Loading...
Res. No. 042-07-12427RESOLUTION NO.: 42 -07 -12427 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A SERVICE WORK ORDER WITH BENSON ELECTRIC, INC. FOR EMERGENCY FIELD LIGHTS REPAIR AT THE GIBSON- BETHEL. COMMUNITY CENTER IN AN AMOUNT OF $55,440.00 PLUS 10% CONTINGENCY ($5,544.00) TO BE CHARGED TO THE GASH RESERVE AGGOUNT ( NDESIGN TEDl FUND B i NCE HALF TO THE CRA AND HALF TO THE CITY'S CONTINGENCY ACCOUNT; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City commission wishes to provide much needed field lights at the Gibson - Bethel Community Center; and WHEREAS, the Mayor and City Commission authorize the City Manager to execute a service work order with Benson Electric, Inc. for the repairs to field lights in an amount of $55,440 plus 5% contingency of $5,544 for a total of $60,984; and WHEREAS, due to the safety concerns at the center, the total cost of the project will be funded frern the City's Cash Rose , e. . half from the CRA and half from the City's Continaency account. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission authorize the City Manager to execute a service work order with Benson Electric, Inc. for the repairs to field lights in an amount of $55,440 plus 5% contingency of $5,544 for a total of $60,984. Section 2 That the repair cost is charged to the Gity's Cash Resew° °^G ^,'Rt. half from the CRA and half from the City's Contingency account. Section 3. The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this 6th day of March , 20Q7_ AT TEST: A ROVED: �,-. CITY CLERK - MAYOR READ AN AS TO FORM Luis K. reao, Nag-in Gallop & Figueredo, P.A. Office of City Attorney COMMISSION VOTE: 5 -0 Mayor Feliu: Yea Vice Mayor Wiscombe: Yea Commissioner Palmer: Yea Commissioner Birts: Yea Commissioner Beckman: Yea South Miami mian ea car I I CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER R INTER - OFFICE MEMORANDUM 20 0' To: The Honorable Mayor Feliu and Members of the City Commission Via: Yvonne S. McKinley, City Manag From: W. Ajibola Balogun, REM, CFEA, D ctor Public Works & Engineering Department Date: March 6, 2007 Agenda Item No.: Subject: Emergency repair service work order with Benson Electric, Inc. for the field lights repair at the Gibson - Bethel Community Center. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A SERVICE WORK ORDER WITH BENSON ELECTRIC, INC, FOR EMERGENCY FIELD LIGHTS REPAIR AT THE GIBSON- BETHEL COMMUNITY CENTER IN AN AMOUNT OF $55,440.00 PLUS 10% CONTINGENCY ($5,544.00) TO BE CHARGED .TO THE . CASH RESERVE ACCOUNT (UNDESIGNA &TED FUND BALANCE); PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to execute service work order with Benson Electric, Inc. for the emergency repair services to the field lights repair the Gibson - Bethel Community Center. Reason /Need: In response to the safety concerns regarding insufficient field lights at the Gibson- Bethel Community Center, we requested for emergency bids immediately