 Sunset Drive
South Miami, FI 33143
Project Name: "Replacement of the Electrical Panel at South Miami Head Start"
The Invitation to Quote form mllst be returned signed and included with Your quotation
If you have any questions, please submit them to me in writing.
Steven Kulick, (.P.M,
Purchasing Manager/Central SelVices
City of South Miami
6130 SUnset Drive
South Miami, FI 33143
Ph: 30S/663-6339; Fax: 30S/663~6346
skulick@southmiamifl.gov
From: kulick, Steven P
Sent: Thursday, May 24, 2012 2:39 PM
To: 'elecmasters@!ive.com'; 'gerald@gandtelectrlc.fdn.com'; 'dwight@propredsionelectrical.com'; 'Iincolnelectrical@yahoo,com'; 'concord_electrk@Comcast.net'; 'info@langerelectric.com·; 'jsalgveiros@yahoo.es'
Cc: Kelly Barket; Webster, John; Sarah Diaz; Payne, Nkenga; Menendez, Maria 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 #1 -Work to be completed during the week; Option #2 ~ Work to be completed on Saturday.
2. Downtime: Include projected dOWntime; how many hours to complete the work. (Estimate the time)
3, Closet: The closet may be removed to complete the work.
4. AjC Cable: The #6 cable for the A/C shall be brought down to a #4 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-city" 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
6130 Sunset Drive
South Miami, FI33143
Project Name: "Replacement of the Electrical Panel at South Miami Head Start"
The Invitatjon to Quote form mllst be returned signed and inclyded wjth vour 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: 30S/663-6339; Fax: 305/663-6346
skt!!ick@so!lthmjamjf! goy
BID OPENING REPORT
Bids were opened on: Tuesday, June OS, 2012 after: 3 :OOpm
For: Electrical Panel Replacement: South Miami Headstart
COMPANIES THAT SUBMITTED PROPOSALS: AMOUNT:
1. LINCOLN ELECTRICAL CONTRACTORS, INC $17,780.00
2. LANGER ELECTRIC COMPANY $7,786.00
-
-
-
-
THE ABOVE BIDS HAVE NOT BEEN CHECKED.
THE BIDS ARE SU~JEC' /0 CORRECTION AFTER TH B S ~E ~WOMPL~_E_T_E_L'2Y~R~E;.,' =:::::::==~_
City Clerk's Sign: Witness: ~ A WitDes '-~,L-----
CITY OF SOUTH MIAMI
PUBLIC WORKS AN() CENTRAL SERVICES
INVITATION TO QUOTE
LUMP SUM PROPOSAL
SUBMITTE() TO: City Clerk PROJECT: Electrical Panel Replacement: South
Miami Head Start
NAME: Maria Menendez, eMe ADDRESS: 6125 SW 68 Street
ADDRESS: 6130 Sunset Drive ~~~~~~--------------------CITY/STATE: South Miami, Florida 33143
CITY/STATE: Miami, Florida 33134 DATE: May 18, 2012
E·MAIL: skullck@southmiamifl.gov PHONE: :.3~05~-=6673~-6~3=39~ __ -= __ ~~~~~ __ ~ __ __
MAN()ATORY PRE-QUOTE MEETING: ThursdaY,I\II8Y 24,2012, 10:00 AM DUE DATE: Thursday, May 31, 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. Ali 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
Marla M. Menendez, CMC
6130 Sunset Drive
South Miami, FI. 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 erlY'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
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, F133143.
on Thursday May 24th, 2012, 10 a.m.Contractor Is responsIble to secure all permIt' 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 31, 2010 at 10 am -Clerk's office at 6130 Sunset Drive, South Miami, FI33143
Phone: Print/Type Name: -'..::.J!J-'-=~"---L,t-,l>.r.;:;.;..L;..';"':';~...------
Signature: Date:
E·mail:
Firm Name:
Address: 1.'5"Ct:' N" ... J ;2/ ?-nt~f: {
Amount
71:1;(./ J,A"'M ..... J}///...t, f. t. ? })tJdj
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 WHEIlE 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 UNEQUIVOCAUY BINDS THE PROPOSER TO THElERMS Of ITS OFFER. THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSiVE PRICE. THE CITY RESERVES THE RIGHTTO AWARD
THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST.
