Loading...
Res No 177-24-16282RESOLUTION NO.177-24-16282 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,APPROVING THE PURCHASE OF LED LIGHTING FIXTURES FOR THE POLICE DEPARTMENT FUEL PUMP SHELTER FROM ANRU LLC IN AN AMOUNT NOT TO EXCEED $6,562;PROVIDING FOR AUTHORIZATION;PROVIDING FOR IMPLEMENTATION,CORRECTIONS,AND AN EFFECTIVE DATE. WHEREAS,the City of South Miami (the “City”)is in need of six (6)lumen light fixtures (the “Equipment”)for the City Police Department’s Fuel Pump Shelter;and WHEREAS,the City requested and obtained three (3)competitive quotes for the Equipment and received the lowest quote from Anru LLC (the “Vendor”)in the amount of $6,562, which quote is attached hereto as Exhibit “A”(the “Quote”);and WHEREAS,Section 5 of Article III of the City Charter was recently amended to allow the City Commission to set a figure above which purchases shall be approved by the City Commission after competitive conditions have been maintained and competitive bids sought from at least three different sources of supply,if available,with such determination to be made by the City Commission;and WHEREAS,the City Commission has not set such figure,so the previous figure of $5,000 continues in effect;and WHEREAS,due to the nature of the Equipment and the exigency of functional lighting at the fuel pumps,the City Manager finds it in the best interest of the City to waive purchasing requirements calling for competitive bids;and WHEREAS,the City Commission desires to approve the purchase of the Equipment from the Vendor in an amount not to exceed $6,562,consistent with the Quote attached hereto as Exhibit “A”;and WHEREAS,the cost of the Equipment will be funded from the Building &Maintenance (Maintenance &Repair)Account Number 001.1710.519.4670,which has a current fund balance of $80,618.87,or such other funding source as determined by the City Manager to be in the best interests of the City;and WHEREAS,the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH MIAMI,FLORIDA: Res.No.177-24-16282 Section 1.Recitals.The above-stated recitals arc true and correct and are incorporated herein by this reference. Section 2.Approval of Purchase.The City Commission hereby approves the purchase of the Equipment from the Vendor in an amount not to exceed $6,562 consistent with the Quote attached hereto as Exhibit “A.” Section 3.Authorization.The City Manager is hereby authorized to execute a purchase order to the Vendor for the purchase of the Equipment consistent with the Quote attached hereto as Exhibit “A,”subject to the City Attorney’s approval as to form,content,and legal sufficiency.The City Manager is hereby authorized to charge the costs of the LED Light Fixtures to the Building &Maintenance (Maintenance &Repair)Account Number 001.1710.519.4670, which has a current fund balance of $80,618.87,or such other funding source as determined by the City Manager to be in the best interests of the City. Section 4.Implementation.That the City Manager is authorized to take any and all actions necessary to implement the purposes of this Resolution. Section 5.Corrections.Conforming language or technical scrivcncr-typc corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 6.Effective Date.This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 10lh day of December,2024. ATTEST: READ AND APPROVED AS TO FORM, LANGUAGE,LEGALITY AND EXECUTION THEREOF: WEISS SEROTA HELFMAN COLE &BIERMAN,P.L. CITY ATTORNEY APPROVED: Mayor Fernandez:Yea Vice Mayor Corey:Yea Commissioner Calle:Yea Commissioner Bonich:Yea Commissioner Rodriguez:Yea Page 2 of 2 5 Anru LLC 3334 SW 24 terrace 33145.Miami,FL PH.786-267-8880 Hiben@anni.biz Lie.EC13011728 PROPOSAL ADDRESS:6130 SW 72nd Street NAME:Police Gas Station. Purpose:Repair. DATE:10/22/2024 Performed electrical work as per agreement. We have included the following: 1.Electrical Service. a.Removal and disposal of existing led Light fixtures. b.Installation of six new LSI LED 22k lumen light fixtures 5 year warranty(light fixture only). 2.FumiSh labor and material to install electrical power and lighting,branch wiring with copper conductors 3.All work to be performed during normal working hours (8:00AM to 5:00PM/Monday-Saturday). 