Loading...
Certification of Contract - Master Mechanical Services, Inc. MIAAAI. CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: HVAC Equipment, Installation, Parts and Services CONTRACT NO.: 2014-066 EFFECTIVE DATE(S): This Contract shall remain in effect for two (2) years from date of Contract execution by the Mayor and City Clerk, and may be extended for three (3) additional one (1) year periods. SUPERSEDES: N/A CONTRACTOR(S): Master Mechanical Services, Inc. (Groups 1-6, 8, 10, 13, 16-21, 23) ESTIMATED ANNUAL CONTRACT AMOUNT: N/A A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida, on March 5, 2014, for approval to award a contract, upon execution between the City of Miami Beach, Florida, and Contractor. B. EFFECT - This Contract is entered into to provide for HVAC equipment, installation, parts and services pursuant to City Invitation to Bid No. 2014-066 and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents"). C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in accordance with the City of Miami Beach Department of Procurement Management policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miami Beach Contract Number 2014-066. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to City of Miami Beach, Eric Carpenter, Public Works Director, at 305-673-7080. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and/or commencement of any services/work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract delivery of supplies, or any portion of work and/or services required by the Contract Documents without the prior written consent of the City. 1 Certification of Contract Contractor warrants and represents that all persons providing/performing any supplies, work, and/or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently provide/perform same, or services to City's satisfaction, for the agreed compensation. Contractor shall provide/perform the supplies, work, and/or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final product(s) and /or work provided to or on behalf of City shall be comparable to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS —Excellent Customer Service is the standard of the City of Miami Beach. As a -Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a Y� Y Y public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. I. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Supplies, work, and/or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and/or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFICIARIES - Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and/or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract and/or the Contract Documents. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and/or the Contract Documents. 2 Certification of Contract K. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Alex Denis, Procurement Director City of Miami Beach Department of Procurement Management 1700 Convention Center Drive Miami Beach, Florida 33139 With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Master Mechanical Services, Inc. 15181 N.W. 33 Place Miami, Florida 33054 Attn: JoAnn Pinna Phone: 305-825-3004 Fax: 305-825-1607 E-mail: info a,mastermechanicalservices.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall -continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 3 Certification of Contract K. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Alex Denis, Procurement Director City of Miami Beach Department of Procurement Management 1700 Convention Center Drive Miami Beach, Florida 33139 With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Master Mechanical Services Inc. JW N.W. 33 rd Place Miami, Florida 33054 Attn: JoAnn Pinna Phone: 305-825-3004 Fax: 305-825-1607 E-mail: info(&,mastermechanicalservices.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract'Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall. continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 3 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and/or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms -or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (ii) the ITB; and /or (iii) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. 4 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this afj day of MOrC fit., 201�, by their respective duly authorized representatives. CONTRACTOR CITY OF MIAMI BEACH By By Pr sident/Signature o • 1 nn� I Print Name 4V Date f Date ATTEST: ATTEST: I i Secre aryl Signature City Clerk 3 2-w Al Date ?`" Print Name d INCORP CRA ED Date F;\PURC\$ALL\Solicitations\2014\2014-066-SW HVAC Repair and Services\Contract\2014-066 Master Mechanical.doc i I APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION 3 5 City Attome Date COMMISSION ITEM-SUMMARY Condensed Title: Request For Approval To Award A Contract To Pursuant To Invitation To Bid (ITB) No. 2014-066 For HVAC Equipment,ment, Installation, Parts and Services. Key Intended Outcome Supported: Ensure Well-Maintained Facilities. i Supporting Data (Surveys, Environmental Scan, etc.): NIA Issue: Shall the City Commission approve the award of Contract? Item Summa /Recommendation: The purpose of this item is to approve contracts to provide HVAC Equipment, Installation, Parts and Services at various facilities located within the City of Miami Beach pursuant to ITB. 2014-066. This item is necessary to expedite HVAC repairs and installations as necessary-on all City facilities. The City has immediate need of firms and contractors, who are authorized by the manufacturers to sell equipment, perform installation and provide service. The successful Bidder shall furnish air conditioning repair services, including parts, labor, materials, equipment and supervision for all the air conditioning units Forty (40) vendors were notified of the solicitation, with ten (10) vendors downloading the solicitation. Five (5) responses were received in response to the solicitation. After review of responses received, it is recommended that the following responsive, responsible bidders be awarded the contract(s).For Groups 1-6,8, 10,13, 16-21,23:Master Mechanical-Services, Inc.as the sole vendor. For Groups 7, 9, 11, 12, 14, 15: Comfort Tech as the sole vendor. Finally, for Group 22: MRSE, LLC d/b/a Roth Southeast as the sole vendor. RECOMMENDATION It is recommended that Master Mechanical Services, Inc. be awarded Groups 1-6, 8, 10, 13, 16-21, 23; that Comfort Tech be awarded Groups 7,9, 11, 12, 14, 15;and MRSE,LLC d/b/a Roth Southeast be awarded Group 22. Advisory Board Recommendation: NIA Financial Information: Source of Amount Account Funds: 1 $115,000 Property Department Account No. 520-1720-000342 Total $115,000 Financial Impact Summary:The annual cost associated with HVAC Equipment, Installation,Parts and Services to funds availability approved through the annual budgeting process. Account information and availability of funds shall be j verified and approved for each request prior to procuring the services.The funding and accounts noted above are the FY 2014 budget amounts approved by Commission. City Clerk's Office Legislative Tracking: Alex Denis, Director Ext*6641 Sign-Offs. Deboopent Director Assist ntCity Ma r City M na er A ETC KG M J LM F:1T_0' ENDAti0141MarchlProcurementllTB 2014-0 SW HVAC Equipment,Installation,Parts&Services ITEM U MARY.doc AGENDA ITEM I AM-1 BEACH DATE - 64 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.micmibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members the City C mmission FROM: Jimmy L. Morales, City Manager DATE: March 5, 2014 SUBJECT: REQUEST FOR APPROVAL TO A1N D A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2014-066 FOR HVAC EQUIPMENT, INSTALLATION, PARTS AND SERVICES ADMINISTRATION RECOMMENDATION Approve the award of the contract. KEY INTENDED OUTCOME Ensure Well-Maintained Facilities. FUNDING The annual cost associated with HVAC .Equipment, Installation, Parts and Services is subject to funds availability approved through the annual budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted below are the FY 2014 budget amounts approved by Commission. $115,000 Property Department Account No. 520-1720-000342 Should additional funding be required due to increased need of services,it will be subject to the review and approval of the Office of Budget and Performance Improvement(OBPI). BACKGROUND INFORMATION The purpose of Invitation to Bid (ITS) No. 2014-066 is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide HVAC Equipment, Installation, Parts and Services at various facilities located within the City of Miami Beach pursuant to ITB. 2014- 066.This item is necessary in order to reduce the cost and time of advertising, shorten the response time and improve the efficiency and clarity in the production of the contracts for HVAC services Citywide. The City has immediate need of firms and contractors,who are authorized by the manufacturers to sell equipment,perform installation and provide service. The successful Bidder shall furnish air conditioning repair services, including parts, labor, materials, equipment and supervision for all the air conditioning units. These services are needed for regular maintenance and emergency situations. 65 Commission Memorandum ITB 2014-066 HVAC Repair and Services March 5, 20 14 Pa.0e 12 The ITB also requested bidders to submit, for each manufacturer group for which bidder submits a bid,documentation from the manufacturer that bidder is authorized to sell parts, install and provide service. The City may award up to three vendors(primary, secondary, tertiary),as available, by line item,by group or in its:entirety. The City will endeavor to utilize he City may utilize other vendors in the event that: l a vendors in order of award However,t ty y ) contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2)it is in the best interest of the City to do so regardless of reason. The contract(s)entered into with the successful bidders)shall remain in effect for two(2) years. The price offered by the Bidder in its Bid Proposal shall remain firm and fixed during the initial two (2) year term. The City, through its City Manager, shall have the option to renew this contract for an additional three (3) one-year periods on a year-to-year basis. During the renewal term,the City may consider an adjustment to price based on changes in the applicable CPI-U index. 