Loading...
Res. No. 083-06-12224RESOLUTION NO. 83 -06 -12224 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO DISBURSE AN AMOUNT NOT TO EXCEED $8,000.00 TO FLORIDA ELECTRIC CONTRACTING SERVICE, INC. FOR THE REPAIR OF ATHLETIC FIELD LIGHTS AT PALMER PARK TO BE CHARGED TO THE HURRICANE WILMA FEMA ACCOUNT NUMBERS 001.0000.115.5037 AND 001.0000.115.5035 AND THE PARKS AND RECREATION DEPARTMENT'S MAINTENANCE & REPAIR ACCOUNT NUMBER 001.2000.572.4620; PROVIDING AN EFFECTIVE DATE WHEREAS, Parks and Recreation Department must repair and /or replace athletic field lights at Palmer Park that have either burned out or were damaged as a result of Hurricane Wilma; and WHEREAS, The City Charter provides for the City to make purchases through other governmental agencies that have followed similar bidding procedures to the City's; and WHEREAS, the Parks and Recreation Department wishes to access the School Board of Broward County Bid # 24 -052R for Security and .Sport Lighting Systems, Survey Identification, Preventive Maintenance, Repair and Installation awarded to Florida Electric Contracting Service, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, THAT: Section 1. The City Manager is authorized to disburse an amount not to exceed $8,000.00 to Florida Electric Contracting Service, Inc. for the repair of athletic field lights at Palmer Park. Section 2. The first $5,000.00 of the payment be charged to the FEMA Hurricane Wilma Account numbers 001.0000.115.5037 and 001.0000.115.5035 with current balances of $4,375.00 and $625.00 respectively; and the final amount up to $3,000 be charged to the Parks and Recreation Department's Maintenance & Repair Account Number 001.2000.572.5630 which currently has a balance of $6,049.22. Section 3. This resolution shall take effect immediately upon adoption. SIGNATURE PAGE TO FOLLOW Honda Electric scl, 6c, hip. Rosolution Pnkge 1 oft Res. No. 83 -06 -1224 PASSED AND ADOPTED this day of 2006. ATTEST: APPROVED: CITY CLERK 4501R�4 Commission ote: 5 -0 READ AND.APP-ROV AS TO FO M Mayor Feliu: Yea Vice Mayor Wiscombe: Yea -- —� -- - Commissioner Palmer: Yea CITY AT OR EY v Commissioner Birts: Yea Commissioner Beckman: Yea C\Documents and Settings \ArickeWy Documents \Word Documents\ Resolutions \FloridaElectricPaimerPark.doe Florida Electric Coiitracttub 4et�viGe. lyre, Reso',luiiml -- l'ago 2 or2 To: Via: From: Date: Subject: South Miami QIIRme�ioaCilV CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM 2001 The Honorable Mayor Feliu and Members of the City Commission Yvonne S. McKinley, Acting City Manager Alan Ricke, Parks and Recreation Director June 6, 2006 Repair of Athletic Field Lights l� Agenda Item # Resolution: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO DISBURSE AN AMOUNT NOT TO EXCEED $8,000.00 TO FLORIDA ELECTRIC CONTRACTING SERVICE, INC. FOR THE REPAIR OF ATHLETIC FIELD LIGHTS AT PALMER PARK TO BE CHARGED TO THE HURRICANE WILMA FEMA ACCOUNT NUMBERS 001.0000.115.5037 AND 001.0000.115.5035 AND THE PARKS AND RECREATION DEPARTMENT'S MAINTENANCE & REPAIR ACCOUNT NUMBER 001.2000.572.4620; PROVIDING AN EFFECTIVE DATE Request: The Parks and Recreation Department is requesting approval to contract with Florida Electric Contracting Service, Inc. for repair of the athletic field lights at Palmer Park. The work requires specialty equipment only available through a handful of vendors. The Parks and Recreation Department will be piggybacking off of Broward County School Board Bid # 24 -052R for Security and Sport Lighting Systems, Survey Identification, Preventive Maintenance, Repair and Installation (see attached). The best available time for this work is between the current youth baseball season and the upcoming youth football season. Reason /Need: Each year, the Parks and Recreation Department budgets for the replacement of lights on the ball fields at Palmer Park. This year, additional work on the ball field lights has become necessary due to the effect"- Hurricane\A4[ma A- number- .