4.Electrical installations as per NEC and local regulations This proposal specifically excludes 1.Bonds (If performance payment bond is required add 1.5%to base bid amount) 2.Engineering,design,or utility company fees. 3.Waste removal fees. 4.Cutting,patching or removal of asphalt,concrete,or drywall. 5.Flashing counter flashing,pitch pans,or weatherproof seating of ail roof penetration. 6.Control wiring for the AHU units not indicated on drawing. 7.Power company (FPL )transformer meter,CT can,current transformers (CT s ) pulse control cable.Concrete pads,primary installations or installations of it. 8.Material and electrical work from building to power company (FPL )and communication company. 9.Security and sound/paging system conduits,computer hardware and software,cabling,terminations, mounting hardware and special related equipment or permit and installations of it in this proposal. 10.Decorative special lamps,fixtures,outlets,chandeliers,and switches. 11.Automatic transfer switch and generator. 12.Special installation of C Scan and scanning,only installation indicated on plan. 13.Dimmers,and renting equipment (lifts,boom lifts,personal lifts,etc.) 14.Permits and permit runs. ANRU LLC -786-267-8880 -ruben@anru.biz 6 We propose to furnish the aforementioned materials and/or labor in accordance with the above for the sum of: Six thousand five hundred sixty two DOLLARS $6562.00 Payment schedule:50%at start 50%after substantial completion Proposal price shall remain effective for a period of 30 days from the date of acceptance of this proposal.Any work required under this proposal after this date is not covered within the scope of this proposal. NON-COMPETE CLAUSE: Owner and ail authorized representatives of owners are not to contract or employ any electrical contractor’s employees for a period of (1)year the completion of any electrical work performed by this contractor with said owner/agent within an area of fifty (50)miles radius from this Job site. PERFORMANCE: Contractor agrees that where a written construction schedule Is provided with the signing of this proposal and if the contractor tails to comply with said scheduled,then the contractor shall pay all overtime costs necessary to complete construction In a timely manner.If a written construction schedule is not provided with the signing of this proposal,electrical contractor shag not pay for any overtime to complete project and any overtime required shag ba considered an extra and authorization shall be required according to CHANGE AND EXTRAS referred bellow.Reasonable time shall be given to electrical contractor to complete each phase of the electrical job.Contractor or owner shall give the electrical contractor two days advance notice to the data upon which the electrical contractor is to commence the performance of job for each phase of job. MATERIALS AND EQUIPMENT: At)materials and equipment shag be as warranted by the manufacturer and will be Instated in a manner consistent with a standard practices at this time.It Is agreed that Hile to all materials required according to this proposal will remain the property of this electrical contractor until paid in hill.Il Is understood that this electrical contractor shall have the authorization to enter upon owner/contractor property for the purpose of repossessing material and equipment whether or not Instated without Sabllity to owner/contractor for trespass or any other reason. PRICE INCREASE ON MATERIALS RIDER: Cost of materials such as lighting,electrical gear,generator,stool conduit,fire alarms equipment and other materials as applicable to this job.Is based upon the pricing service of the industry recognized price database form TRA-SER at the date of this estimate.In the event of substantial price increase over 3%In a period of one year,beyond Electrical Masters Inc.control,Electrical Masters Inc.shall ba entitled to a financial adjustment to the contract amount of the increase of this cost at the time of materials purchase using the same benchmark as set by TRA-SERC pricing data service.Such increase shall be in a form of a change order and shat!be