1T13 PROCESS ITB No.2014-066,was issued on December 6,2013,with a bid opening date of January 9, 2014. Three (3) addenda were issued to answer to questions submitted by prospective bidders. The Department of Procurement Management issued bid notices to twenty(20) firms utilizing the Public Group and ten (10) prospective bidders accessed the advertised solicitation. Additionally, twenty (20) firms were notified of the ITB through the Florida Purchasing Group website. Finally,the Department of Procurement Management sent the ITB document to additional firms not registered with the Public Group. The notices resulted in the receipt of five(5)responsive and responsible bids from Airmatic Controls, Comfort Tech, Master Mechanical, MRSE, LLC d/b/s Roth Southeast and Premiere Air Conditioning & Refrigeration. The ITB stated that the lowest responsive, responsible bidder meeting all terms,conditions, and specifications of the ITB will be recommended for award. Veterans and local preferences were considered during the tabulation of the bids received. Local preference was not applied to any of the bidders. The Bid Price form was categorized by manufacturers resulting in twenty-three(23)groups. The manufacturers on the bid price form included. Baber Coleman, Bard, Bristol Compressors, Carrier Equipment, Climate Master, Coleman, Copeland Compressors, Evapco, Friedrich, Florida Heat Pump Equipment, Goodman, Janitrol, Johnstone Supply, Lenox, Mitsubishi,Rheem Equipment,Trane Equipment,York Equipment, ice O Matic,Delta Controls, Direct Digital Controls, Explorer Controls, and Johnson Controls. With regards to HVAC equipment, installation,parts and service the bids received from three (3)different vendors were deemed the lowest"responsive"to the bid requirements. Those vendors are: Comfort Tech Air Conditioning &Refrigeration, Master Mechanical Services, Inc., and MRSE, LLC (d/b/a Roth Southeast). All of the responsive vendors provided the necessary manufacturer's letter authorizing service and selling of parts and equipment. 66 Commission Memorandum !TB 2014-066 HVAC Repair and Services March 5,2014 Page 13 The Department of Procurement Management verified the following: • Minimum Requirements 1. Licensure/Certification. Miami-Dade County Air Conditioning Mechanical Journeyman license or Journeyman General Mechanical license, and EPA 608 Technical Program Certification. Current licenses must be provided with bid, and no personnel shall service City facilities without said licenses. Comfort Tech Air Conditioning & Refrigeration, Master Mechanical Services, Inc., and MRSE, LLC(d/b/a Roth Southeast)submitted the required licenses. 2 Similar Experience. Bidder shall demonstrate previous experience in regards to the requirements of this solicitation for a period of no less than three (3)years in providing these services to at least one government agency in the Tri-County area (Miami-Dade, Broward, Palm Beach). ' Comfort Tech Air Conditioning & Refrigeration received very-positive feedback from Miami-Dade County Corrections, Turner Construction Company, and Pirtle Construction Company. Master Mechanical Services, Inc. received excellent references from Miami-Dade College, Caristo Construction, and Monroe County. MRSE, LLC(d/b/a Roth Southeast)received great feedback from Florida Atlantic University, Amersco, and also has successfully provided services for the City of Miami Beach. 3 Manufacturer Authorization. Bidder shall submit, for each manufacturer group for which bidder submits a bid, documentation from the ' manufacturer that bidder is authorized to sell parts, install and provide ' service. I All three (3)vendors provided the manufacturer's letter of authorization for the groups they are being recommended for award. i 67 Commission Memorandum I T8 2014-066 HVAC Repair and Services March 5, 2014 Page 14 • Past Performance Comfort Tech,located in Hialeah Gardens, Florida;has provided HVAC services and products for 17 years with over ten (10) years of service in South Florida. Specifically, they have successfully completed projects with Jackson Memorial Master Mechanical Services, Inc., located in Miami, Florida; has been servicing South Florida for over 20 years and has 33 years in the HVAC industry. Their technicians hold EPA certifications and have also received additional training in. Refrigerant Transition and Recovery and other technical certifications. MRSE,LLC(d/b/a Roth Southeast), located in Davie, Florida; has three(3)years of HVAC service under its current name and in the past ten (10)years has operated under the name of Thermal Concepts. They are members of Energy Star and are Authorized Building Control Specialist(ABCS)for the state of Florida. Pricing submitted by all vendors is included in Appendix A. Based on the above, it is recommended that the following responsive, responsible bidders be awarded the contract(s). It is recommended that Master Mechanical Services, Inc. be awarded Groups 1-6, 8, 10, 13, 16-21, 23:that Comfort Tech be awarded Groups 7,9, 11, 12, 14, 15: and MRSE, LLC d/b/a Roth Southeast be awarded Group 22. CITY MANAGER'S REVIEW After considering the review and recommendation of City staff, the City Manager exercised his due diligence and is recommending to the Mayor and the City Commission to award a contract to Master Mechanical Services, Inc,Comfort Tech Air Conditioning&Refrigeration, and MRSE, LLC d/b/a Roth Southeast as previously indicated. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission award a contract pursuant to Invitation to Bid (ITB) No. 2014-066 for HVAC Equipment, Installation, Parts and Services to Master Mechanical Services, Inc, Comfort Tech Air Conditioning&Refrigeration,and MRSE, LLC d/b/a Roth Southeast in the amount of$115,000. 68 .-, ��•: 888 288gp888"+: ' 888888sws88B$8858$Q878 � 88888titf8g 88588 _x: 85885��888pQ8flg88 _� BgogSey�`8$888E8888 M C U V_G7 �I G P v a w M a T Try N^, . Ol o 3 p m O p m N ^ F 7D wi P L n ap0 tim N � iD a O aD OD� w m y . V x o >e o > > a > > > o a > > > > > ? a > > > 888 .ef f ff on _f�222 on 3 elf f r on ;.n �f�s� aAs5�f gf ' a Q o E x r X wt Y Y s ~ = Z X [ X C X C at= G �J'�a�JJP����a y�t���3"gy$���K S�°[[_.'.:'�-•,.�`�<.�-!,;'ti-.,C'�•e;.''f�.�a'`,��-��'F=.?'4^.`'.��«P_r F°�p g_=-apo�'O 9 aE r C n-.�a f�.g�c a V.o n�y a dg 7 v,Q°�o Vi{G_x8$.7$o A fl.�_8�e a.pp p S�y c=°N8x8ln.o o a Y''.1_8c�u�x o8��Qpp 0°a=�¢8 k_Ti 8�«ao_n.Y V j'i 8o$$5N O 8g 4 i�X�F 2 xg L Z 3'lY�9gg3�7X JaQ p s,.C 4_`�p s�so s aX u a��x v�yo 3 a sa�X�O a X�•s.p o ppyy O`E 9 e`o f:l ,0�i��,�QY f_0�f�°'an>t E'�n O4Li a m��e�8p's�!8f N8�8ry{�N rYf b�8��xa>T>E>t,i f�=8�8�?8�0.J�s�8�8N f_==>�?q`t{I$�8_g Sf Wiy 8YN f 8'8�°a��f f a�i..•88 o gN 8eWI A888 g N 1t,!•r:,''�.'trc}'I'��-"r"r=:,1 z '.-y• '_r F c wFv'O<°Its�?C'•Y C I t C�7�v"j f_,t_�e��Xf.�g�8g��x8N 8VN7 m i 80 ca�a_app Y 8 88Y Y n_O Y u q a 9_I 8�8fag.8 3�8 N N 2 x 8m 0 8 pp x V��_s i�Y'�'a ri u V 8 8 n$p$gN b� �8�f�.R n n ry ei8s n.X 8�n 7 a�7.-8��m Y�O.x�.:T A 8g'Q b�8vw C>:_•t t.,sl�b8IO�.X�.S X N�r_.8um A 87>7n a Ed r�i 8�n s�f�v�E8 ow�yc8�N°7 Ei 7.a t l i l_88N ry hd 8 8 8a�=8 Q=.2g�g�c_'YY u u i.M1 8$v=8$N ry��x 8 gug aO 9_a;_°s✓_n Y p o'Y�t i 8n 48 g�B 8.n.�vl��g�;�sX�`�a X3 iX A'l•yy u•r•°v—e�o X��x��V l�m��u`�t�o O.sX W 0 a E af a8 e 3`�O O e�•a ii C�L �i�.8d N wM1$N Q 2�.9-e.5 M N 8g�1.Il 1•�:: ��_Q_$a�K o?_c�rE<�W t E,a�8C o_�Ufb V f3Tg-��U-praNIc Q�e$��t8m°x 8$N e M18p O x Q?7�'�°_$ar s.o 1i Y•�0,I,1 2 8�z{$<8 N�M1 S$4a x 88n x O g°s r- _:.7ao u 88�NN p�l 8=a X_;a X 7E 7:C v�a Q n��i�o J X�C•a a�c e°�O D$R 0 7 O a 83 g�rf 8N y�b$���N 7__'.+;8�vb af m y2�f b 6m�1m X•�7 8n C 7��M i 8;����:�8Jt fb oM1 N M r$�.a 7a/�ri tl 1 l 8��8$a�:V8y�N�'8M.8�°.�]�-O+1.I s8 b�8 o c o 0 0 ��tXy8n C��QPM8�n?a 7.�a.<�i+88 ST18T�4 8$7p•8 N R,a�w M'���-_- _t i r a 3'o?i'080°'7 W.a s c�C 2.���'9 X7?��_v Vr���V f g Ys 8.8Y1�vm8 x 8eN$_$x 7 7i W g¢=g�Y o.a$Y•1 i I .VM1 P 8 N 8O�8x 18 8 7 a.s O 8��Y o 3 47'C•i Y-3 a a�i�o n$9UX x 9Ono.Q.°'b R aX W p•a�f�3 7a a b p•O$D'a�.'�r- , .�iio Y0 f�t�.0s 8 a a n p 0n a€a�i�s Y 9 E 4•L` s 8�f x.86 8y��N nN g Xb.�88�o T w na v�J.. yN S p8m�f X8�8C f e xo�N O�8�r rLa i vr vr g8xI86 85 Jf0 x�N N.�N l8vL n i-1��s 1 6 �b�N 8IW N 8N c rn�n t� �;8f X N 8S�8�.N 0 f�b.fl T�8�a ry 8QQ N 8�0 8N 8 8 c x'a x o 98 O ; x x x X X X 8 888 9 888 $ IA = 8 11 9.1 Aa01 y +N b U LL -c a a a V. a 8 on a > a 0 8 8 A44 4 Y 8888 _ 8 888 g� § 5 N_ a a N in w lC A=s oW 2` x 2 E :S E at x 8 88888 8 88888 88 ~ Q r%gg M X E `e a a-L � WC ¢ X x 8 H1 I�I , �i v x o E E o u Y o i E E x o a 5 x o E E c x r� �l •e c J C a d s e W LL� E a m E u o E a m El-1-1- cn E a n f u o * 9 iy.. P .. Y $ n rvn o •T o ... $ +v E Ya vo o •v. :=I- Tl I- 69 c x c � e X: a it� c X • a - ' 8888$8 ' Q 8g8snf8g88 —' 888ti��$8888 =$g85�888888 x888;xg888888 =g$g3'� �g8 i • V M P x c r nM S 1c r c n n c Rn � E P ti M M m n x � 9J M V)•O n�a •�nl P � w1 P�0 f-�N�'1 xo it xo 'A xo ;iyy� X8 n 8 �Y 388 �� 3 s 22 2 0 3 •f f f£f F c �__ _ X 5a� a Fsf a�888 g,a888888: aag833,°8888 Si;888 ,� 8888 3 $8$33,°8SE888 ,_88833,�8888888 a E v 0 8 8 `e u e E o e e e c o o L p e 0 o c o o 0 0 E e e e c 0 0 0 0 o y n E 0 0 0 0 c 0 0 ■ x 0 n n Z O R a$ ■ 2 0 3 A Z � � i O O c O p xe xo xa xo at ZIE 3tE rE !E gE g 388 gQ u8$ ggn n88 588 g � 388 �' ,ri•n 'fit'�"`� .1iN a�YtY • .r � pr.i tip • =N paY.�:'t� « vi ati t'Y t'14 un p O � i� O 4 O • Y ° Oa 4 O Q r x x a k y x r M IR C x• c at•w ' 8 8x x$$888$ " 8 8�F�8888 888FK�g8g88 _'8 85��3$88$$ 888 xE,888888 80350 9 u3en 8 33`0 5 `0 v E m C a u M1 E m e Nam r !E n L a E0 e � '�.:2 P J.i N n m ; �a v N^ �.:'^.;2 �$a�ri�n Yi ni�`•° �.n ti 2 p�N •n v^.'�■i D N ~O O �3 m d V N O E v c L c11 =E 7 J J J J J t • w ■ . i • • s .e °� 333 � ■ `• • • •E m,n • `+ c,n •• • k�� v _wwV qYq S Q Q � J N M N.x11 :•. �Q j J O[Q � 3 6 Q � .Q S ,:• S � XX S X3tX f i�?N � � e a Y > qq E > c a x x X x x x r x x x x x s z X • C X C [ X■ 888« 86888$ 8 8"Y�88g E!88 �g8$88 x 8ttt:fS8$S8$ :888a�� 8888888 5g� °' p$��1°�$�$� p 4 g gQQgV 8Qu13 ,j 3LSgK ns.nn „ EugiE ti x'^ _ gc°J �S o R r,l n enR L E 1T.JS E rlKi it a re8`el1 - "P tio a N ae�..a•:N M � § ° p at Ti it 0 at Ti ]t o X o M v. J s > J 0. r' ] a •O �9 r u ,V =9T•i a N N -N 9 4� a a • Y s a bt] t pa Ob6 s �so� p o o Y p E x x x x x x x x X x x x • X p p p•j; e :c, p C dggy F9 s8R8$p8O': _�_S 8 of Tpi�g$fSjag g8 " xp8p8p8p g "88p88p$ 1 '88p$ s48p88888Py h1 S-�«• N 8 N M M l a N J5 N N .: y O fl a b 5e 1 7.1� �.y, ' F 8 g P�3 ,a.°n`�1A$ O $C !'- C 3 r�O�f y .y M1 M1 n n r C U • =w F U O • •� o n M1 f w M 'a' e1 I�n CO N F- Cg.Gi 1O V I+1 N 9q R.-1 10 x 0 ri•+,A n • M C •y M ,.1 h 4 N Lf z O x A N N1 r .y M g +�N r1...1�••1 w '3 OI uti Z O M i a 7 ] J J 7 0 0 �{" y� op a�t'`� t! n to • r ° w'�Y y •L',$n � •� ■ A n` F r2 P"� �R-, • A '■ A 4 � C R M '� C P� L 4 ■ ■ 7 .a .!1 �f ff � � '{ �.Cff F � 7 ;.>!�1«�� � � `� �.•'��f�'� p 3a�f��F� Y 6 O ♦ 4 ° Y Y 0 O 4 d ° $'N J1 � Y N N y�L � j O.it f. � i N✓t S x L s■ P c i9 X 8$88 Sg g 88 ag K6$88 a 8888 88Q88888 1;r:ri a A u W SuS` � nn V e a Er c Y°L c > E �t u Q S o 9 de c 9 s_°;E a i TL te c _Q a x 3 s E E Y x J d x a °um a.0 n•d1 ° � ovum °1..?im° I m E v o g E Q m e E u o c q m a ' E a cm i 1 E n m E E g o a Y co•n Y�7 b0 10 Y Y n n e-n : ,to w ? F 4 w Y °1 Y U• O U' l7 fo I 70 It c x i 'aa8oag8a888S - :888�ag888p8Sg :8s8;��$8p8888 ;=8g8 s asssBS �x$gB Gf$S$88s88 ,• ,'8 O V�,r S S S V O=H e" 8 N N p aj i O X`o X a x o II x o X`■ W$8. �cy y W 88 ::. e W 88 aye ,: 8$ & N N n N g Ji at '•� c X`� `e X,` 'e x i K Y a Y w �r8$833, 888888; p�88$SW�$88888 �a888 �,�aaa888 s`88885,�ag8a88 38535,°888888 S o❑o y 2 0 6.6 ci o o= g o 0 0 g o 0 o d 6 0 c 0 o b y o c o 0 0 0 =o o c p 3 a o 0 o e c o o d; y o 0 6 6 6 6 ua Xo xa xo xa F 2 3 EQ 5 p.$'y f Q'etfr•fi o f .� p $8 F.. . . . a4yY�r tr 98 3 !r a sg Y ;.nf f f :3 m c g fg ZK h.''r'r°i� r_r$SO�ag Ku�g'-�b�?3 wC c g r A'=a xe8"8°8x Sn.�¢q8p rN�0.N 8_c x go s m 8 M 8H o]'m N 8N A'1 t�;2 X Z X 4 C°•$9�y=9 EX X�o X x��o°a R O p 7 y i'J�,g�E�2 J]O?7 Y oa g ZA~T.b 8N O.a p...gX N 1�y 8M 1O°i 8 Y g aN M^��8 IJ'e 1 x.g�M�M nb-?�:!^.�ry SNN n�.$'��.,':_�,�e[�`J' '�H O°-j af a g 0 c�b a a x'�8ee8�8x Oa i'E r ax,8 sex m o.o,[ao°as+c,b$.CM.W�3 Z�x W L o 8 E"«:g v�.v R x'��i�a x x u E"X ox yQ�e>.O�=S P�O�+s�p Y�«�P�c°E°J a>A n]]q'i�h Nnx CN o e�O N's yy NV a Y�'xOT��X�yy D NM 1a o^x bn�,Jf yy bMN:a�O QN�;N X..