following the engineering design, last month. On the last day to submit the bids, we received the following 2 proposals: o Benson Electric, Inc. $55,440.00 o Switchgear Electrical $59,165.00 Fortunately, the lowest responsive bidder (Benson Electric, Inc.) is a qualified bidder with Miami -Dade County for electrical services under bid number 2385 - 4/08 -1. As a result, Benson Electric's bid is consistent with the County's approved rates. As discussed last month, thi4 expense was not budgeted because the department director did not include the expense in his budget request last year. So, we are requesting funding from the cash reserve. Our total request of $60,984 includes the base bid of $55,440, plus 5% contingency ($5,544) for unforeseen expenses during the repairs. The total cost does not include replacement of light fixtures. Cost: $60,984.00 Agenda Item No.: Emergency Field Lights Repair Mar. 6, 2007 Funding Source: The City's Cash Reserve (undesignated fund balance). Backup Documentation: ❑ Proposed Resolution ❑ Proposals submitted from Benson Electric, Inc. & Switchgear Electrical ❑ Copies of electrical engineering design plans. Page 2 of 2 Job Proposal Benson Electric, Inc. 10475 SW 1.86f1- Street Miami, Florida 33157 (345).235 -6741 Fax (305) 235 -4690 Proposal subrnitted to. CITY OF SOUTH MIAMI 4795 SW 75 AVE MIAMI, FI.33155 RU ATT, RUDY D15 LA TO :Mxt R V AKY 16, 2007 FFAXUPGRADE OF N UM y PARK BALL WIRING, LACE -6350 8.7208 Praposul Specification: WO are pleased to provide you with 4 proposal to perform electrical work for th6 project referenced above, Our proposal is based on the following, ball field light wiring s pox ply and pa�c'ss given by of y. perni�t included y for upgrading of We appreciate the opporhtnity of providing you With this proposal, Please do not hesitate to 0411 if you havo =y questions regarding our proposed scope. Notes: Does not include auy patching or painting. Not responsible for any violation or fees inspector may find not related to work being performed. All work will be doae duritng xcormal working hour,$. e ish materials and labor in accordance with the specification above for the sum 0 55,440.44 iv s pt•opo9al maybe withdrawn by us if not accepted within 3Q days. Payment ter r illing. All malariala am gi,:trenteod to be JS specified, All work to be eomplered in a workan2n1ke menncr accordiq to standwd practices. Any auerueion oc deviation duns slip above apocifLuliou involving extra calls v+lli be executed Only upon the igSua�c6 oPwrittwr aheugc orders and Ow er to C tut extra charms over dtc Q aceS die estlmata. A11 dereernents nro ct Urtaant upon strikes, accidents or delays hoyond our cantroi. Owner to ehrry fire. tonrado and ad�er nao2ssary insluaoeo. C3vr workers are belly covered by Workman's Corrtperrsadar insurance Authoii ' i cure Acre tans Si p grrattue Lnson Eloctric, Inc 8vertork Williams ho above prices. specificadons and conditions Ore Satisfactory acrd arc hereby acccptod. You are hereby auchorixed to pr'Oetad Willi the work as describe'l. Pdymeat $11 all be r$ specified. 