documented to the fullest by Electrical Masters Inc.and shal be approved without delay the client In order to avoid further delays to the construction schedule. EXCLUSIONS: This proposal does not include concrete foaming,painting,patching,trenching,core drilling,fire proof of penetrations,venting and seating of roof penetration: utility companies charges if any,repairs of any damages to existing walls,driveway,walkway,planting areas (unless specifically mentioned),bond,premium charges,walkthrough plans at building department and smoked detector units In air conditioning.All waste created by electrical contractors will be removed to a specific area on the construction site. CHANGE ORDERS: Any deviation or alterations from this proposal will be executed only upon receipt of written orders of same,and will become an extra charge.Said charges shall In no way affect or make void the proposal.Invoiced amounts tor change orders charged at time and material basis shall be deemed to be the agreed amount price for the change order,unless within 10 days of receipt of the change order,the owner or general contractor responds in writing objecting to the said amount Charges for extras will be based per Hem.These include labor,labor benefits,supervision,overhead,warranty and profit Material shag bo charged at contractor’s list price.The electrical contractor must receive written authorization by any of the Individual listed below prior commencement of the work.NO WORK SHALL COMMENCE UNTIL WRITTEN AUTHORIZATION RECEIVED BY THIS ELECTRICAL CONTRACTOR. Individual authorized to sign written change shall be: Trtlo TVped Name Title Typed Name ANRU LLC -786-267-8880 -ruben@anru.biz 7 NATIONAL AND LOCAL CODES Electrical Installations shall meet the National Electrical Code.Errors In design by the architect and/or engineer are not the responsibility of the electrical contractor.Any additional outlets,fixtures,equipment,etc,no indicated on plans and specifications that are required by others (I.E.,inspections)shall not be part of this proposal. FIXTURES AND EQUIPMENT SUPPLIED BY OTHERS: (1)Price includes Installation of fixtures furnished by others.(2)Price does not cover the warranty of fixtures and equipment suppSed by others.(3)Price does not cover the assembly of the fixtures and/or equipment supplied by others.(4)Price does not cover fixtures weighing more than (50)pounds.(5)Fluorescent fixtures suppled by others shall be assembled,pro-tamped in lino fuses.(6)Equipment supplied by others shall be installed by others except fixtures according to conditions above.(7)Electrical contractor shall not be responsible for owner-provided fixtures and equipment Loses due to theft,damage,vandalism,etc are not responsibility of this electrical contractor.Electrical contractor shall not receive nor store owner-provided fixtures or equipment. WARRANTY: (1)Warranties apply exclusively to Iha electrical installation of the material,fixtures,equipment and other item supplied by the electrical contractor.(2)Warranty does not apply to material,fixture,equipment and other items supplied by others.(3)Warranty does not apply to extensions or additions to the original installation if made by others.(4)Warranty shall commence from the final electrical inspection date tor a maximum period of one (1)year.WARRANTY DOES NOT APPLY IF ANY PAYMENTS ACCORDING TO THIS PROPOSAL BECOME PAST DUE INCLUDING CHANGE ORDERS. ELECTRICAL CONTRACTORS SHALL NOT BE LIABLE: Failure to perform If prevented by strikes,or other labor disputes,accidents,acts of God,Governmental of Municipal regulations or Interference,shortages of labor or materials,delays In transportation,non availability of same from manufacturer or supplier or other causes beyond electrical contractors control.In no event shall the electrical contractor be liable for special or consequential damages whatsoever or howavar caused. OWNER CONTRACTOR DEFAULTS: Owner/contractor will bo in default if (1)any payment catted for under this proposal and all authorized change orders becomes past due:(2)any written agreement made by the owner/contractor Is not promptly performed or (3)any conditions warranted