��8.w a�]-e:.1^N N N m H N N":�, �aFb��•�+\so�g ab c�w G f p F a p�s¢2 C�x o`CP d 0 l o f o:2 a g mx a x 8 2 8 N✓u 70'o o aN g n n:�s X;�5 2 LO•° 'N pg��o SP IN ra e�x.8¢xg^o c_q CGo y_x O N N¢$�az x 8__u'ao x x X 0 1�0 N G Ad 88 y5x N m.f�8v~v f 6~C 8c.I��lpfX JY�O°h./a n.v cc 1 i x g lN g 8 N b�X b 8 J.a n e.I N^N p$N�-Q$`O�N N N z-'����FF s$•�;0�-WC�g a at a is at o X 8 8 x i O ov x�K o o.x c��X�����yY o�O■' , , �b bN 8vp e f r~v,> u �{ ` 3:. YO NM X N 0I8N M.ffi:n�y O r 9 bd�O 8`f J>^Q l� Y N b=8 f b.8g i/>+C T o TIT 8 8883o88g$88 8 8888 888888 88833e8888 8888f $tl$N� �8aP.�N$ 5o 099 L9�g 18 ]m A 4 b S . 2 588 80 8g8 W6 8S O$$ 0 x x c 8888$8888 8 8 88 9 T 1 o g gN 51 p 3 Z 2 1 E * $ N j i jd£§p E[4 ex a-x 0 N]°c c z 0-ax 9 o 9 o•'a`1 �9 n.X y r°tl°• a�]y C 5'88 N d�me x8J>W.'rn 0 iI'x�N8O e>+!K G 8 O d yy 9'�y _ d 7 gp L 4 O N r p'L x J r.x O•a=L ao Y y+ ?��X x°�r3',°00 e m 8�Y1 8Tm a O J v I 8 2 O-:E f O w°^10 ■� 8 p L L¢tex O NJ d ao m a n¢x O~L o Y a° gyt X Y W`a`o c l I r rL.�Dm[7�•1 N Jx 7�YaO O v I lC n€^n v�, f n S X O 9 D d a j " 588 9 0 z ci 3:X am 14 0 311 S o o o o X 88$ 8888 G M L L 7 Q m o aE E E E S m J-a m rL 8E ', $ ' ,1 V W m iEam °'pup W W a Eam a Euo o°Eam sJ°F�uoW.� �E ao 3 EuoW �E4m a Eru„o W J. v l7 O 71 / i ! � at Tl vt 11 gt mm 0 Go 1 14 ON 28 81 at No 0 la a a CL it w-ft 'Clog rL ZO MI IL E .0 u n Ll JEg 72 888 X8888.- _'_88$a;�8888 $ o888�s,a8888 oao88 888,888 C 6 • v�l^N= G J P w N ° « M Q e O N N°'. C 7 Q O T G N e D 9 H N L A ? S J s 0$ • J a y 3 p ? ?�e „H 8 .A A, J J a Ti g f n f M #a 7 f f f f o y N N � 7 o e �� , � x x k - z x x x X == X • e X i c iR i c k Y e X +` g88 8888 8o 8080 8 0.� ;. u$h'B^H`^n�xep��P 8°88O8 i/ . C-o00 a •��P o 8c8c8o800 8 r o r �al C v U� r 0 X`a Xyy v X`o X o $ ? i AN 8 a J e$8 888aIt 01888$3 D�« 93,SN $ 3 " g�3,o�m •i�888s �88 g 88 a �3aQ Q g y .� - .. r° r r : P w r 'edror E r z z E J M, 4 Z o e .r o m=Y °°..'°• w u w ry O' Y _ �o 8$ a o a 88 q_ > >a 3 8 8 t c N c t t � J llv E o oa v x x x X x i X S S x $88 x�g$$8` 8g8w�fg888 8 ''„88SK;fg88888 gg3.'�� �8:, U A N o ° m ni h N:: f V m o° a”{ro n ri - ~m u 1 .I^N J 2 p � C O it o Xg`° x e aR a o �t °n 4 jftfi' x x x x pQ o7 O C N N�NyI pQ 8 8 8 S p¢ {•Oj •If 8 Q 1h/1 N F Y,p y V I .i ti�i •a d O$O Y C M n'1- `— S << p •n ry jJ n a .0 N m = :�e°'.�N �ry .n N �N.N,'n= 2 it 3 g$ x a J 8 p O�T d O '�M�T $L■�[q r n J11t`I Y 4 A i a -7r w 58a ��g8 sg8c a�88 ega X588 osg888 ^- � C `• C = C n L a 0 0 o 9 0 cct cr Y • C N N 73 M[AMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7497, Fax: 786-394-4330 PUBLIC NOTICE ITB No. 2014-066-SW HVAC Equipment, Installation, Parts and Services ADDENDUM NO. 3 January 2, 2014 In response to questions and requests for additional information received by prospective Proposers and the Administration's additional review of the requirements set forth in the Bid, the Bid is hereby amended as follow: I. The deadline for the receipt of Bids remains January 9, 2014 at 3:00 p.m. II. The Bid Price form, Section 5, has been revised. Please replace the original Bid Price form with the attached revised Bid Price Form dated 12/30/13. The bid will be deemed non-responsive if the attached revised Bid Price form is not submitted. The revision consists of renumbering the line items according to the group they belong to and revising Total Group titles. There have not been any additional manufacturers added to the bid price form. Please note that when the colon symbol (":") is used on the bid form it means range,for example,Total Group 5.1.1 (Items 1A:1 E)means 1A+1 B+1 C+1 D+1 E. The Bid Price Form is separated into two (2) sections; Section 5.1, EQUIPMENT, PARTS AND SERVICE; and Section 5.2, EQUIPMENT OR PARTS ONLY (NO SERVICE). Bid Price Form allows for vendors who do not provide service to submit their price proposal for parts and equipment. Please note that Proposers are solely responsible for assuring they have received any and all addenda issued pursuant to solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS UNDER THE CONE OF SILENCE—ORDINANCE NO. 2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://www.miamibeachfi.gov/newcity/depts/purchase/bidintro.a§p Steven Williams Procurement Coordinator Department of Procurement Management ITB No.-2014-066-SW HVAC Repair Services and Parts Section 5—Bid Priceform Rev.12130/13 SECTION 5.0 .BID PRICE - FORM REVISED 12/30/13 (1/2/14) M .AAA-.I B . Q0 A EA"""`H DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 305-673-7490 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 SECTION 5.0 BID PRICE FORM Failure to submit Section 5,Bid Price Form,in its entirety and fully executed by the deadline established for --the-receipt of bids will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms,conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays,taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Bid Price Forms (Section 5) completed in pencil shall be deemed non-responsive. All corrections on the Bid Price Form(Section 5)shall be initialed. SECTION 5.1 —EQUIPMENT, PARTS AND SERVICE Group 1 (Baber Coleman) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 1A Hourly Rate-Regular 20 Hourly Rate 113 Hourly Rate-Non Regular 1 10 Hourly Rate • • Labor %(discount State Whether Net Cost Estimated or mark-up) the%Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up) 1 C Parts Pneumatic $2500 % 1D Balance of Line All other arts $2500 % 1 E Baber Coleman Equipment $10000 % • • : Equipment Total • • Group 2(Bard) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 2A Hourly Rate-Regular 100 Hourly Rate 213 1 HourIX Rate-Non Re ular 40 Hourly Rate • • Labor %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost % Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 2C Parts $2500 % 2D Equipment Roof-To Units $7500 % 2E Equipment Split Systems $7500 % 2F Balance of Line All other parts $2500 % total • . (items ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 3(Bristol Compressors) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 3A Hourly Rate- Regular 100 Hourly Rate 3B Hourly Rate- Non Regular 40 Hourly Rate •-total Item .•• ' %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up 3C Parts $5000 % Balance of Line(All other parts & % 3D equipment) $10000 • total Total Group ` Group 4(Carrier Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 4A Hourly Rate-Regular 200 Hourly Rate 4B Hourly Rate-Non Re ular 80 Hourly Rate Sub-total Item 4-Labor(Items 4A+413) %(discount State Whether Net Cost Estimated or mark-up) the%Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up 4C Parts $5000 % 4D Equipment Roof-To Units $7500 % 4E Equipment S lit Systems $5000 % 4F Chillers $10000 % 4G Balance of Line All other arts $2500 % • • • • Total • • ` ITB No.2014-066-SW HVAC Repair Services and Parts Section 5-Bid Price Form Rev. 12/30/13 Group 5(Climate Master) Estimated Group Annual Total Item Description service hours U/M Unit Cost Quantity x Unit Cost 5A Hourly Rate-Regular 200 Hourly Rate 513 Hourly Rate-Non Regular 80 Hourly Rate • . -Labor ° %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up 5C Parts $2500 % 5D Equipment Roof-To Units $7500 % 5E Equipment S lit Systems $5000 % 5F Water cooled equipment $2500 % 5G Balance of Line All other parts $2500 % Sub-.total . . . . - Group 6(Coleman) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 6A Hourly Rate-Regular 50 Hourly Rate 613 Hourly Rate-Non Regular 15 Hourly Rate %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 6C Parts $2500 % 6D Equipment Roof-To Units $5000 % 6E Equipment S lit Systems $5000 % 6F Balance of Line All other arts $2500 % total; • -Parts (Items 6C:6F Total . . ITS No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 7(Copeland Compressors) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 7A Hourly Rate-Regular 20 Hourly Rate 713 1 Hourly Rate-Non Regular 1 10 Hourly Rate • • . .•• ' %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 7C Parts $10000 % Balance of Line(All other parts & % 7D e ui ment) $5000 •-total Item ems X+7D)__ D) Total Group ' Group 8(Evapco) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 8A Hourly Rate-Regular 100 Hourly Rate 8B HourIX Rate- Non Regular 40 Hourly Rate • • .o• :: %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up 8C Parts $7500 % 8D Equipment-Coolin Towers $10000 % 8E Balance of Line fAll other arts $2500 % •-total Item : ems 8C.8E) Total • • 5.1.8 8A:8E) ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 9(Friedrich) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 9A Hourly Rate-Regular 20 Hourly Rate 913 1 Hourlv Rate- Non Regular 1 10 Hourly Rate total Labor %(discount State Whether Net Cost Estimated the%Listed is a (Gross_Cost% (See Speccial ial Group Annual Gross or mark Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 9C Parts $3000 % L9D Equipment Roof-To Units $5000 % 9E Equipment S lit Systems $5000 % 9F Balance of Line All other arts $2000 % total Total • • 5.1.9 " ' Group 10 (Florida Heat Pump Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 1OA Hourly Rate- Regular 100 Hourly Rate 1OB Hourly Rate- Non Regular 40 Hourly Rate Sub-total Item 10-Labor(items 1 OA+ 1013) %(discount State Whether Net Cost Estimated or mark-up) the%Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 1OC Parts $2500 % 1OD Equipment Roof-To Units $7500 % 1OE Equipment S lit Systems $5000 % 1OF Water cooled equipment $4000 % 1OG Balance of Line All other parts $1000 % •-total Item 10 - 1 1 Total • . 5.1.10 1 , 1 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 11 (Goodman) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 11A Hourly Rate-Regular 20 Hourly Rate 11B I HourlX Rate-Non Regular 10 1 Hourly Rate • • .•• ` C %(discount State Whether Net Cost Estimated the%Listed is a (Gross—Cost% (See Speccial ial Group Annual Gross or mark Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 11C Parts $3500 % 11D Equipment Roof-To Units $5500 % 11E Equipment S lit Systems $5000 % 11F Balance of Line All other arts $1000 • • Parts Total • • (Items Group 12(Janitrol) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 12A Hourly Rate- Regular 20 Hourly Rate 12B I HourIX Rate-Non Regular 10 Hourly Rate • • Labor %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 12C Parts $3500 % 12D Equipment Roof-To Units $5500 % 12E Equipment S lit Systems $5000 % 12F Balance of Line All other arts $1000 % total - Parts(Items 12C:12F) To • • (Items ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 13(Johnstone Supply) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 13A Hourly Rate-Regular 100 Hourly Rate 13B I HourIX Rate- Non Re ular 40 Hourly Rate total .•• ` %(discount State Whether Estimated the%Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 13C Parts $3000 % 13D Equipment Roof-To Units $10000 % 13E Equipment S lit Systems $6000 % 13F Balance of Line All other arts $1000 % . total Total • • 5.1.13(Items 13A:13F) Group 14(Lenox) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 14A Hourly Rate-Regular 20 Hourly Rate L. 14B l HourIX Rate-Non Regular 10 Hourly Rate • • .