- ofJights— ers_afEecfed-b-X heavy winds and need to be re- aimed. Cost: $8,000.00 Funding Source: Funding for this purchase is included in the current Fiscal Year budget in the Parks and Recreation Department's Maintenance & Repair Account number 001.2000.572.4620 with a current balance of $6,049.22, and in the FEMA Hurricane Wilma Account numbers 001.0000.115.5037 and 001.0000.115.5035 with current balances of $4,375.00 and $625.00 respectively. Backup Documentation: Draft Resolution Copy of School Board of Broward County Bid # 24 -052R Page 2 of 2 THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA 7720 WEST OAKLAND PARK BOULEVARD, SUITE 323 • SUNRISE. FLORIDA 771346704 •TEL 754.3214505 170NNiE CARTER SCHOOL BOARD Dirarto, ofPuwaharing , April 20 2004 P Gan STMA I ANDREWS R. CAan JUDIE S BUDNICK KRAFT. FSO DARL S. BUDNICR BEVER L & CIALL OR, RO A M FARM NER Florida Electric Contracting Service, Inc. DA ROBERT Y XMIN. TISIN auary atmwsn=.s+ 1445 SW 21 o Avenue LOIS NEXLER Ft. Lauderdale FL 33312 as2UAMIN f. wO.LrAW DA FRANA TLLL SuVrnnterulmt n /4hoo4 Subject LETTER OF AWARD /CERTIFICATE OF INSURANCE Bid Number. 24-0528 Description: Security and Sport Lighting Systems, Survey Identification, Preventive Maintenance, Repair and lnetallation Term Contract: May 1, 2004 through June 30, 2006 The School Board of Broward County, Florida has accepted your bid for Primary: Item 1 subject to compliance with subject bid specifications, terms and conditions, all pertinent laws of the State of Florida, and instructions as determined by the Attorney for the School Board. The School Board of Broward County, Florida reserves the right to terminate this contract at any time and for any reason upon giving thirty (30) days prior written notice. Your Certificate of Insurance form and Indemnification Clause where applicable must be on file in the office of Risk Management Department within fifteen (15l dgvs of this notfieaHen. It is important that you notify your insurance agent for general liability insurance that the insurance requirements attached to the above bid require that The School Board of Broward County, Florida , be included as an additionally named insured under the General Liability Policy. This information must be s�erififd�,y stated on the Certificate of insurance submitted by your insurance agent in order for the Certificate to be acceptable. The above bid number must appear on the certificate submitted. No work can commence on the Item(s) accepted on this bid until this Certificate of Insurance form is received and approved, and a written purchase order is released. The completed Certificate of Insurance must be mailed to: RISK MANAGEMENT DEPARTMENT , The Schgol Board of Broward County, Florida, 7770 W. Oakland Park Blvd 33351 and fax a copy to the PURCHASING DEPARTMENT AT (754)321 -0534, Attached to this letter of agreement is the request for SBBC Photo Identification Sadge(s) for your representative(s). Please refer to Special Condition of the subject bid, the attached information and application form. Mark Alan Purchasing Agent III cc: Aston A. Henry Jr., Supervisor, Risk Management Department Bid File Enclosures Tron(fa ming Education: One Student or A Time 7,ord County Public Schools It An EquoI OppornmUvJEgao1 Aeeess Empiolar EQUIPMENT RENTALS WITH OPERATORS, per hotw, for all of the fo m tng egagxnent, t0 fhCklde any required operators and transportation to the sites, as required for projects and the Bid SpecMtcatorm E. 1,000 hours 100-foot bucket truck F. GL H. 4 I' J. K. 3,600 tours 65 -foot bucket truck 300 hours 30 -foot, 2-man platform M $ 85:00 /hr $ 85,000.00 $-L5.00 /hr 26$ 2.500.00 4S 0,D Ihr iS 2,000.00 1,200 hours Auger with pole saner, 9-foot digging depth with up to 24- inchdameter S 5.00 Bid No. 24 -052R 100 hours Auger with pole setter, 15 -foot dlggmg depth with up to Page 11 of 31 Pages The School Board of Broward County, Florida Minch diameter •REVISED - SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLA71ON Trencher with line layer $ 5.! Ahr $__L-5_00-00 1,200 hours SECTION S. BID SUMMARY SHEET S 40.00 /nr 4$ 8,000.00 TOTAL BID ITEM 1 (A — K Inclusive)—.. ... .................. UNIT PM TOTAL COST mmt (TO BE AWARDED AS A OROUDI A. 1000 each SURVEY IDENTIFICATION ONLY for poles