May 30, 2012
ELECTRIC SERVICE COMPANY
SINCE 1939
CONTRACT PROPOSAL
City of South Miami Public Works and Central Services
6130 Sunset Drive
Miami, FL 33134
Attn: Maria Menendez, CMC
Project Name: South Miami Head Slart, Ii 125 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 quulifications listcd 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 all1p three phase main breaker panel with 30 spaces and all their corresponding breakers and idcnll fied liS Mam 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 workweel< is Monday -Friday 7:00 am to 3:30 pm)
2) All concrete/asphalt cutting or patching if needed shall be by othel's
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 shall 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 l11unicipality fees, any special permits and regular and overtime hours required to perform the above requirements
II) Corrections of code violations for work not installed by this contractor
12) Repairs to existing wiring andlor electrical systems not specifically included elsewhere in this proposal
OFFICES IN DADE" BROWARD" PALM BEACH
CORPORATE OFFICE: 6500 NW 21st AVENUE, SUITE 1 a FORT LAUDERDALE, FL 33309
PHONE: (954) 984-8489 e FAX: (954) 984-8668
Page 2
LA GER
ELECTRIC SERVICE COMPANY
SINCE 1939
Project Name: South Miami Head Start, 6125 SW 68 Street, South Miami, FL 33143
General 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 fi'om completion date or to the extenl thai
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) Ifa formal contract is required. its conditions must not deviate from this proposal without the permission of Langer Ekctric Service Company
6) Anything (verbal or written) expressed or implied elsewhere, which is contrary to these conditions, shall be null and vuid
7) Due to market conditions allmuterial or iteills sct forth in this cuntnlct prop()~lll are subject to price increase through tlllle of contract and
subject to rcview cvcry <)() (ninety) day" unless this proposal cxpI'cssly stlltcs that pricing for any such products or Items are firm <lnd tixed
Terms and Conditions:
After goods are delivered and signed for, our responsibility ceases. Title to ownership of this material remains with Langer Electric Service
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
syslems (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, will be sustained by the customer.
The terms ofthis 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 for 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 pel'formed on u 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 A40 1-1997 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.
Alter 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.
By:
Roger E. Langer, President
#EC0000099
By:
APPROVED AND ACCEPTED
Owner or Agent for Owner
Accepted __ day of_~~~_~
OFFICES IN DADE" BROWARD" PALM BEACH
CORPORATE OFFICE: 6500 NW 21 st AVENUE, SUITE 1 " FORT LAUDERDALE, FL 33309
PHONE: (954) 984-8489" FAX: (954) 984-8668
LANGE·2 OP 10: J3
ACORD· CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY)
~ 05130112
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 Al.TER 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 pollcy(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).
PRODUCER 954·776·2222 CON ACT NAME: Brown & Brown of Florida, Inc. Pj.jONf--~-------'-_ .. IfiiX---
1201 W c~press Creek Rd '# 130 954·776-4446 _ !AtC~N.Q.Jlll\);_ ------"»,---,,-.-WG, !M' _______
P.O. Box 727 E·MAIL
Ft Lauderdale, Flo 33310-6727 IlQQRESS: ----.,~ ~-
, NAIC# Andrew Naye, CIC, CRIS .-~~-
_JtII~URER(SI AFFOROltll03 COVERAGE --
--. __ ._ .. --. -~-. ._---------~---~-----... ~-----,~----
INSU8§8 A: Hanove~~.'!I~rica_'!JIl!lllrance Co+
-~--~
J 36064 ------
INSURED Langer Electric Company dba INSURER B: ·Ha_n()\lf!r InslJrance C:o.+_ 22292
Langer Electrical Services Co -----~-~
6500 NW 21st Ave, Suite #1 ~i,L~E.F1_c:.·FFVA Mutulilinsurance Co.+ 110385
Fort Lauderdale, FL 33309 _!NSURER 0:
-,.~.-.. ----.'."~ .~.~--.. "i'"
INSURER E! :~ __ --,,----------.~-----~ .. --!