•• ` %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up 14C Parts $3500 % 14D Equipment Roof-Top Units $5500 % 14E Equipment S lit Systems $5000 % 14F Balance of Line All other parts $1000 % •-total Item ` -Parts (items 14C:14F) Total • . . , ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 15(Mitsubishi) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 15A Hourly Rate-Regular 20 Hourly Rate 15B Hourly Rate-Non Regular 10 Hourly Rate • • . .•• ' : %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up 15C Parts $3500 % 15D Equipment Roof-To Units $5500 % 15E Equipment S lit Systems $5000 % 15F Balance of Line All other arts $1000 % . . -arts(Items 15C:15F) Tota . . Group 16(Rheem Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 16A Hourly Rate-Regular 200 Hourly Rate 16B I Hourly Rate-Non Regular 80 Hourly Rate Sub-total Item 16-Labor(Items 16A+ 1613) %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost % Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up 16C Parts $7500 % 16D Equipment Roof-Top Units $10000 % 16E Equipment Split Systems $10000 % 16F Balance of Line All other QartsL $2500 % Total Sub-total Item 16-Parts(Items 16C:16F) • i 5.1.16 •' ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 17(Trane Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 17A Hourly Rate-Regular 200 Hourly Rate 17B Hourly Rate-Non Regular 80 Hourly Rate •-total Item .•• ' %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up 17C Parts $5000 % 17D Equipment Roof-To Units $7500 % 17E Equipment S lit Systems $7500 % 17F Chillers $7500 % 17G Balance of Line All other arts $2500 % total -m 17-Parts(Items 17C:1 7G) Tota . • Group 18(York Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly 18A Hourly Rate-Regular 200 Rate Hourly 18B Hourly Rate-Non Regular 80 Rate Sub-total Item 18-Labor(Items 18A+ 1813) (discount or mark- up) State Whether Estimated Spec al the%Listed is Net Cost Group Annual Gross Condition a Discount of IGross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up 18C Parts $5000 % 18D Equipment Roof-To Units $10000 % 18E Equipment Split Systems $7500 % 18F Chillers $5000 % 18G Balance of Line All other parts $2500 % •-total Item • • • 5.1.18 :' ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 19(Ice O Matic) Ice Machine Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly 19A Hourly Rate- Regular 200 Rate Hourly 19B Hourly Rate-Non Regular 80 Rate ub (discount or mark- up) State Whether Estimated (See the% Listed is Net Cost Group nnual Gross Special a Discount of (Gross Cost% p Condition — Item Description Costs 3.23) Mark-up Discount or Mark-up 19C Parts $10000 % 19D Equipment Ice machines $17500 % 19E I Balance of Line All other Uai s $2500 % total Total . . 5.1.19 . . Group 20 (Delta-Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly 20A Hourly Rate- Regular 100 Rate Hourly 20B Hourly Rate-Non Regular 40 Rate Sub-total'Item 20-Labor(Items 2.OA+20B) (discount or mark- up) State Whether Estimated (See the% Listed is Net Cost Group nnual Gross Special a Discount of (Gross Cost% P Condition (Gross_ Cost Description Costs 3.23) Mark-up Discount or Mark-up) 20C Parts $7500 % Balance of Line(All other parts & % 20D equipment) $12500 • . ! !! Totat Group,5.1.20(Items 20A. ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 21 (Direct Digital -Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly 21A Hourly Rate- Regular 100 Rate Hourly 21 B Hourly Rate-Non Regular 40 Rate •-total Item .•• (Items (discount or mark- up) State Whether Estimated Spec al the% Listed is Net Cost Group Annual Gross condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up 21 C Parts $7500 % Balance of Line(All other parts & % 21 D equipment) $12500 • •tal Item 21 -Parts (items 21C+21,D) To • • - ` Group 22 (Explorer-Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly 22A Hourly Rate- Regular 200 Rate Hourly 22B Hourly Rate-Non Regular 80 Rate • • _ .•• - ` (discount or mark- State Whether Estimated (see p)cial the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross—Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up) 22C Parts $20000 % Balance of Line(All other parts& % 22D equipment) $10000 •-total Item t Total • • ` ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 23(Johnson Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly 23A Hourly Rate-Regular 200 Rate Hourly 23B Hourly Rate-Non Regular 80 Rate • • Labor, ' (discount or mark- State Whether Estimated (see p)ciai the%Listed is Net Cost Group Annual Gross condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up 23C Parts $6000 % 23D Equipment Roof-To Units $12500 % 23E Equipment S lit Systems $10000 % 23F Balance of Line All other arts $1500 % . total Total' e • ' ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 SECTION 5.2—EQUIPMENT OR PARTS ONLY(NO SERVICE) Group 1 (Baber Coleman) %(discount State Whether Estimated the%Listed is Net Cost (See Speccial ial a Discount Group Annual Gross or mark Dit of Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 1A Parts Pneumatic $2500 % 1B I Balance of Line All other arts $2500 % 1C Baber Coleman E ui ment $10000 % Total • • Equipment Group 2(Bard) %(discount State Whether Estimated the%Listed is Net Cost (See Speccial ial a Discount Group Annual Gross or mark Dit of Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 2A Parts $2500 % 2B Equipment Roof-Top Units $7500 % 2C Equipment S lit Systems $7500 % .=Balance of Line All other parts $2500 % Total • • : Equipment Group 3(Bristol Compressors) %(discount State Whether Estimated the%Listed is Net Cost (See Speccial ial a Discount Group Annual Gross or mark Dit of Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 3A Parts $5000 % Balance of Line(All other parts & % 3B equipment) $10000 Total • • Parts&Equipment(items Group 4(Carrier Equipment) %(discount State Whether Estimated the% Listed is Net Cost (See Speccial ial a Discount Group Annual Gross or mark Dit of Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 4A Parts $5000 % 4B Equipment Roof-Top Units $7500 % 4C Equipment S lit Systems $5000 % 4D Chillers $10000 % =Balance of Line All other arts $2500 % Total • • • •ment(items 4, ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 5(Climate Master) %(discount State Whether Estimated the%Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 5A Parts $2500 % 5B Equipment Roof-To Units $7500 % 5C Equipment S lit Systems $5000 % 5D Water cooled equipment $2500 % 5E Balance of Line All other partsl $2500 % -Total • • • • (Items` Group 6(Coleman) %(discount State Whether Estimated the%Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 6A Parts $2500 % 6B Equipment Roof-To Units $5000 % 6C Equipment S lit Systems $5000 % 6D Balance of Line All other arts $2500 % Total Group 5.2.6—Parts&Equipment(items 6A:6D) Group 7(Copeland Compressors) %(discount State Whether Estimated the%Listed is a Net Cost Group Annual Gross or mark-up) Discount of (Gross—Cost% (See Special ( Item Description Costs Condition 3.23 Mark-up Discount or Mark-up) 7A Parts $10000 % Balance of Line(All other parts& 7B equipment) $5000 Total: • • • • Group 8(Evapco) %(discount State Whether Estimated the%Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 8A Parts $7500 % 8B Equipment-Cooling Towers $10000 % 8C Balance of Line All other arts $2500 % Total Group 52.8—Parts&Equiprnen:t(Items 8A:8C) ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 9(Friedrich) %(discount State Whether Estimated or mark-up) the%Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23 Mark-up Discount or Mark-up 9A Parts $3000 % 913 Equipment Roof-Top Units $5000 % 9C Equipment S lit Systems $5000 % 9D Balance of Line All other parts $2000 % Group 10 (Florida Heat Pump Equipment) %(discount State Whether Estimated the% Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 10A Parts $2500 % 10B Equipment Roof-To Units $7500 % 10C Equipment S lit Systems $5000 % 10D Water cooled equipment $4000 % 10E Balance of Line All other arts $1000 % Total'Gro'up,5.2.1 0—Parts&Equipment(Items 1 OA.1 OE) Group 11 (Goodman) %(discount State Whether Estimated the%Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 11A Parts $3500 % 11B Equipment Roof-To Units $5500 % 11C Equipment Split Systems $5000 % 11D Balance of Line All other arts $1000 % • • • • • ' � I ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 12(Janitrol) %(discount State Whether Estimated the%Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 12A Parts $3500 % 12B Equipment Roof-Top Units $5500 % 12C Equipment S lit Systems $5000 % 12D Balance of Line All other parts $1000 % Total • • • • (items Group 13(Johnstone Supply) %(discount State Whether Estimated the%Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 13A Parts $3000 % 13B Equipment Roof-Top Units $10000 % 13C Equipment S lit Systems $6000 % 13D Balance of Line All other parts $1000 % Total • • Equipment Group 14(Lenox) %(discount State Whether Estimated the% Listed is a Net Cost Group nnual Gross or mark-up) Discount of Gross_Cost% p (See Special ( Item Description Costs Condition 3.23 Mark-up Discount or Mark-up) 14A Parts $3500 % 14B I Equipment Roof-Top Units $5500 % 14C Equipment S lit Systems $5000 % 14D Balance of Line All other arts $1000 % Total • • : • • • i ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 15(Mitsubishi) %(discount State Whether Estimated the%Listed is a Net Cost (See Speccial ial Discount Group Annual Gross or mark t of (Gross—Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 15A Parts $3500 % 15B Equipment Roof-To Units $5500 % 15C Equipment S lit Systems $5000 % 15D Balance of Line All other parts), $1000 % Total • • : Equipment(Items Group 16(Rheem Equipment) %(discount State Whether Estimated the%Listed is a Net Cost Group Annual Gross or mark-up) Discount (Gross—Cost%scoun o (See Special ( Item Description Costs Condition 3.23 Mark-up Discount or Mark-up 16A Parts $7500 % 16B Equipment Roof-To Units $10000 % 16C Equipment S lit Systems $10000 % 16D Balance of Line All other gaLLsL= $2500 % Total Group 5.2.16—Parts&Equipment(Items 16A:16D) Group 17(Trane Equipment) %(discount State Whether Estimated or mark-up) the%Listed is a Net Cost Group Annual Gross (See Special Discount t of Gross_Cost% Item Description Costs Condition 3.23 Mark-up Discount or Mark-up) 17A Parts 17B Equipment Roof-To Units $7500 % 17C Equipment S lit Systems $7500 % 17D Chillers $7500 % 17E Balance of Line All other arts $2500 % Total • • • • - • ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev. 12/30/13 Group 18(York Equipment) (discount or mark- up) State Whether Estimated (See the%Listed is Net Cost Group Annual Gross Special Condition a Discount of (Gross Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up 18A Parts $5000 % j 18B Equipment Roof-To Units $10000 % 18C Equipment S lit Systems $7500 % 18D Chillers $5000 % 18E Balance of Line All other arts $2500 % Total Group 5.2.18 Parts&Equipment(Iterris 18A. E) Group 19(Ice O Matic) Ice Machine (discount or mark- up) State Whether Estimated c al the%Listed is Net Cost Spe Group Annual Gross Condition a Discount of (Gross Cost Item Description Costs 3.23) Mark-up Discount or Mark-up 19A Parts $10000 % 19B Equipment Ice machines $17500 % 19C Balance of Line All other parts $2500 % To tat Group 5.2.19—Part &Equipment(item's 19AIcl Group 20 (Delta-Controls) (discount or mark- up) State Whether Estimated Spec al the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up) 20A Parts $7500 % Balance of Line(All other parts& 20B a ui ment) $12500 • • • 1 Equipment. 