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
|
]