by the owner/contractor prove to ba untrue;(4)Failure of owner/contractor to comply with any of the conditions of this proposal. ANRU LLC -786-267-8880 -ruben@anru.biz 8 ELECTRICAL MASTERS INC. 17941 SW 115 AVE MIAMI FL 33157 lic.97E000003 PROPOSAL ADDRESS:6130 SW 72nd Street Purpose:Repair.NAME:Police Gas Station. DESCRIPTION 1.Removal and disposal Existing Recessed LED Lamp 12 x 12" 2.installation of six new LED Lamp 22 000 Lm (6 ) 3.Guarantee (2 years) 4.Labor 5.We propose to furnish the aforementioned materials and/or labor in accordance with the above for the sum of: 6.Seven thousand two hundred and sixty two dollars $7,262.00 7.Payment schedule:60%at start 40%after substantial completion Gran Total:$7,262.00 9 UNITED ELECTRIC inc. Address 6130sw 72 st Iran Fuentes 18022 Sw 152 CT Miami,FL.33187. 786-255-0529 Purpose:Maintenance DATE:11/06/17 Description Unit Total We propose to and include what’s below. •Removal of lighting in police station gas station and 06 $3,488.00 throw away.06 $5,400.00 •Installation of new LED fixtures in police station and aquiring of lights.5 year warranty GRAND $8,888.00 TOTAL UNITED ELECTRIC -786-255-0529 -unitedelectric67@yahoo.com 10 We offer to complete labor and provide materials;Will complete in accordance with the above specifications,for the sum of dollars ($55,000.00 ) Payment to be made as following:50%deposit,50%upon job completion. This proposal specifically excludes o Waste removal fees. o Cutting,patching or removal of asphalt,concrete,or dry wall. o Flashing counter flashing,pitch pans,or weatherproof sealing of all roof penetration. o Control wiring for the AHU units not indicated on drawing. o Power company (FPL )transformer meter,CT can,current transformers (CT s ) pulse control cable.Concrete pads,primary installations or installations of it. o Material and electrical work from building to power company (FPL )and communication company. o Decorative special lamp,ceiling fan exhaust,and fans. o Permits. Accepted Signature (Client): Date Signature UNITED ELECTRIC -786-255-0529 -unitedelectric67@yahoo.com Agenda Item No:6. City Commission Agenda Item Report Meeting Date: December 10, 2024 Submitted by: Briana Davis Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PURCHASE OF LED LIGHTING FIXTURES FOR THE POLICE DEPARTMENT FUEL PUMP SHELTER FROM ANRU LLC IN AN AMOUNT NOT TO EXCEED $6,562; PROVIDING FOR AUTHORIZATION; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS & ENGINEERING DEPT.) Suggested Action: Attachments: Memo-LED Light Fixtures.docx Resolution re LED Lights at Pump Facility.docx Exhibit A Quote.pdf Electrical Masters INC quote.pdf United Electric INC quote.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO: The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:December 10th, 2024 SUBJECT:Purchase and Installation of Six new LSI LED 22k Lumen Light Fixtures for the Fuel Pump Shelter at the City of South Miami Police Station ($6,562). RECOMMENDATION: Authorize the City Manager to purchase Six new LSI LED 22k Lumen Light Fixtures for the Fuel Pump Shelter at the City of South Miami Police Station for $6,562. BACKGROUND: The City of South Miami Police Station requires the installation of new LED lighting fixtures to replace the current units. Five of the Six light fixtures are currently inoperable. This upgraded lighting will enhance illumination beneath the shelter, ensuring a secure environment for staff and improved visibility to support safe vehicle refueling after dark. The lighting fixtures are backed by a comprehensive 5-year warranty. The City obtained quotes from 3 different sources and Anru LLC was the most responsive bidder. FUNDING: The cost for the LSI LED 22k Lumen Light Fixtures will not exceed $6,562 and will be charged to account 001.1710.519.4670 which has a current balance of $80,618.87 before the request was made. SUPPORT: Quote 1. Anru LLC Quote 2. Electrical Masters INC. Quote 3. United Electric INC. Below you will find a breakdown of the quotes provided: Anru LLC $6,562 Electrical Masters INC. $7,262 United Electric INC. $8,888 ATTACHMENTS: Resolution Vendor Quotes 2 &South ’Miami THE CITY OF PLEASANT LIVING