INSURER F: .1
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.
i~fC --_. ~PE OF INSURANce~-~!I~: '---~OLlCY NUMBER t:.ggV!v~~~~ 1;~~i~~)Y'W';·T-·· LIMITS
.~---
EACHOCCURRE_NC.E ........... ' I s~ GENERAL LIABILITY 1,000,000
~
A X COMMERCIAL GENERAL LIABILITY ZZJ765636502 03/10/12 03/10/13 DAMAGG TO RENTED I 100,000 ...... "-=] CLAIMS· MADE IXl OCCUR
['BE~lili§ (Eanc"'-"rtl"~9J __ (
~~ ~~p !A~~~r:!e per$.onL_~_ $,. 5,000
--•. __ ""N PERSONAL & ADV INJURY • 1,OQQ.QllO -------------. -T-----
--------_. ~,,~ __ ~ ___ • 'V,~.~ 12ENE~L!~GGREGATE_l" 2,000,000
.!:'.EN'L AGGREGATE LIMIT AI~S PER: PRODUCTS~<::OMP/QP AG2.. _$ ___ 2,000,000
1 POLICY !x1~fP' LOC IElllp Ben. S 1,000,000
-"'
AUTOMOBILE UABILITY
I
COMBINED SINGle LIMIT 1,000,000 :X {C9_",Sld~U __ ~ -..... " _L ...
B ANY AUTO AHJ947690200 03110/12 03/10/13 BODILY INJURY (Per person) S
ALL OWNED --SCHEDULED ----....
--AUTOS
IX
AUTOS BODILY INJURY (Per acciden,) 5
,)( NON-OWNED Pf{0PEI~TY-D"MAGE js HIRED AUTOS --AUTOS JEr:f .1l.C!?_~I};n!1 ~>,.-----~-. , is
IX UMBRELLA LIAS j XjOCCUR EACH OCCURRENCE $ 5,000,000
I--
EXCESS LlAB __ r---__ QLAIMS.MAOE
, .. "---,.-,--.~---~-.-s,ooo,qoo B 1·-
UHJ765636002 03/10/12 03/10/13 AGGREGATE .L ....... --.-~-~-~--~
OED 1 X I RETENTION. -0· S
WORKERS COMPENSATION X I WGSTATIJ·,J,X LOTH.,
AND EMPLOYERS' LIABILITY YIN __ .~19"Y UMJIli ~--ULi.
C ANY PROPRIETOR/PARTNER/EXECUTIVE 0 VVC84000183242012A 01101/12 01/01/13 EL EACH ACCIDENT ~.J_S ___ ~_.~ 500,~00 OFFICER/MEMBeR EXCLUDED? NIA -;~~;;~-~;~E' -~;_~-~£~Q:~Eh_ (Mand""ry III NH) 500,000
~~~~~f~'fg~ ~W~PERATI()NS below E.L. DISEASE· POLICY LIMIT I s 500,000
A Equipment Floater ZZJ66636502 03/10112 03/10/13 Leased 1
Rented Eq 100.000
I
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule. " more spece i. requlredl
City of South Miami is listed as additional Insured with respects to general
lIauility If required by written contract.
CERTIFICATE HOLDER CANCELLATION
SOUTHM2
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of South Miami THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
6130 Sunset Drive
South Miami, FL 33143 AUTHORIZED REPRESENTATIVE
I
-1t1~~
® 1988·2010 ACORD CORPORATION. All rights reserved.
ACORD 26 (2010105) The ACORD name and logo are registered marks of ACORD
iU#M4,e_ Olyaa.tc
IIUIMl: .......
CWf/fliftlll:
PHOiIIII':
QUCm!W'II.rIJlllllla'.IIU8:
0lI"W.,... ...