up to 50 feet high (Please see Attachment'Al $15-00 /hr $_.L5,000-00 B. 500 each SURVEY IDENTIFICATION ONLY for poles greater than 60 feet high (Please see Attachment 'Al S.50-00 /hr $ 25.000.00 C. 10,000 hours JOURNEYMAN ELECTRICIAN, hourly labor rate S.38.50 /hr $185.o00.00 D. 10,000 hours ELECTRICIAN'$ HELPER, houry tabor rate $ 32.00 /hr $120-000-00 EQUIPMENT RENTALS WITH OPERATORS, per hotw, for all of the fo m tng egagxnent, t0 fhCklde any required operators and transportation to the sites, as required for projects and the Bid SpecMtcatorm E. 1,000 hours 100-foot bucket truck F. GL H. 4 I' J. K. 3,600 tours 65 -foot bucket truck 300 hours 30 -foot, 2-man platform M $ 85:00 /hr $ 85,000.00 $-L5.00 /hr 26$ 2.500.00 4S 0,D Ihr iS 2,000.00 1,200 hours Auger with pole saner, 9-foot digging depth with up to 24- inchdameter S 5.00 /hr $--!,000.00 100 hours Auger with pole setter, 15 -foot dlggmg depth with up to Minch diameter $ 75.00 hr $_.L5,000.00 1,300houts Trencher with line layer $ 5.! Ahr $__L-5_00-00 1,200 hours Trencher with 5-foot digging depth and rock chain S 40.00 /nr 4$ 8,000.00 TOTAL BID ITEM 1 (A — K Inclusive)—.. ... .................. _ _......... ;1.250, 000.00 VENDORNAME Florida Electric Contracting Service, Inc. MAID Bid No. 24-052R Page 12 Or 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 5, BID SUMMARY SHEET ADDITIONAL REQUIRED INFORMATION FOR HOURLY tASQR RATES OVERTIME: Journeyman Electrician $57.75 fir Electrician's Helper $48.00 /hr Rental Equipment Operator $48.00 fir Bidder must state the times when overtime hourly rates apply other than normal S89C working hours of 8 am to 5 pm, Monday through Friday: our normal working hours are 7:00 AM to 3.30 PH (with 1/2 hours for lunch) MuadaX- t'hrJ6h Friday. outaidc of these hours Overtime rates apply with the exception of Holidays, which are billed at the rates below WEEKEND: Journeymen Electrician $57.75 fir Electrician's Helper $48.00 fir Rental Equipment Operator $48,00 fir Weekend labor rates will apply all day on Saturdays and Sundays only. HOLIDAY: Journeyman Electrician. $77.o0 fir Electrician's Helper $64.0 Rental Equipment Operator $64.00 fir Bidder must attach a list of holidays observed fhet qually for holiday labor rates. EMERGENCY CALL -BACK: in accordance with rate structures above Journeymen Eleclticie0 use above fir Electrician's Helper sae above fir Rental Equipment Openrlor see above fit Bidder must state the minimum number of tours necessary for compensation (may not exceed 4 hours for any Period on the clock, any day, any time.) 2 hr(s) dared ors - shat - provide - quality- equiprnenL--Oxpedocgd- operators,- trensPod-cat 'es-on"ll other a items to ensure mehdmum performance of equipment Payment of the rental due to equipment failure will be pro -rated to the timeframe when the equipment ranted was used prior to failure, dependent upon the total equtpment cost of flare rented for the original tlmekame requested. VENDOR NAME: Florida Electric Contracting service, Inc. MABr Bid No. 24 -0528 Page 14 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION OTHER ADDITIONAL INFORMATION (041111011201 B idder to state additional HOURLY RATES for other than listed equipment (including operators and transportation) available for this contract. If you need to use additional sheets, please include the bid number and the name of your company on each sheet EOtRPMEAITT HOURLY RATE General Service Truck (including Journeyman 'Electrician) $48.50 85 -Foot Bucket Truck $80.00 9 -ton Crane (telescopic w /pin -on bucket 100 ft reach) $85.00 25 -ton Crane $110.00 40 -ton Crane $143.00 70 -ton Crane $182.00 120 -ton Crane $3,480 per DAY (1 day min.) Texoma 500 -30 Auger Truck up to 5' bit, 30' tugging depth $85.00 Texoma Taurus Auger Truck, 3-6 diameter bit, 52' digging depth $220.00 Gel Pumping Truck (required for setting large poles) $65.00 Backhoe $55.00 Skid Loader $55.00 Reavy Transport Truck $90.00 Missile Boring (up to 2" conduit; up to 50 feet) $20.86 per foot Disposal Fees: Concrete Poles $60.00 per ton Wood poles w /creosote $65.00 per ton OTHER SEBYICES „--- , -_ -__ $100.00 per hour