Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-0381 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98 39 Page 1 Temp. Reso. # 8107 Rev. # 1 — 01 /20/98 Rev. # 2 — 01 /28/98 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF NEW LIGHTING EQUIPMENT FOR TWO BASEBALL FIELDS AT TAMARAC SPORTS COMPLEX, LOCATED AT 9901 NW 77T" STREET, FROM HUNTER-KNEPSHIELD COMPANY IN CONJUNCTION WITH THE STATE NEGOTIATED AGREEMENT PRICE SCHEDULE (SNAPS) # 650651, IN AN AMOUNT NOT TO EXCEED $56,113.54 AND APPROVE DAVCO ELECTRICAL CONTRACTORS CORPORATION TO REMOVE AND INSTALL LIGHTING AT TWO FIELDS AT TAMARAC SPORTS COMPLEX, INCORPORATING PROVISIONS OF CITY OF DELRAY BEACH AGREEMENT WITH DAVCO ELECTRICAL CONTRACTORS CORPORATION UTILIZING CONTRACT #96-29, IN AN AMOUNT NOT EXCEED $12,000.00, FOR A TOTAL AMOUNT NOT TO EXCEED $68,113.54 APPROVING FUNDING FROM THE APPROPRIATE PARKS & RECREATION OPERATING ACCOUNT, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE WHEREAS, to meet standards for night time safe baseball playing, the City of Tamarac, Florida, is upgrading lighting at two Tamarac Sports Complex fields, located at 9901 NW 77th Street, and WHEREAS, the Hunter-Knepshield Company has agreed to provide new lighting equipment for two fields at Tamarac Sports Complex, in conjunction with the State Negotiated Agreement Price Schedule (SNAPS) #650651, hereto attached as Exhibit 1, in an amount not to exceed $56,113.54; and REC-izs Page 2 Temp. Reso. # 8107 Rev. # 1 — 01 /20/98 Rev. # 2 — 01 /28/98 WHEREAS, the City of Delray Beach entered into an agreement with Davco Electrical Contractors Corporation, attached hereto as Exhibit 2, for electrical services and repairs; and WHEREAS City Code §6-155 allows the Purchasing Officer the authority to utilize contract prices and agreements of other governmental agencies when the best interest of the City would be served; and WHEREAS, it is the recommendation of the Parks and Recreation Director and the Purchasing/Contracts Manager that field lighting for Tamarac Sports Complex be purchased from The Hunter-Knepshield Company for an amount not to exceed 156,113.54 and that Davco Electrical Contractors Corporation be authorized to remove and install field lighting at Tamarac Sports Complex in accordance with the terms and conditions of the City of Delray Beach Agreement utilizing contract #96-29 for an amount not to exceed $12,000, for a total cost not to exceed $68,113.54; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the City of Tamarac to authorize the purchase, removal and installation of field lighting at Tamarac Sports Complex; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA; Section 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. REC-in Page 3 Temp. Reso. # 8107 Rev. # 1 — 01 /20/98 Rev. # 2 — 01 /28/98 Section 2: That the appropriate City officials are hereby authorized to approve the purchase of new lighting equipment for two baseball fields at Tamarac Sports Complex, from The Hunter-Knepshield Company in an amount not to exceed $56,113.54; and Section 3: That the appropriate City officials are hereby authorized to approve Davco Electrical Contractors Corporation to remove and install lighting at Tamarac Sports Complex in accordance with the terms and conditions of the City of Delray Beach Agreement utilizing contract #96-29 for an amount not to exceed $12,000.00; and Section 4: Funding for the purchase and installation is budgeted under Account 001-7030-572-6303 entitled, Lighting Upgrade Fields 5 and 6, at a total cost of $68,113.54. Section 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Section 6: This Resolution shall become effective immediately upon adoption. REc-izs 1 Page 4 Temp. Reso. # 8107 Rev. # 1 - 01 /20/98 Rev. # 2 - 01 /28/98 PASSED, ADOPTED AND APPROVED this . %.. Day of . .!.1...., 1998. ATTEST: a�� PATRICIA MARCURIO, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. ITCHELL S. KRAFT CITY ATTORNEY JOE SCHREIBER MAYOR RECORD OF COMMISS19P VOTE MAYOR SCHREIBER ^L44r DIST 1: COMM. McKAYE Ar DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS REC-izs www snaps.www snaps3. SnapList?vendor type_str... EXHIBIT "I" Page 1 of 1 TEMP.RES0. 