10/10 39Vd /A /7A mild DIL10313 NOSKiE IWV1W Hlnos AO AiI0 a5sv- SEZ�5l�1; 5T:91 LOOZ /91:/Z0 8OZ48999BEG EZ :6T L00Z /GZ/ZO _ - -- I- -1- nVVT LJn LA IUKKF Aare; 212112007 Tifne: 10:5SAS AM Page 2 oil - SW1TCHGEiUt ELLCTRICAL CONTRACTORS, INC_ 6940 N,W.12TH STREET MIAMI, FL, 33126 STATE CERTIFIED ECO00207 305 - 596.1500 NAME /ADDRESS CITY OF SOUTH M1A1141 130BL1C WOkKS DEPARTMENT :1795 S.W. 7:714 AVENUE MIAMI, ILA. 33155 ATTNI. MR. RUDY DE LA TORRE ELECTRICAL QUOTE E91M Purchase Order No, Terms Rep Account No. PENDING HNOINC G21 Quantity Item Description 1 Project Bid WF'PROPOSF. TO PROVIDE ALL LABOR, MATERWA, E QU1I)MEN'1' & PR;RMI'1' t:OR TRIE FOLLOWING 12 LEG"I'RICAL INSTALLATION: AS PER PLANS do SPEC,IF'ICKPIONS DATED 01130107 TITLED : WIRING UPOR-ADE FOR 171-000 LJC)11TING A'1': MURRAY PARK MLTI.TJPURPOSF (ENTER 6701 S,W. 58TI -I PI..ACE SOUTH MIAMI, PLA. ntln; ltL1D Y DFi 1.. A'1'ORI L . 305 - 796 -1543 DES1(jNF1 )BY :COJI1t11RASSOC.IAT'li1 305.416 -9655 PALLS EA THRU E-3 We 1066, ffim d to kaaping, you as a cun-Jomer. - PLEASE PRINT NikME: POSIT[ON: m.. DATE: - -•- -• • -- Customer Approval: Total Project Total 59,165.00 $5 9,165.00 LOIC0 A9V8 IWVIW Hinus .90 A= BOZL899S EG 8Z :ST LOOZ /LZ /Z0 03/22/2006 11:00 305- 235 -4640 HENSDIy ELECTRIC PAGE 01/08 MIAMI BENSON ELECTRIC INC � . pa�') � «meet Management PUrch1q;nS OlvISIon 111 NW 151 SUM I Suite 3300 ,JAN 1 4. 2006 Miami, Florida 33128 -1974 T.305- 375.5289 F 305- 375 -4407 305 -372 -6'126 npq Coardioalion RECEIVED miamidade.guv A6enda Cw.dinalion Animal RNices A�,1,,f}/��11/20061-� _ —t in puyfic pieces Ati' . James Clark A,rd' +I and M-,yenenl SeNices BENSON BLECTRIC, INC. (5912764'89)1 104'7s s,w.186�'' sc. Aviation - 6vildirsK 1vTialni, FL 33157 flullrling Code C2mplfancx OP TT(* 1 O UNT w euein ° SS beuelGPMzrl Cpital Insprwemtnt5 131D NO.: 2385-4/08 -1 l!F C:ileen? Indt- pendenl3'r5nsf7PrWli4nTr�sl industrial E1ectiica1 SE1V10Ls (Trequa1tficatlon) r CnnSmeac- o UM= and PvWic T.v r; . Ctl Rfrr'rL niCaIlQnS Dezr Vr'ndQi: Cvmfnunlly Aclion A3;ncy . Comrn —ily ECOACMIC . You are hereby notified that the County intvnds to exercise our option to. =ew fai- the abovk: Community kclnPbnp referenced contract. Conturav se -Icel, Correclions b Rvhabll;talion The renewal is contirigetit upon compliance wit11 County ordinances, Affidavl ;s, etc. Sbould your c Iwr.k W.;,,' cornpdny be in g11�u- c0ur►uli�nce, please Subrrrit this r:quirad doculrleut(s FipoUOns imarguncyManagcmeni Thv rtneWal is also contingetlt upon coaA#anoe with the Contract docurnents, wherain }toll UE: jarploy¢a Rebilons 'required to sublrlit naw documentation' for the option yaar. Th"U items have been nlzyked - Lmpowerme °t Trug below. Eet¢rprl,e Tear «,i.leg, &oricea / fn�ironmpnSalR�ucnc6f ✓ynlig4m¢nl CERTWIC.,tTE_4_ F I S1URANCE - Shall be subrrutted to this ]MYEmplpymgnt Practices office no Liter than thirty (30) caltuAdar days prior to Financ4 - romitivneeruent of the idly contract term. �Ife l{e,a4,C - C Ceneni SCrvim Adm'rnislrailoa ❑ PERTORKANCE WND - To be submitted to this office no later HiskorlePluoll llon tivm thirty (30) calendar days prior to cominancelooent of the new 1- Iamerle5s TiuSk contract term in the amount of S .A copy of the (/!