~--....... -,.. ~.--.... -~
~~"I.iII_~ .... ~-
All bJcklersmust attend ''''1 Lf tpyflnt..llW~(1f '*II. tU ..... to submit a quote. ~~
atter I.():OC)amOft_4ueldate._be~~~speelffedlnthe~~-ofa
tlmedtan&e. Mquotes ._~totheQty(;fmisGt'ficleina~~. ThelabeJemd'll'!
enveldsle .... _ ... ~ _GIl .... .,
MIttIIM.Mall8illmia CMC
GU8~'"
So&dh-.FLJtM!J
~""'''.''I~'''''''''''''''''lIItSodtMl_1U''''~ MustInput(K$d~.ff""doe$11OtflaveaBlnformation~youf'~.IliOt"~
~~IiII.III_~ ,
TMlcmrs~~_~~Q. Asa~d~_~~II'IWt~a
~of~NmII!Ia __ .add~insu_
..
960 N. W. 73 rd Street
Miami Florida ,33150
EO. 13001591
Mailing Address
P.O. Box 611004
N.MiBrri fl, 33261
City of South Miami
6130 &.inset Drive.
South Miimi FI, 33143
Deecription
Project: EJectricaI Panel Replacement / South MiMl
Lincoln Electrical wiN provide Electrical Permit , labor at
oomplete this project.
" ,
"-
i Head Sta1:
d material to
There wID be a 12 months w.,...ty to oovas all labor al d material
fumished by Linooln Electrical.
Scope of WOfk OPTION' 1 WEEK DAYS
1-Remove Existing 3 phase 400 MA. Disconnect from inside the closet ,
to outside by Service Entrance.
2-Install a new 400 Am/3 phase 1201240 V. OUTDOO R Electrical
Service Olsoonnect by ExistIng Meter.
3-Remove Existing 200 Amp. 3 phase Electrical Oisoon nect from inside
Elect. closet to outside.
4-Install new 200 Amp. 3 phase 1201240 V. outdoor Electrical Fusible
Disconnect .
( Existing Electrical Oisoonnect in Closet are ExistIn g code violations)
that will be oorNCted.
5-Remove Existing Hot fuse 36 space panel. Install n ew 400 Amp. 3
phase 42 space GE panel.
6-Remove Existing Hot Fuse 14 space panel. Install new 200 Amp 3
phase 32 oirouit to combine
other small existing cirouit bI8aker panel
y ent1a1ce . Install 7-Remove edsting , 6 wire feeding NO on roof top b
--~-------
auantity
~~-,-~~
1
-
Cost
Estimate
Tel: 800-515--2244 A
305-899-0672
305-694--1616
Fax: 954-894-9963
I Total
~ --,
16,830.00 16,830.00
Total
960 N. W. 73 rd Street
Miami Florida .33150
eo-13001591
Mailing Address
P.O. Box 611004
N.Mlani R. 33261
City of South Miami
6130 Sunset Drive.
South Mimni FI, 33143
Estimate
Tel: 800-515-2244 R
305-899-0672
305-694-1616
Fax: 954-894-9963
.------------------~------.--.~---.. -----_._-'.-~-_r_---.----~. .,--
C8bIe # 4 copper
8-Upgrade Existing 3 phase outdoor Ale Disconnect from 60 Amp to
100 Amp. with 70 Amp fuse.
Electerical Permit
Project :
Providing Electrical plane E-sheet Elect Service Riser
Option , 2 Electrical work on Holidays or weekend
Total Job Estimate $19,900.00
Notes:
1-AdditionailnsuNd wit be submitted after approval the
estimate
2-Water pipe must be provided for new grounding if there are non by
Electrical Service Entnlnoe.
3-Electrical plan wiN be provided by Li1coln Electrical.
4-New Disconnect wiH be outdoor I New palels win be GE load center.
1
Cost Total
0.00
950.00
0.00
950.00
$17,780.00
CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MAneR OF INFORMA11ON ONLY AND CONFERS NO RIGHTS UPON THE CERnFICATE THIS
CERtIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES
BELOW. THIS CER11FICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT ~N THE ISSUING INSURER(S), AUTHORIZED
REPRESENTAnve OR PRODUCER, AND THE CEfttlFlCATE HOLDER.