8107 SNAPS AGREEMENT TITLE: PLAYGROUND EQUIPMENT AGREEMENT NUMBER :650651 TERM OF AGREEMENT :Begin date: 10-29-1997 End date: 10-28-1998 VENDOR: HUNTER-KNEPSHIELD CO 6813 W HIGHWAY 22 CRESTWOOD, KY 40014-0618 SPURS NO: F610668607-001 CONTACT: TOM KNEPSHIELD FX#502-241-2525 PHONE: 502-241-2500 COMMODITY CLASS: 651 COMMODITY GROUP: 480 DELIVERY: 30-60 days ARO WARRANTY: APPROVED PRICE SCHEDULE & DATE: 1.) Restroom bldg. & Sports products list eff10/29/97 Expire date: 10-28-1998 CONTACT VENDOR FOR COPY OF PRICE SCHEDULE & CONTRACT INFORMATION. layground equipment, indoor educational play equipment, picnic shelters, azebos, bleachers, site furnishings, pedestrian bridges,prefabricated estrooms and public use buildings, staging and riser, sports lighting, echnical assistance and planning. http://fcn,state.fl.us/oraweb/owa/www snaps.www_snaps3.SnapList?vendor type_str=F&vendorl) 1N8str=610 EXHIBIT "I" TIMOTHY G. TAPP SOUTH FLORIDA REPRESENTATIVE December 1, 1997 Mr. Lance Moll Superintendent/Parks Division City of Tamarac 7501 North University Drive Tamarac, Florida 33321 Dear Mr. Moll: TEMP.RESO.8107 Post Office Box 899 Crestwood, Kentucky 40014 Telephone: (800) 628-6530 Facsimile: (502) 241-2525 Re: Tamarac Sports Complex Lighting The Hunter-Knepshield Company is pleased to offer the City of Tamarac this proposal to upgrade the lighting for two baseball fields at the Sports Complex. Our visored PS45V fixture provides 50 foot-candles infield and 30 foot-candles outfield on both fields while providing lexcellent control of glare and spill light. (See attached photometric submittals.) The fixture assembly is warranteed for 10 years. The fixture aiming is also warranteed for 10 years against movement. Our fixture assembly will be attached to your existing poles and therefore the Hunter-Knepshield Company or Qualite Sports Lighting, Inc. cannot be responsible for any minor alterations necessary for mounting, additional EPA requirements or existing imperfections. This proposal is offered in conjunction with the State Negotiated Agreement Price Schedule (SNAPS) # 650651, effective 10/29/97 through 10/28/98, Total cost for Qualite provided equipment (see attached itemized quote): $56,113.53 Under separate contract with the city, Davco Electrical Contractors Corp. has agreed to install the system under a "piggyback" agreement utilizing a current contract with the City of Delray # 96-29, which expires 6/17/98. Davco will remove existing equipment, install the new Qualite system in accordance to Qualite specifications, render all materials and labor required for a finished, fully operational lighting system as proposed and in accordance to contract terms of the City of Delray contract # 96-29 for a cost not to exceed $12,000. • 4480 Northwest Fourth Court, Coconut Creek, Florida 33066 - Ph: (954) 973-9023 Fx: (954) 973-0489 Mr. Lance Moil EXHIBIT "I" TEMP.RESO. 8107 Superintendent/Parks Division City of Tamarac Page 2 This cost assumes an existing 480 volt 3-phase service to each pole. Davco may need to perform minor alterations to the existing poles and will not be responsible for any existing imperfections in the poles, increases in EPA or products warranteed by Qualite Sports Lighting