° °° "SABtna' Perforcmauca Boad form is enclosed for your use. Hcuring Fmeaee Autborlly NO OT)RER FORMS W111, BE AC;CEP"riED. 1 � 41Umars SQNie4a J t�dcpgtldunlBCviawPanel Subsequtnt w the review and acceptance of the above mAi;ked item(s), this office Shall issue a lni— mVanal Trade Consonium- new purchase order(s), )uvcnilu N, w.umana Cenler �� hladicaf EadrnineC.,through aew contract puitrb • 711 be 2335- 4 /09-2, and thus term. shall be fron) March 01, 2006, Mvllannin mi gani Plan F'+<l7l'1 iry 28, 2007 Mctrapali4sn Planning Organisation Park and Reerenllen lmiadorl, feel fried to ooritacr this office at 305 -37S -4359. 151 e—ltno and Zoning . pence � 5incerely, 1'ruCa remenk Managemtnll propcny Appraisal NCA D [_ NTY public Library 5yslen, public Works Safe Ketghborhoad FSAk•: a rra Suuparl imurance Con)pliance C rordinaior Solid Waraa Management 5trlegicBusirir_aManagemens r�r� . Tahm Melt° Attachments Tmncik YSskdarceonUrbankwanikkewiulizufnn 600d,400 - - y M Aral Carden: Y `'ri it f.r: ; „'"'~• F .'� Af r 'j Vlue a UskRm irr' L0 1ti0 39Vd IWdIW Hinos A0 A= 80ZL899GO66 6Z:6T L00Z /LZ /Z0 03/22/2006 11:90 305-235-4990 BENSON ELECTRIC From} I ua PACC 02/09 ij mrj,, *;r •�-' -ICAz= .)r , ;x, -IF 0SQPA&ra 05TU- erELOW I-Aut! SEEN 6;P40 P� *Z C: Irs, 0 qr—OT M. 'r 99 1;3k'E-3`;F PLe-,it) ti< 1pr"04*' Arg' PCECI t* 7AE P00:10 Qt'J-'AiffFD �'EEVI Pl "Je4:' 7':' 14C -V11,3, "i, w;m ,we M-WF GCGrl PUVa' rc - E� Tp Lmrfi T N p3- -IM..W. m TF I I :'�- 'Q QF j I C U " 'r � POLICY kUAWGR O7M INpD h , OATS — GENFRALWAUILM, h X'WAREW, 111'400'00D SC23 65-072S 0!1 /01 /OS 09/01/On EX I i X 1 Sr*ad Pozm z, o0r) 000 A;Jt0f,lQ0L5 UAWLIYV E� 1 000. 000 X D:L p5 1 0!; 0 1 %06 -:?:,jF: -.7 X X F P li� Te C-nl. g'r'L GARAGE LIZILM 1,000,000 VcEggeublSRELLA UAS11'rY vE 2532775 1'000'000 E:. - H 5 G. 00 FHPL0YtEFJ5'jJA&lLl7f 04/01/06 HL B 0330 09735 -I L �-M OTHER Rental 5,000 A I Equipment Floatex scP36949726 09/02/0� 5 Bid RD: 2535•4/08 -1 InduBtrizI rloctr�aal Services certificate Holder, blian't Dsd(2 CCUAty iS IlSted as 40clitioMal 'nf;`LrE`d' 5HOULO ANY OF TH2 ABOVE DEFCRl&EDPQLlC*3SE CMJerjLED 2EFbkG THE CXPIRATI&I DATcTH4AECIr 114e 106LM40 IN2LW9 WILL 4NP;-;AVOR TO MAIL xQjjCg TO THE c9ATIFICATr HOLDER HAMEO TO THE LEFT. SVF FNLURa TO DO CO SHALL Miami Dade County LIPASE RD OBLIPAnON OR LVBl" OF ANY WND woN. Tiir= jPtsuREFL Trg AGENT8 OR j.11. p;j I Stteet,, #2340 R&REB8STATIVES. DARYL TORRr-0 - A266851 RVACORD CDRPDRATION 19W 25 /-0/90 39Vd iwviw Hinos JO AiI3 6K/-89950E6 cz:GT