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