1• 1: ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 21 (Direct Digital -Controls) (discount or mark- up) State Whether Estimated Spec al the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross—Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up 21 A Parts $7500 % Balance of Line(All other parts & % 21 B equipment) $12500 Total • • Equipment ` : Group 22(Explorer-Controls) (discount or mark- State Whether Estimated (see p)cial the% Listed is Net Cost Group Annual Gross Condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up 22A Parts $20000 % Balance of Line(All other parts & % 22B equipment) $10000 Total • • • • ' S Group 23(Johnson Controls) (discount or mark- State Whether Estimated (see p)cial the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up 23A Parts $6000 % 23B Equipment Roof-To Units $12500 % 23C Equipment S lit Systems $10000 % 23D Balance of Line All other arts $1500 % Total • • Equipment Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: MIAM-IBEACH City of Miami Beach, 1700 Convention-Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7497, Fax: 786-394-4330 PUBLIC NOTICE ITB No. 2014-066-SW HVAC Equipment, Installation, Parts and Services ADDENDUM NO. 2 December 26, 2013 In response to questions and requests for additional information received by prospective Proposers and the Administration's additional review of the requirements set forth in the Bid, the Bid is hereby amended as follow: 1. The deadline for the receipt of Bids has been changed from January 2, 2014 to January 9, 2014 at 3:00 p.m. Note that a revised Bid Price-Form will be released via subsequent addendum. i i Please note that Proposers are solely responsible for assuring they have received any and all addenda issued pursuant to solicitation. Failure to obtain and acknowledge receipt of all addenda may result in i proposal disqualification. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS UNDER THE CONE 'OF i SILENCE—ORDINANCE NO. 2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://www.miamibeachfl.gov/newcit)/depts/purchase/bidintro.asi) i I 1 i Steven Williams Procurement Coordinator Department of Procurement Management I IAM.1-B.EACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov -DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7497, Fax: 786-394-4330 PUBLIC NOTICE ITB No. 2014-066-SW HVAC Equipment, Installation, Parts and Services ADDENDUM NO. 1 December 18, 2013 In response to questions and requests for additional information received by prospective Proposers and the Administration's additional review of the requirements set forth in the Bid, the Bid is hereby amended as follow: I. The deadline for Bids has been changed from December 23, 2013 to January 2,2014 at 3:00 p.m. II. The Bid Price form, Section 5, has been revised. Please replace the original Bid Price form with the attached revised Bid Price Form. The bid will be deemed non-responsive if the attached revised Bid Price form is not submitted. The revision consists of separating the original bid price form into two (2) sections; Section 5.1, EQUIPMENT, PARTS AND SERVICE; and Section 5.2, EQUIPMENT OR PARTS ONLY(NO SERVICE). There have not been any additional manufacturers added to the bid price form. This revised Bid Price Form allows for vendors who do not provide service to submit their price proposal for parts and equipment. Ill. The following language has been added to Section 3.0, Special Conditions: MULTIPLE AWARD LANGUAGE: For installation or planned repairs/services projects estimated at a cost greater than $10,000.00, the department may seek quotes from all vendors within a group(irrespective of order of award)and may select the vendor deemed to be in the best interest of the City, the determination of which shall include price, ability to timely complete project and other related factors. BALANCE OF LINE: When the need arises for equipment, parts, service or installation of HVAC manufacturer equipment other than those named herein, the City may seek quotations from at least three awarded vendors and may select the vendor deemed to be in the best interest of the City, the determination of which shall include price, ability to timely complete project and other related factors.All equipment, parts, service or installation awarded under the Balance of Line option shall comply with all contract terms and conditions. IV. Please see answers below as a result of questions received since the release of ITB No. 2014-066SW. Q1. Per paragraph 4.1 Minimum•Requirements sub-paragraph 4.1.1 License/Certification and 4.1.2 Similar Experience located on page 12. The two paragraphs indicate the contractor is required to have a Miami- Dade County Air<Conditioning Mechanical Journeyman license or Journeyman General license, and EPA 608 Technical Program Certification or similar experience.We are a state licensed class 1 air conditioning contractor and our sister company is a state licensed mechanical contractor. As a state licensed contractor would a copy of the license suffice as a substitute license to the journeyman requirement as indicated in the above paragraph? Al. Yes, the State License can operate in Dade County without further qualification. ITB No. 179-2013-SW Installation Removal Maintenance and Storage of Holiday Decorations ADDENDUM NO. 1 December 18, 2013 Q2. Per paragraph 4.1 Minimum Requirements sub-paragraph 4.1.3 Manufacturer Authorization located on page 12. As per the paragraph, the contractor is to submit authorization of procuring the equipment as listed in the ITB. We have several manufacturers we purchase equipment from and have authorization to do so from the manufacturer. This information does require significant time to acquire the documentation. Our concern is that we may not be able to receive documented authorization prior to the ITB being submitted. If we are unable to provide the information at the time of submission of the ITB can this information be provided after the submission or would this render the contactor as non-responsive? A2. The contractor is required to submit all authorization of procuring the equipment at the time of bid submission. This documentation can be provided in whatever form(s) to the City at time of bid submission. Please note that Proposers are solely responsible for assuring they have received any and all addenda issued'pursuant to solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS UNDER THE CONE OF SILENCE— ORDINANCE NO. 2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro.asp Steven Williams Procurement Coordinator Department of Procurement Management ITB No.2014-066-SW HVAC Repair Services and Parts A Section 5—Bid Price Form SECTION 5.0 BID PRICE FORM REVISED :IA/V\-1 BEA(.�H DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 305-673-7490 ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form SECTION 5.0 BID PRICE FORM Failure to submit Section 5,Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of bids will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms,conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5) shall be completed mechanically or, if manually, in ink. Bid Price Forms (Section 5) completed in pencil shall be deemed non-responsive. All corrections on the Bid Price Form(Section 5)shall be initialed. SECTION 5.1 —EQUIPMENT PARTS AND SERVICE Group 1 (Baber Coleman) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l EB A Hourl Rate-Re ular 20 Hourly Rate Hourly Rate-Non Regular 10 Hourly Rate • • -Labor %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1 C Parts Pneumatic $2500 % 1 D Balance of Line All other arts $2500 % 1'E Baber Coleman Equipment $10000 % • s : Equipment Total Group Group 2(Bard) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate-Regular 100 Hourly Rate 113 Houriv Rate-Non Regular 40 Hourly Rate • • . Labor %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1C Parts $2500 % 1 D Equipment Roof-To Units $7500 % 1 E Equipment S lit Systems $7500 % 1 F Balance of Line All other parts $2500 % • total Total . . ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 3(Bristol Compressors) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)1 1A Hourly Rate-Regular 100 Hourly Rate 1B Hourly Rate-Non Regular 40 Hourly Rate • total' - .•• ` %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1 C Parts $5000 % Balance of Line(All other parts & 1D equipment) $10000 • total Total • • ` Group 4(Carrier Equipment) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate-Regular 200 Hourly Rate 1B HourIX Rate- Non Regular 1 80 Hourly Rate • • Labor %(discount State Whether Net Cost Estimated the%Listed is a (Gross—Cost% (See Speccial ial Group Annual Gross or mark Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 2 1C Parts $5000 % 1D Equipment Roof-To Units $7500 % 1 E Equipment S lit Systems $5000 % 1 F Chillers $10000 % 1 G Balance of Line All other arts $2500 % total em 1 -Parts(Items I CAG) Total Group ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 5(Climate Master) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)1 1A Hourly Rate- Regular 200 Hourly Rate 1 B I HourIX Rate-Non Regular 1 80 Hourly Rate • • Labor %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1 C Parts $2500 % 1D Equipment Roof-To Units $7500 % 1E Equipment S lit Systems $5000 % 1F Water cooled equipment $2500 % 1G Balance of Line All other arts $2500 % •-total Item Parts Total • • Group 6(Coleman) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate- Regular 50 Hourly Rate 1 B HourIX Rate-Non Regular 15 Hourly Rate • • .•• : %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 2 1 C Parts $2500 % 1 D Equipment Roof-To Units $5000 % 1 E Equipment S lit Systems $5000 % 1 F Balance of Line All other parts $2500 % . total Total • • ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5-Bid Price Form Group 7(Copeland Compressors) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate-Regular 20 Hourly Rate 113 Hourly Rate- Non Regular 1 10 Hourly Rate • • Labor(Items %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 2 1 C Parts $10000 % Balance of Line(All other parts & ° 1 D e ui ment $5000 �0 • • (Items Total • . • Group 8(Evapco) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate- Regular 100 Hourly Rate 113 1 Hourly Rate-Non Re ular 1 40 Hourly Rate • • .•• (Items %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1C Parts $7500 % 1D Equipment-Coolin Towers $10000 % 1E Balance of Line All other arts $2500 % Total Sub-total Item 1 - Parts(Items 1C:1E) . . • ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 9(Friedrich) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate-Regular 20 Hourly Rate 113 1 Hourlv Rate-Non Regular 10 Hourly Rate • • ..• ' : %(discount State Whether Net Cost Estimated or mark-up) the%Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1C Parts $3000 % 1D Equipment Roof-To Units $5000 % 1E Equipment S lit Systems $5000 % 1F Balance of Line All other arts $2000 % Total Sub-total Item 1 -Parts(Items 1 C:1 F) • . Group 10(Florida Heat Pump Equipment) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)1 1A Hourly Rate- Regular 100 Hourly Rate 1 B I Hourly Rate- Non Re ular 1 40 Hourly Rate • • . .