,",,,,,,,,,,,,,,..,. the pollcy(les) to
may require an endorsermml A .tatement on thIS certtrlcN does not cont.r rights to the
305-899-0672~OF 954~894-9963
LINCOLN ELECTRICAL CONTRACTOR, INC
NW73 STREET
MIAMI, FL 33150
COVERAGES CERTIFICATE NUMBER' REVISION NUMBER'
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LlS1ED 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 AU. THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
r1l"--~OFINSUAANCE 'I_IWVD-~~ .~ POUCYEFF POiJ(:VEXP LllillTS
GENeRAL UABIUTY
A IZ ~MMERCIAl. Gt,NERIIL LIABILITY
I--_~J ClAIMS-MADE [l] OCCUR
B
1--' ------...... ----.... --.... -
r--------------
~'L AOORE~ LIMIT APp:t.Ff PER:
I~ LPOLlCV I I ~~8r I I LOC
__ ANYAUTO
___ AlLOWNEDAUTOS
SCHEOULED AUTOS
_ HIRED AUTOS
NON-OWNED AUTOS
c--UMBAeUA UAB L-.1 OCCUR
EXCElS &JAB ... .J_JCLAlMS-MA~
_ DEDUCTIBLE
RETENTION S
WOfIKERS COMI't!NSATlON
AJC) 1!lII'U)YI!R8' UABlUTY YIN
ANV PROPRlETORIPARlNGRJEXECUTIVE 0
OFFlCERlMEMBI::R EXClUDEO? N I A
(MIIIldatoly In HII)
~S'M~~ ~~RATIONSbok>w
GL 8081-1 07/10/11
10636041 0410112012
~CH O?!?O~---1.1. nnnono
: ~s fElloewmmcol. tlQO..OOQ.... .. _
07/10112
~.EDEXP(Anyooo~n) .. ~,_
..PERSONAI" .• &_AOV INJURV ...... ,~.2.000.000..-_._
GENERAL AGGREGATE ~ __
rPc.;..RO=DUCT~..=;S=--...:::COo::;M:;.::P,-"/OP",-,-A:;::GG=+z..$ __ ... _____ _
$
._~_. ____ ,~ ___ .. __ ~_._~ ~_ .. ,,_.,, ___ w~_.,,_·_~
$
EACH OCCURRENCE ., __ , _~_. __ ._ ... _
AG~EGATl' $. ______ .... _
-----.~--.. --rL___.-... -... ~
$
~~f[f"ma" 1_J..ll
O ... JIu...t--t--";-:;:=_-::7::
0410112013 E.L. EACH ACCIDENT $ 1,000,000 .. _
ELOISEASE-EAEMPl.OVEf 51,000.000 __
E.t. OISEASE -POLICY LIMIT $ 1,000,000
De8CfIIPTlOII OF 0PI!ftA11ONS I LOCATIONS I WlilCU!S (AIUc:II ACORD 1." AddIIIonaI ~ ~ If ....... _hi ~)
92478-ELECTRICAL WORK WITHIN BUILDINGS
91585-SUBCONTRACTOR CONSTRUCTION, ERECTION, REPAIR OR BUILDINGS
CERTIfICATE HOlDER
CITY OF SOUTH MIAMI
6130Sunset Drive
South Miami Fl, 33143
Project: Replacement of Electrical
I panels at South MiamiHead Sta
CANCELLATION
SHOULD ANY OF THE ABOVE DeSCRIBED POUCIES BE CANCEUIIO BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WlU-BE DBJVeReD IN
ACCORDANCe wmi THE POLICY PRoVCSIONS.
@ 1988-2009 ACORD CORPORATION, All rights r&HrWId.
ACORD 25 (2009109)
a;r.r_. "'''.'''IlUl.mlll"
The ACORD name and logo are registenMt mattus of ACORD
TM AGUf«.J1'Iame l'IOOlOaOaNt NID~ I'MI"f(CGf"A~