Inc. Proposed Price: Equipment Installation Total $56,113,53 12 000.00 $68,113.53 Allow 4-6 weeks for delivery and installation from the date of order. I hope this proposal meets with your approval and I look forward to working with the City of Tamarac to improve its sports facilities. Sincerely, imothy G. Tapp for The Hunter-Knepshield Company Enclosures 11 Quotation Photometrics Reference List Brochure r B. David Collins, Jr. for Davco Electrical Contractors rp. FROM HUNTER KNEPSHIELD EXHIBIT "I" PHONE NO. : 502 241 2525 Jan, 20 199e 03:28PM P1 �J SulD HdNTEB $"PTO: 761 F845VII0 4 4 1 7 Note I 2 3 4 6 7 a 9 IU 11 12 HUNTER KNEPSHIELD COMPANY 6513West Hwy.22 TEMP . KESO. 8107 P,Q,RON 899 C ralmud, Ky 40014 1n Kontucw,, (SOP412500 Fax:(502w1.2525 DATI FcX FIRI IR VAUP TIiRROU0I QUOTE I MD sp"(s, LighAng ano roue "Frofcyainnal Series" Spy Ligltting Als ainblias I Watt Metal I-Widc Lamps ry Duty 3" x 2" ToWlas Cramarm ,1 lot dip Ualvaniced F*brioation to A,S,7'.M. A • 121 )ry Pro -wired Crossann, With All Wiring FullY I'miuNd rote nallast Rystcm, Pro -wired With Double FoWng ing Complete and Set at Fact(w y Year Watmnty on ],umioaire AsSmAbly ng harness Assemblies, Factory Built (on ra nnie lmllaat only) ,anixod Steel Junction Boxes 75186 Fuses tnatie Toot, System and "fester re Polo Mounting BraekMR 'rota) Par Sports IJphlbig SyMcm Delivered $68,337.13 SNA138 Agmmmmt THwount 7% Agrsarwnt N 6P651 $4,223.0 Foundations by others *INSTALLATIDNi NUT INCid)T31'sD *r1r,QTM'4vI8NT ,9ALES TAX !2Qj pdCLUU� 1 $56.113.531 QIW7'A'rm 1S nAaw UI'4N srm ACC611a PA HI!AVr 1IQL11'M PNT AND NORMAI, M)II, CANDMN8 OF' 2M PSP.1P DMISO MMAVATION WNS NECESSARY PUIL MAMMACTURhRN FWUMATIt1NS, camn:IIONS RxcPHD w)RMALOUR tX*rMA=R SuALL NC VV71180WNA V.TRIS 1:RALL IHC►11DF ALL1Y1'RS OF ROCK VSOUTA'(ION ANIUOR ANY UNYCIRV.RPXN nAzARm naRR WILL Ot: A17m7✓ a ALCIIAkow 1NCAMRw t�[JQIX)MRIE TA OTE: IF APPLICABLE SALES TAX IS NOT INCLUDED. UP'7'AX W=Wr CWTIPIQATRS M1 JWI' AOC,OMPANY All. RXIL PT C1x1N{R8. 3,W IS USPON140A tM PAYINO AFTr.ICMJt I TAX DnUY-'f TO THM STATK OR SLIIIM Y WPY X ZXAMn 174MTIFIC IS WITH ORDW. 3; Nt;T 30 (MN APPROVIII) CF WI'I'1 aRRVICR GR (W Sec MR lutWIN ADDED TO ALL UNPAID AFTER N r)AY3. SHOLIL.n cxn.LWfI0NBE NrIS;lmaaARY, ("IR AGM5 710 PAY ALL 0MI a, INCLUDING r AuthcArrdalglWwovfPwvh&w1I)A% - EXHIBIT "I" 7 C� • z w Fi Z 4 �7x ids w �FUQcJ� C]4=7QQ A QO 1+.�pNkp d"Q6J w `waa CnW z N,pp d�.WXW�K o v n r� � A e rn N 7kQ�SLQi N fy v .A av o.1 m P W V1 In T W -• � oa 1`7 in� m 0. w in a. v x vi .a m m VV a r r cppu m 10 nr• Y� T n' N Y �qp p00p P (0(y n© Ul qd ['� qMq (n(yy1 Lti JM r� a Imo+ (M17 L7 T O ^7x � ~ 1W W " w <c 5 1` Z P J0.. Z L7 Q'SSt ©Q H 0.5 Q A> Q O In q 3v1Ag 3k4iiQY m � � A N M o-W-r ��E N •A N . � p .- kNaJG7 N M flylij J v1U CJ� ra WOQ2� � N rr h M m til -+ u'1 0 r M1 W W N M N n, rgl fn N o pWp.� fn Pq n N r Tr�ry. .D ,O N nY, N P (u m as AMA11 a r, v m c1 P N n •A :7 � N o n ?_ 7� qi AI S IA 3i L4 IA m � a 'pper -�N�n rn C � � � y •-~ --Y l� M1V Li Z�x VCh�`�1J7wN 3 r O, le y Q 2(Lx Ha �` W O J NW w FMU ^ r-o Eiz -.Vv z za Jn�x Oc r,Y\ti d3�C3 EL".,EE w�nr� yeasi¢i ds J L�JQQ JR• R.^' � . MRBas A tl 3 A R A tl EXHIBIT "I" ■ wf m q � G ? _ m G \ 2 } 2� %&$ 24§ @wb2 e� t\k2 /Q�k� \® 1k2\G \ 2 r \ 2 ! N-4 rY) � &t� %kaIt¥ ' k k ■ � \ ( 2 r Nklp B\■.