•• ` %(discount State Whether Net Cost Estimated or mark-up) the%Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1C Parts $2500 % 1D Equipment Roof-To Units $7500 % 1E Equipment S lit Systems $5000 % 1 F Water cooled equipment $4000 % 1 G Balance of Line All other arts $1000 % •-tota Total • • ` ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 11 (Goodman) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate- Regular 20 Hourly Rate 1 B Hourly Rate-Non Re ular 1 10 Hourly Rate • total .•• ` %(discount State Whether Net Cost Estimated the%Listed is a (Gross_Cost% (See Speccial ial Group Annual Gross or mark Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1 C Parts $3500 % 1D Equipment Roof-Top Units $5500 % 1E Equipment Split Systems $5000 % 1F Balance of Line All other Qart s $1000 % • total em 1 -Parts (Items 1C:1F) Total Group Group 12(Janitrol) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate-Regular 20 Hourly Rate 113 Hourly Rate-Non Regular 10 Hourly Rate • • .•• ` %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 2 1C Parts $3500 % 1 D Equipment Roof-Top Units $5500 % 1 E Equipment Split Systems $5000 % 1 F Balance of Line All other parts $1000 % total em.1 -Parts (Items 1 C:.11 F) Total Group ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 13(Johnstone Supply) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost)l 1A Hourly Rate- Regular 100 Hourly Rate 1 B l Hourly Rate-Non Regular 1 40 1 Hourly Rate • • .•• ` %(discount State Whether Net Cost Estimated the% Listed is a (Gross_Cost% (See Speccial ial Group Annual Gross or mark Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1 C Parts $3000 % 1 D Equipment Roof-To Units $10000 % 1 E Equipment S lit Systems $6000 % 1 F LBalance of Line All other parts) $1000 % •-total Item Parts Total • • ` Group 14(Lenox) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)1 1A Hourly Rate- Regular 20 Hourly Rate 1 B Hourly Rate-Non Re ular 10 Hourly Rate • • _ _•• : %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 2 1 C Parts $3500 % 1 D Equipment Roof-To Units $5500 % 1 E Equipment S lit Systems $5000 % 1F Balance of Line All other parts)_ $1000 % total -m 1 -Parts(Items I C:1 F) Tota . . ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 15(Mitsubishi) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate-Regular 20 Hourly Rate 1B Hourly Rate-Non Re ular 10 Hourly Rate • • ..• - ' %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1C Parts $3500 % 1D Equipment Roof-To Units $5500 % 1E Equipment S lit Systems $5000 % 1 F Balance of Line All other parts $1000 % total Total Group Group 16(Rheem Equipment) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)l 1A Hourly Rate-Regular 200 Hourly Rate 1 B I Hourly Rate-Non Regular 80 Hourly Rate total %(discount State Whether the Net Cost Estimated % Listed is a (Gross_Cost% (See Special Group Annual Gross or mark ial Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1C Parts $7500 % 1 D Equipment Roof-To Units $10000 % 1 E Equipment S lit Systems $10000 % 1 F Balance of Line All other parts $2500 % . total Total • • i ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 17(Trane Equipment) Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)1 1A Hourly Rate-Regular 200 Hourly Rate 1B I Hourly Rate-Non Regular 1 80 1 Hourly Rate • • . Labor %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23 p 1 C Parts $5000 % 1 D Equipment Roof-To Units $7500 % 1 E Equipment S lit Systems $7500 % 1 F Chillers $7500 % 1 G Balance of Line All other arts $2500 % • • Parts i • • Group 18(York Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost)l Hourly 1A Hourly Rate-Regular 200 Rate Hourly 1B Hourl Rate-Non Regular 80 Rate 'Subt.total .•• (Items (discount or mark- up) State Whether Estimated Spec al the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up)2 1 C Parts $5000 % 1 D Equipment Roof-Top Units $10000 % 1 E Equipment S lit Systems $7500 % 1 F Chillers $5000 % 1 G Balance of Line fAll other pa rts $2500 % • • . ' (items • • • ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5-Bid Price Form Group 19(Ice O Matic) Ice Machine Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost)l Hourly 1A Hourly Rate-Regular 200 Rate Hourly 1 B HourIX Rate-Non Regular 80 Rate • • .•• (items (discount or mark- up) State Whether Estimated (See the%Listed is Net Cost Group nnual Gross Special a Discount of (Gross Cost% p Condition — Item Description Costs 3.23) Mark-up Discount or Mark-up)2 1C Parts $10000 % 1 D Equipment Ice machines $17500 % 1 E Balance of Line All other arts $2500 % . total Total . . Group 20 (Delta-Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost)l Hourly 1A Hourly Rate-Regular 100 Rate Hourly 1 B Hourlv Rate-Non Re ular 40 Rate • • .•• ` (discount or mark- up) State Whether Estimated Spec al the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up)2 1 C Parts $7500 % Balance of Line(All other parts & % 1 D equipment) $12500 • total Total . • ' ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 21 (Direct Digital -Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost)l Hourly 1A Hourly Rate-Regular 100 Rate Hourly 1 B Hourlv Rate- Non Re ular 40 Rate • • .•• ' (discount or mark- up) State Whether Estimated al the%Listed is Net Cost Spec Group Annual Gross Condition a Discount of (Gross_Cost Item Description Costs 3.23) Mark-up Discount or Mark-u 2 1 C Parts $7500 % Balance of Line(All other parts& % 1 D equi ment) $12500 •-total Item • • • Group 22(Explorer-Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost)l Hourly 1A Hourly Rate-Regular 200 Rate Hourly 1 B Hourlv Rate-Non Re ular 80 Rate • • - .•• ' (discount or mark- State Whether Estimated (see p)ciai the% Listed is Net Cost Group Annual Gross Condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up)2 1C Parts $20000 % Balance of Line (All other parts& % 1 D equi ment) $10000 • • (items • • • ' i ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 23(Johnson Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost)l Hourly 1A Hourly Rate-Regular 200 Rate Hourly 1 B Hourl v Rate-Non Regular 80 Rate • • .•• - ' (discount or mark- State Whether Estimated (see p)cial the% Listed is Net Cost Group Annual Gross condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up)2 1C Parts $6000 % 1D Equipment Roof-Top Units $12500 % 1 E Equipment S lit Systems $10000 % 1 F Balance of Line tAII other oart s $1500 % . total Total • • ' ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form rrrr�r r•r�r�� rr� SECTION 5.2—EQUIPMENT OR PARTS ONLY(NO SERVICE) Group 1 (Baber Coleman) %(discount State Whether Net Cost Estimated or mark-up) the%Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1A Parts Pneumatic $2500 % 1B Balance of Line All other arts $2500 % 1C Baber Coleman E ui ment $10000 % Total— • • ` Group 2(Bard) %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1A Parts $2500 % 1 B Equipment Roof-To Units $7500 % 1 C Equipment Split Systems $7500 % 1 D Balance of Line All other arts $2500 % Total— • • Group 3(Bristol Compressors) %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost % Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 2 1A Parts $5000 % Balance of Line(All other parts & % 1 B e ui ment) $10000 Total— : Equipment Group 4(Carrier Equipment) %(discount State Whether Net Cost Estimated or mark-up) the%Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 2 1A Parts $5000 % 1 B Equipment Roof-Top Units $7500 % 1 C Equipment Split Systems $5000 % 1 D Chillers $10000 % 1 E Balance of Line All other parts $2500 % Total— • • ` ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 5(Climate Master) %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1A Parts $2500 % 1 B Equipment Roof-To Units $7500 % 1 C Equipment Split Systems $5000 % 1 D Water cooled equipment $2500 % 1E Balance of Line All other parts $2500 % Total— : Equipment. ` Group 6(Coleman) %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 2 1A Parts $2500 % 1 B Equipment Roof-To Units $5000 % 1C Equipment Split Systems $5000 % 1 D Balance of Line All other parts $2500 % Total— • • Group 7(Copeland Compressors) %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1A Parts $10000 % Balance of Line(All other parts & % 1 B equipment) $5000 Total— : Equipment Group 8(Evapco) %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1A Parts $7500 % 1 B Equipment-Coolin Towers $10000 % 1C Balance of Line All other arts $2500 % Total— • • (items ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form srrr r�r•rr�rrr®���rrr�rr��a�®s Group 9(Friedrich) %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1A Parts $3000 % 113 Equipment Roof-To Units $5000 % 1C Equipment S lit Systems $5000 % 1 D Balance of Line All other arts $2000 % Total— : Equipment(items Group 10 (Florida Heat Pump Equipment) %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1A Parts $2500 % 113 Equipment Roof-Top Units $7500 % 1C Equipment S lit Systems $5000 % 1 D Water cooled equipment $4000 % =13alance of Line All other arts $1000 % Total— • • - Group 11 (Goodman) %(discount State Whether Net Cost Estimated or mark-up)(See Special the%Listed is a (Gross_Cost% Group Annual Gross Discount of Discount or Mark- , Item Description Costs Condition 3.23) Mark-up u 2 1A Parts $3500 % 1B Equipment Roof-To Units $5500 % 1C Equipment S lit Systems $5000 % 1 D Balance of Line All other parts $1000 % Total— • • ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 12(Janitrol) %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up)2 1A Parts $3500 % 1 B Equipment.Roof-To Units $5500 % 1C Equipment S lit Systems $5000 % 1 D Balance of Line All other parts $1000 % Total— : Equipment Group 13(Johnstone Supply) %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 2 1A Parts $3000 % 1 B Equipment Roof-To Units $10000 % 1 C Equipment S lit Systems $6000 % 1 D Balance of Line All other arts $1000 % To • • Group 14(Lenox) %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 2 1A Parts $3500 % 1 B Equipment Roof-To Units $5500 % 1C Equipment S lit Systems $5000 % 1 D Balance of Line All other parts $1000 % Tb quipment ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form yr Group 15(Mitsubishi) %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1A Parts $3500 % 1B Equipment Roof-To Units $5500 % 1C Equipment S lit Systems $5000 % 1 D Balance of Line All other parts) $1000 % To quipment(Items Group 16(Rheem Equipment) %(discount State Whether the Net Cost Estimated or mark-up) %Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up)2 1A Parts $7500 % 1 B Equipment Roof-To Units $10000 % 1C Equipment S lit Systems $10000 % 1 D Balance of Line All other Dartsj $2500 Total— • • ` Group 17(Trane Equipment) %(discount State Whether the Net Cost Estimated %Listed is a (Gross_Cost% Group nnual Gross or mark-up) Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 2 IA Parts $5000 % 1B Equipment Roof-To Units $7500 % 1C Equipment S lit Systems $7500 % 1 D Chillers $7500 % 1 E Balance of Line All other parts $2500 % Total— • • - ` ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 