L00z/zz/z0 CONTRACT AWARD SHEET DEPARTWN'' Off' PXOCUR;F;MENT MANAGEMENT PURCRASING DIVISION SPO # ABCW0500353 131D NO.: 2385- 4108 -1 Previous Did No.: 2385- 4108 -0TR TITLE,: Industrial ElecLrical Services (Pre- qualification of Bidders) COMMODITY CODE NO.: 909 -39 OTR YEARS: I OF 4 LIVING WAGE APPLIES: [� YES ® NO CONTRACT PERIOD: 3/1/2005 through 2/28/2006 AWARD BASED ON MEASURES: ❑ YES Z NO :j SR.PROCUI'ti'MLNT AGENT: Laura Goozalez PHONE:36S -37S -390=4 FAX: 305 - 375.4407 EMAIL ADDRESS: 1a%iinz@miamid9de.ouv PART 91: 'VENDOR AWARDED F-EJA.: 591584938-01 VENDOR: A.inerican Eloct;zc of Miami, Inc. STREET: 11371 SW 208 Drivo CI'I x' /SIATEIZTP: Miami, Florida 33189 T.O.B. TERMS: Destination PAYMENT TERMS; Net 30 DELIVERY: As R1;quired TOLL FREE PHONE # N/A ,lsIONE: 305 -253 -9131 FAX: 305 -253 -4608 E -MAIL: amerel cr bellsocfUiet CONTACT PE RSON: Pack Pliner DFPAR1Nfi: NT OF PROCUREMLNT MANAGEMENT PURCRASIN'v llIVISIom 1 AWARD SHEET, doe Rnviced 09/19100 L0 190 39V6 IWVIW Hinos A0 hlID 80ZL89990£6 £Z -6L LOOZILZIZO F_E.LN.. VENDOR, STREET: CITY /ST ATEMP! F.O.R. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONE, # PHONE: FAX- CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITYISTATE/Z1P: F.OX..TERMS; PAYMENT TERMS: DELIVERY: TOLL 1+12E>k PHONF, # PHONE- FAX: E -MAIL: CONTACT PERSON: F.E.LN.: VENDOR: STREET: CITY /STATE /ZIP: F.O.S. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONIC, # PHONE: FAX: E -MAIL: CONTACT PERSON: F'.E.LN.: VENDOR: STREET: CITY /STATE /ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONE N PHONE: FAX: E -MARL: CONTACT PERSON: 592429661 -01 Dato Electric Lie.. 641 Desoto Drive Miami Springs, Florida 33166 Destination 2 %l 0 NET -30 As Required NIA 305-883 -7319 305- 805 -4688 DA`rODIANE@IOL.COM Diane Williaiils 591236489 ' Benson Electric 1uc., 10475 SW 186 Sheet Miami, Florida 33157 cstinatioll Net- 3 As Required NIA 305- 235 -5741 305- 235 -4690 B enson66 @Mlsouth..tlet .lames Clark 591144828 -01 Caliies Electric Inc. 1089 SE 9h Court Hialeah, Florida 33010 Destination Net- 15 As Required NIA 305 -888 -0705 305 -883 -9379 quotc@)callieseleotric.com Gordon Sims 593605868 -01 Bdd 14ehns Group Inca 17850 NE 5"' Ave Miami, Plorida 33162 Destination Net 30 As Required NIA 305- 653 -2520 305- 651.5527 ikoniaTiny@eddhehn.s.com Joseph Komanmy DEPARTMENT OF PROCUREMENT MANAGEMENT P•URCRASING DIVISION 2 L312-9 BJVJ IW4VIW HERDS 2a Aiio 8OZZ899SO66 AWARD JkJEFT.dno Rvvieod 69119/00 SZ :61; L00Z /LZ /Z9 _17M -17 M2 1 mvid _ AS IW9 IT 1111 d31N30 3sod8nd i iinvq N8vd kvmm LU I wimst-Rm'm aDd 30mdn Owmim Rl� IN J ! s | || ■��) . §| � || all �) ƒ� §� ) \� 30".x__,_ a]IN]o ]SOdHn d!±]nm wwvd kvHdnw m m_,_ -W _ _dn m.IN � Q § §! §\ §� | �4 �! � | &! § | k� ■ §„ § k� � 2� \ |§ R lie % � | � ■ if ° m . ■ Q § §! §\ §� | �4 �! � | &! § | k� ■ §„ § k� � 2� \ |§ R Val n| ! 3*VId _ M 101 831N30 ]SOdandiiinw y8dd ),d68n4 | , u ;17 __._� _ _ln _.1 § k�[ !] - f . K | ]