� 2�k\� k-22m� (§§ 2em2� DEG--22--97 05 :06 PM 9$4-973-0489,1TAPP, T I M DEC-02-'97 TL 13^� 1D:WUC© ELECTRICAL Tel-_NQ.:561.338-0049 P. 02 #G46 P02 V MY OF ORNRY ." amm 1 1993 EMHIBIT "II" TEMP.RESO.8107 100 N.W. lot AVENUE • DEI.MAY AMM, FLORIDA 30444 • 4071243.7000 May 07, 1997 A. David Collins, Jr. Davco Electrical ContraLtaca Corp. 108 N.W. Third St. Soca Raton, Slarida 33432 i W Bid #96-29 Electrical Services & Repairs (First Year Renewal) �._ Door Mr. Collins; Our City Manager, on May 05, 1997, has approved the first year renewal for the above referenced subject. Tara of the Contract will be from 06/18/97 to 06/17/98. item(s) si 411 be ordered vie individual purchase orders and/or blanket order releases for the contract term. We would like thank you for your good service and interest in the Cit,yy of Delta Beach. if you have any questions, you ts.y contact true at (361) 341- 63, �?�.Accfely, Jacklyb Roomy hmebasing 8ttperviser act aoyt Owens, Deputy Director public Works Jin Schmitz, Suildi.nR Maintenance Supetrintandanx }ttisrrn A�p�M�hpr THE EFFORT ALWAYS MATTERS VIUN 11 ; .Sb 1 V: LHVt,.0 tLtl. I K 1 k-HL I tL NU; Dbl 33ti'" U U4' 1 EXHIBIT „II„ .. T,EKP.AESO . 8107 OF-DELRATBIMEH.nw DKRAYREACN I OD N.W. t et AVENUE DELRAY BEACH, FLOFIODA 99444 • 4071243.7000 June 20, 1996 1993 _ E. David Collins, Jr. Davao 8levtrical Contractors Corp. 108 N.W. Third St. Boca Raton, Florida 31432 RE: Bid #96-20 aleatrieal aervicea & Repairs Dear mr. Collins; Enclosed in one original copy of the contract for the above mentioned subject awarded to your company by our City Commission on May 4, 1996. 'Perm of the eo"ttact will be fxWm 06/1e;(96 to 06/17197, Item(s) shall be ordarod visa individual purchase orders Band/or blanket order releases on an "as needed" basis for the contract term. We would like to thank you for your interest in the City of Delray Beach. If you have any questions, you may aos4taact me at (407) 243-7163. Sincerely, 1 JaCklyn Rooney Senior Buyer cc. Joseph Safford, Finance Director Hoyt Owens, Deputy Director Of public Works Sim Schmitz, building Maintenance supervisor 0 %* won A"PROOlMW *0 THE EFFORT ALWAYS MATTERS EXHIBIT "IT" TEMP.REso.8107 • r] • STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT made this —d— day of 19A by and between the CTTY.OF DELRAY BEACH (hereinafter called OWNER) and Davco Electrical Contractors Corporation (hereinafter called CONTRACTOR). WITNESSETH; The OWNER and the CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. The undersigned CONTRACTOR hereby represents that he has carefully examined the Bid Specifications and all Contract documents, and will perform the contractual requirements pursuant to all covenants and conditions. The CONTRACTOR agrees to comply with the requirements of the specifications contained in the Invitation to Bid. 2. The CONTRACTOR, as evidenced by the execution of this contract, acknowledges that it has. examined the physical characteristics of the job requirements. The CONTRACTOR Rather acknowledges that the bid price includes all costs and expenses required for the satisfactory completion of the contracts requirements. 3. The contract between the OWNER and the CONTRACTOR include the following documents which are attached hereto and incorporated herein by reference of the following:. CONTRACT DOCUMENT/S Invitation to Bid. General Conditions, Instructions and Information for Bidders Standard Form of Agreement Detailed Specifications Indemnity Insurance Requirements Drug Free Workplace Certification r� I z Iti_. �1)�r --._L 1 thru S 6 thru 9 10 thru 12 13 thru 13 14 thru 14 15 thru 15 "EXHIBIT "II" TEMP.RESO.$107 Schedule of Pricing 16 thru 16 Bid Signature Form 17 Statement of No Sid 18 References 19 "Sample" Laurance Form 20 Addenda numbers n a to ^ inclusive, and Any Modifications, including Change Orders, duly delivered after execution of this Agreement. 4. The term of this contract shall commence on the date entered above and expire one year from that date. The OWNER has the option to extend the contract for two additional one year periods under the same terms and conditions. OWNER shall notil� CONTRACTOR within 30 days of the expiration date of its intent to extend the contract. 