18(York Equipment) (discount or mark- up) State Whether Estimated Spec al the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross—Cost% Item Description Costs 3.23) Mark-up Discount or Mark-u 2 1A Parts $5000 % 1 B Equipment Roof-To Units $10000 % 1C Equipment S lit Systems $7500 % 1 D Chillers $5000 % 1 E Balance of Line All other parts $2500 % Total—Parts : Equipment(Items ` Group 19(Ice O Matic) Ice Machine (discount or mark- up) State Whether Estimated al the% Listed is Net Cost Spec Group Annual Gross Condition a Discount of (Gross Cost Item Description Costs 3.23) Mark-up Discount or Mark-u 2 1A Parts $10000 % 1B Equipment Ice machines $17500 % 1 C Balance of Line All other arts $2500 % • . : Equipment(items Group 20 (Delta-Controls) (discount or mark- ' up) State Whether Estimated Special the% Listed is Net Cost Group Annual Gross Condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-u 2 1A Parts $7500 % Balance of Line(All other parts & % 1 B equipment) $12500 Total— • • - ` ITB No.2014-066-SW HVAC Repair Services and Parts I Section 5—Bid Price Form Group 21 (Direct Digital -Controls) (discount or mark- up) State Whether Estimated Spec al the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross—Cost% Item Description Costs 3.23) Mark-up Discount or Mark-u 2 1A Parts $7500 % Balance of Line(All other parts& % 1 B equipment) $12500 Total— : Equipment(items Group 22 (Explorer-Controls) (discount or mark- State Whether Estimated (see p)cial the%Listed is Net Cost Group Annual Gross condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-u 2 1A Parts $20000 % Balance of Line(All other parts& % 1 B equipment) $10000 Total— • • - ' : Group 23(Johnson Controls) (discount or mark- State Whether Estimated (see p)cial the%Listed is Net Cost Group Annual Gross Condition a Discount of (Gross—Cost% Item Description Costs 3.23) Mark-up Discount or Mark-u 2 1A Parts $6000 % 1B Equipment Roof-To Units $12500 % 1C Equipment S lit Systems $10000 % 1D Balance of Line All other arts $1500 % To quipment(Items 1 ' 1 Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: MIAMI BEACH ITB NO.: 2014-066-SW INVITATION TO BID HVAC Equipment, Installation, Parts and Services Table of Contents Section 1, Instructions to Bidders .............................................................................. P Section 2, General Conditions .................................................................................... P Section 3, Special Conditions ................................................................................... p. 7 Section 4, Specifications&Technical Requirements ..................................................... p. 12 Section 5, Bid Price Form*............................................................................................. p. 1 Section 6, Certification&Affidavits ............................................................................ p. 25 Section 7,"No Bid" Form ......................................................................................... p. 31 FAILURE TO SUBMIT SIGNED BID PRICE FORM, SECTION 5.01 DUE DATE AND TIME ESTABLISHED OR AMENDED A ADDENDUM, 1 1 NOW RESPONSIVE ITB No.2014-066=SW HVAC Repair Services and Parts -Sectionl-Instruction to Bidders 1WH SECTION 1, INSTRUCTIONS TO BIDDERS CONTACT INFORMATION Procurement Contact: Tel: I Email: Steven Williams (305)673-7497 Stevenwilliams@miamibeachfi.gov BID COPIES REQUIRED Original Signed Proposal: Copies of Original Signed Proposal: Electronic Copies(CD-ROM or Flashdrive) 1 0 1 1 SUBMITTAL DEADLINE Due Date&Time: Location for Bid Submittal: December 23, 2013, 3:00p.m�Iate City of Miami Beach • are hot . • _ _ Department of Procurement Management & time stated • modified offly Via 1700 Convention Center Drive, 3RD Floor. written addendum will n• • . considered Miami Beach, Florida 33139 • will be returned tothe bidder • • : e e- 1. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, The City does not accept responsibility for delays, natural or all procurement solicitations once advertised and until an award otherwise. recommendation has been forwarded to the City Commission by 4. ADDENDUM. Procurement may issue an addendum in response the City Manager are under the"Cone of Silence."The-Cone of to any inquiry received, prior to Bid opening, which changes, Silence ordinance is available at adds to or clarifies the terms, provisions or requirements of the http://library.municode.com/index.aspx?clientlD=13097&statelD= solicitation. The Bidder should not rely on any representation, 9&statename=Florida.Any communication or inquiry in reference statement or explanation whether written or verbal, other than to this solicitation with any City employee or City official is strictly those made in this Bid Solicitation document or in any addenda prohibited with the of exception communications with the issued. Where there appears to be a conflict between this Bid procurement director, or his/her administrative staff responsible Solicitation and any addenda, the last addendum issued shall for administering the procurement process for this solicitation prevail. It is the Bidder's responsibility to ensure receipt of all providing said communication is limited to matters of process or addenda, and any accompanying documentation is included in procedure regarding the solicitation. Communications regarding Bid Proposal as required. this solicitation are to be submitted in writing to the Procurement 5. SPECIAL NOTICES:You are hereby advised that this solicitation Contact named herein with a copy to the City Clerk at is subject to the following ordinances/resolutions, which may be rafaelgranado @miamibeachfl.gov. found on the City Of Miami Beach website: 2. BID PROPOSAL. The Bid Proposal is to include the Bid Price http://web.miamibeachfl.gov/procuremenVscroll.aspx?id=23510 Form (Section 5) and Bid Certification and Affidavits (Section 6) CONE OF SILENCE—CITY CODE SECTION 2-486 and any other information requested herein. Failure to submit a CAMPAIGN CONTRIBUTIONS BY CONTRACTORS-CITY CODE signed Bid Price Form (Section 5) by the due date and time SECTION established herein, or via addendum,for the receipt of bids shall DEBARMENT PROCEEDINGS — CITY CODE SECTION 2-397 render bid non-responsive. THROUGH 2-485 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES—CITY The Bid Price Form (Section 5)shall be completed mechanically CODE SECTION 2-481 THROUGH 2-486 or, if manually, in ink. Bid Price Forms (Section 5) completed in • LIVING WAGE REQUIREMENT — CITY CODE SECTION 407 THROUGH 410 pencil shall be deemed non-responsive.All corrections on the Bid LOCAL PREFERENCE FOR MIAMI BEACH-BASED Price Form(Section 5)shall be initialed. CONTRACTORS—CITY CODE SECTION 2-372 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED 3. SEALED BIDS. Bids must be submitted in a sealed envelope or AND CONTROLLED BY VETERANS AND TO STATE CERTIFIED container.The following information should be clearly marked on SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES — the face of the envelope or container in which the bid is CITY CODE SECTION 2-374 submitted: Bid Number, Bid Title, Bidders Name, Bidder Return • PROTEST PROCEDURES—CITY CODE SECTION 2-371 Address.Any Bid received after the first Bid has been opened will be considered late and will be returned to the Bidder unopened. -2 - ITB No.2014-066-SW HVAC Repair Services and Parts Section 2-General Conditions SECTION 2 GENERAL TERMS AND CONDITION 2.1 GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to Note as to Brand Names:Catalog numbers,manufacturers'and brand names, become thoroughly familiar with the Bid requirements,terms and conditions of this when listed, are informational guides as to a standard of acceptable product solicitation.Ignorance by the Bidder of conditions that exist or that may exist will not quality level only and should not be construed as an endorsement or a product be accepted as a basis for varying the requirements of the City,or the compensation limitation of recognized and legitimate manufacturers. Bidders shall formally to be paid to the Bidder. substantiate and verify that product(s)offered conform with or exceed quality as listed in the specifications. 2.2 MODIFICATIONIWITHDRAWALS OF BIDS.A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and 2.10 EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this time. Modifications received after the bid due date and time will NOT be considered. solicitation that before,during,and after a public emergency,disaster,hurricane, Bids shall be irrevocable until contract award unless withdrawn in writing prior to the tomado, flood, or other acts of force majeure that the City of Miami Beach, bid due date or after expiration of 120 calendar days from the opening of bids without Florida shall receive a"First Priority"for any goods and services covered under a contract award. Letters of withdrawal received after the bid due date and before any award resulting from this solicitation, including balance of line items as said expiration date and letters of withdrawal received after contract award will NOT applicable. It is vital and imperative that the majority of citizens are protected be considered. from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, 2.3 PRICES QUOTED.Prices quoted shall remain firm and fixed during the duration of vendor agrees to provide all award-related goods and services to the City on a the contract. In completing the bid form,state both unit price and extended total, "first priority"under the emergency conditions noted above. when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid,the UNIT 2.11 NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid for compliance with specifications. Items delivered, not conforming to (unless otherwise stated in Special Conditions). Discounts for prompt payment;The specifications, may be rejected and returned at the bidder's expense. These Bidder may offer cash discounts for prompt payments;however,such discounts will items,as well as items not delivered as per delivery date in bid and/or purchase not be considered in determining the lowest price during bid evaluation. Bidders are order,may be purchased by the City,at its discretion,on the open market. Any requested to provide prompt payment terms in the space provided on the Bid increase in cost may be charged against the bidder. Any violation of these submittal signature page of the solicitation. Award, if made,will be in accordance stipulations may also result in the bidder's name being removed from the City's with terms and conditions stated herein. Each item must be bid separately,and no vendor list. attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of 2.12 PRODUCT INFORMATION. Product literature, specifications, and technical bid(s). information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the"BID FORM". However, in all 2.4 TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. cases must be provided within five (5) calendar days upon request from Purchasing Agent. 2.5 MISTAKES.Bidders are expected to examine the specifications,delivery schedules, bid prices,and extensions,and all instructions pertaining to supplies and services. 