5. Ail notices, requests, demands, and other given if personally delivered or mailed, certified mail, return receipt requested, to the following addresses to: As to City: City of Delray Beach,l`lorida 1 UOr N.W. 1 st Avenue Delray Beach, Florida 33444 As to Contractor, Dayea EloGtrigal ConjrArtora Corp. Boca Raton, Plorida 3 432. b. The CONTRACTOR shall not, without prior written consent of the OWNER, assign any portion of Its interest under this contract and, specifically, the CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the OWNER. 7. The OWNER and the CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto In respect tp all convenants, agreements and obligations eodtained in the contract documents. w • 7 EXHIBIT "II" TEMP.RES0.8107 8. The contract documents con16 stitute the entire agreement between the OWNER and the CONTRACTOR and may only be altered, amended or repented by it duly executed written instrument. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the day and -, ... year first above written. �:.. . AT E6T: Clerk 4proved as to Form: ity Attorney WITNEs James ,5t$rkl ns (Print or,pe Name) Edward Ziegler (Print or Type Name) COMC, Dal Cant rs Co By: B. David Collins, JR., Pre dent (print or Type Name and Title) DEC-29 '97 MON 11:39 ID:DAVCO ELECTRICAL TEL NO:561 338-0049 ##836 P06 EXHIBIT "II" TEMP.RES0.8107 CORPORATE ACKNOWLEDGMENT STATE OF Florida CoLiMy OF Palm Beach The foregoing instrument was acknowledged before me this 4th day of June 1996by B. David Collins, JR., President (name ofoffm,or ao�� gent, title of officer or agent) of Davco Electrical Contract�ior .corporation acknowledging), a,JFlo ; (state or place of incorporation) corporation, on behalf of the corporation. He/VA is personally known to me jwxxhwx*Vb*gii ` N (type of identification) as identification and did (did ngt) take an oath. Signature of Notary Publle - tate of Florida Print, Type or Stamp Namee bf Notary Public pr rp� itWNW PI@RCV w cm.' dw eeile"I �M DM. �4 lOOp 9 EXHIBIT "II" TEMP.RESO-8107 CITY OF DELRAY BRACH SCHEDULE OF PRICES DID #96-29 ELECTRICAL SERVICE AND REPAIRS - ANNUAL CONTRACT I. HOURLY RATS OF LABOR A, 700 A.M. Thru 400 P.M. Monday - Friday TOTAL ESTIMATED HOURS OF LABOR HOURLY TOTAL ANNUAL LABOR USED ANNUALLY x RATE LABOR COST 1. Electrical Journeyman 118 Hours 2. Apprentice r.. Hours x s 29 - S 3422.00 x $ 19 s s 228.00 D. After Hours (Overtime -Emergency Calls) TOTAL ESTIMATED HOURS OF LABOR LABOR USED ANNUALLY 3. Electrical. Journeyman IQ Hours 4. Apprentice 4 Hourm HOURLY TOTAL ANNUAL x RATE i.ABOR COST x s 2B . s 112.00 II. PERCENTAGE MARK-UP (PARTS & MATERIALS)+ TOTAL EST. AMOUNT SPENT ON MATERIALS PERCENTAGE TOTAL ANNUAL MARK-UP ANNUALLY x MARK-UP FOR MATERIALS 5, $_ Lnnn _ An x Is v w $ TOTAL EST, AMOUNT SPENT ON MATERIALS TOTAL ANNUAL MARK UP TOTAL ANNUAL COST ANNUALLY + FOR MATERIALS FOR MATERIALS s. $ GDoo.oO _ + 9 720.00 472D.00 a GRAND TOTAL - GROUPS I & II . . . • . • . .S 9902.00 (Items 1, 2, 3, 4, and 6) 16 40� fk EXHIBIT "II" TEMP.RESO.8107 0 * FLEAS + AFFIX SIGNATURE WI-mIZE INDICATE) VAILURE TO DO SO SWLLL HE CAUSE FOR REJECTION OP' YOUR BID) $ID B 96-29 COMPANY NAME: Contrac rs Corp * SIGNATURE: bate, 2 29 96 SIGNATURE: B. David Collins dr. (print) ADDRESS I 108 N.W. Third Stet Boca Ratan t orida 33422 (stet®) (zip code) TELEPHONE! 407) 338-6847 FAX # �407-1 338-0049 VENDOR SERVICE REPRESLNTATIVE FOR PLACEMENT or ORDER: CONTACT NAME! E&ard Ziegler TELEPHONE: L 407 1 338-6847 WILL .EXTEND SAME PRICING, TERMS, AND CONDITIONS, TO OTHER PALM REACH COUNTY GOVERNM9AL ENTITIES: Yea �--- no 17