2.13 SAMPLES. Bids submitted as an "equal"product must be accompanied with Failure to do so will be at the bidder's risk and may result in the bid being non- detailed specifications.Samples of items,when required,must be furnished free responsive. of expense and,if not destroyed,will,upon request,be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished 2.6 CONDITION AND PACKAGING.Bidder guarantees items offered and delivered to within(30)days after bid opening. All samples will be disposed of after thirty be the current standard production model at time of bid and shall offer expiration (30)days. Each individual sample must be labeled with the bidder's name. dating of at least one year or later. Bidder also guarantees items offered and Failure of the bidder to either deliver required samples, or to clearly identify delivered to be new,unused,and free from any and all defects in material,packaging samples may be reason for rejection of the bid. Unless otherwise indicated, and workmanship and agrees to replace defective items promptly at no charge to the samples should be delivered to the Procurement Division, 1700 Convention City of Miami Beach,for the manufacturer's standard warranty but in no case for a Center Drive,Miami Beach,FL 33139. period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment,and all prices shall include standard commercial 2.14 DELIVERY.Unless actual date of delivery is specified(or if specified delivery packaging. cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order,in space provided. Delivery time may 2.7 UNDERWRITERS' LABORATORIES. Unless otherwise stipulated in the Bid, all become a basis for making an award. Delivery shall be within the normal manufactured items and fabricated assemblies shall be U.L.listed or re-examination working hours of the City using Department,Monday through Friday,excluding listing where such has been established by U.L.for the item(s)offered and furnished. holidays.Receiving hours are Monday through Friday,excluding holidays,from 8:30 A.M.to 5:00 P.M. 2.8 CITY'S RIGHT TO WAIVE OR REJECT BIDS.The City Commission reserves the right to waive any informalities or irregularities in this Bid;or to reject all bids,or any 2.15 INTERPRETATIONS. Any questions concerning the Bid conditions and part of any bid,as it deems necessary and in the best interest of the City of Miami specifications should be submitted, in writing, to the City's Department of Beach. Procurement Management(DPM)1700 Convention Center Drive,Miami Beach, FL 33139.or facsimile:786-394-4075. 2.9 EQUIVALENTS.If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications,he must so indicate in his bid. Specific 2.16 LATE SUBMISSION.All bids received after the date,time,and place specified article(s)of equipment/supplies shall conform in quality,design and construction with in the'Bid,will be returned to the bidder unopened,and will not be considered. all published claims of the manufacturer. The responsibility for submitting bids before the stated time and date is solely The bidder shall indicate in the Bid Form the manufacturer's name and number if the responsibility of the bidder. The City will not be responsible for delays bidding other than the specified brands,and shall indicate ANY deviation from the caused by mail, courier service, or any other entity or occurrence. Facsimile, specifications as listed in the Bid. Other than specified items offered requires electronic,or e-mailed bids will not be accepted. complete descriptive technical literature marked to indicate detailed conformance with specifications,and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE 2.17 INSPECTION,ACCEPTANCE&TITLE.Inspection and acceptance will be at CONSIDERED WITHOUT THIS INFORMATION. destination,unless otherwise provided. Title to(or risk of loss or damage to)all items shall be the responsibility of the successful bidder until acceptance by the ® "A A,`,A.1 BEACH - 3 - ITB No.2014-066-SW HVAC Repair Services and Parts Section 2-General Conditions City,unless loss or damage results from the gross negligence or willful misconduct of or loss to the City occasioned by negligence of the bidder,or his/her officers, the City. employees, contractors, and/or agents, for failure to comply with Applicable Laws. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon 2.28 BID BONDS,PERFORMANCE BONDS,CERTIFICATES OF INSURANCE.Bid written notice to the seller,and return the product,at the bidder's expense. Bonds,when required,shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the 2.18 PAYMENT.Payment will be made by the City after the items have been received, successful bidder to submit a performance bond and certificate of insurance in inspected,and found to comply with Bid specifications,free of damage or defect,and the amount specified in the Special Conditions. properly invoiced. 2.29 DEFAULT.Failure or refusal of a bidder to execute a contract upon award,or 2.19 DISPUTES. In case of any doubt or difference of opinion as to the items and/or withdrawal of a bid before such award is made,may result in forfeiture of that services(as the case may be)to be fumished hereunder,the decision of the City portion of any bid surety required as liquidated damages incurred by the City shall be final and binding on all parties. thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders 2.20 LEGAL REQUIREMENTS.The bidder shall be required to comply with all federal, list. State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances,and/or rules and regulations that in any manner affect the items covered 2.30 CANCELLATION.In the event any of the provisions of this Bid are violated by herein(collectively,Applicable Laws). Lack of knowledge or ignorance by the bidder the bidder, the City shall give written notice to the bidder stating such with/of Applicable Laws will in no way be a cause for relief from responsibility. deficiencies and,unless such deficiencies are corrected within ten(10)calendar days from the date of the City's notice,the City,through its City Manager,may 2.21 PATENTS&ROYALTIES.The bidder shall indemnify and save harmless the City of declare the contract in default and terminate same, without further notice Miami Beach,Florida,and its officers,employees,contractors,and/or agents,from required to the bidder.Notwithstanding the preceding,the City,through its City liability of any nature or kind,including cost and expenses for,or on account of,any Manager,also reserves the right to terminate the contract at any time and for copyrighted,patented,or unpatented invention,process,or article manufactured or any reason, without cause and for convenience, and without any monetary used in the performance of the contract,including its use by the City of Miami Beach, liability to the City,upon the giving of thirty(30)days prior written notice to the Florida. If the bidder uses any design,device or materials covered by letters,patent, bidder. or copyright, it is mutually understood and agreed, without exception,that the bid prices shall include all royalties or cost arising from the use of such design,device, 2.31 BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show or materials in any way involved in the work. purchase order numbers and shall be submitted to the ordering City department. 2.22 OSHA.The bidder warrants to the City that any work,services,supplies,materials or 2.32 SUBSTITUTIONS.After award of contract,the City WILL NOT accept substitute equipment supplied pursuant to this Bid shall conform in all respects to the standards shipments of any kind. The bidder is expected to furnish the brand quoted in its set forth in the Occupational Safety and Health Act of 1970,as amended,and the bid. Any substitute shipments will be returned at the bidder's expense. failure to comply with this condition will be deemed breach of contract Any fines levied because of inadequacies to comply with this condition shall be bome solely by 2.33 FACILITIES.The City,through its City Manager or his/her authorized designee, the bidder. reserves the right to inspect the bidder's facilities at any time,upon reasonable prior written or verbal notice. 2.23 MANNER OF PERFORMANCE.Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local,State,County, 2.34 PROTEST. In the event a prospective bidder wishes to protest any part of and Federal laws, rules, regulations and codes. Bidder agrees that the services the-General Conditions, Special Conditions and/or Technical Specifications provided shall be provided by employees that are educated,trained, experienced, contained in this it must file a notice of protest in writing to the Procurement certified and licensed in all areas encompassed within their designated duties. Director,with a co to the City Clerk,at least ten 10 business days prior to P 9 PY ty ( ) Y P Bidder agrees to furnish to the City any and all documentation, certification, the Bid opening date and hour specified in the solicitation. Any bidder,who has authorization, license, permit, or registration currently required by applicable laws, a substantial interest in,and is aggrieved in connection with the solicitation or rules,and regulations. Bidder further certifies that it and its employees will keep all proposed award may protest to the City Manager or his or her designee anytime licenses,permits,registrations,authorizations,or certifications required by applicable until two(2)business days following the release of the City Manager's written laws or regulations in full force and effect during the term of this contract. Failure of recommendation to the City Commission.Failure to file a timely notice of protest bidder to comply with this paragraph shall constitute a material breach of this will constitute a waiver of proceedings. contract. 2.35 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:If a bidder is in 2.24 SPECIAL CONDITIONS.Any and all Special Conditions that may vary from these doubt as to the true meaning of the Bid specifications,or other Bid documents, General Terms and Conditions shall have precedence. or any part thereof,the bidder must submit to the City,at least ten(10)calendar days prior to the scheduled Bid opening date, a request for clarification. NO 2.25 ANTI-DISCRIMINATION.The bidder certifies that he/she is in compliance with the QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375,relative to equal employment opportunity for all Any interpretation of the Bid, including, without limitation, responses to persons without regard to race,color,religion,sex or national origin. questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original 2.26 AMERICAN WITH DISABILITIES ACT. To request this material in accessible specifications,the Addendum shall supersede such specifications,to the extent format, sign language interpreters, information on access for persons with specified. Subsequent Addendum shall govern over prior Addendum only to the disabilities,and/or any accommodation to review any document or participate in any extent specified.The bidder shall be required to acknowledge receipt of any and city-sponsored proceeding,please contact 305-604-2489(voice),305-673-7524(fax) all Addendum,and filling in and signing in the spaces provided in section 5.0, or 305-673-7218(TTY)five days in advance to initiate your request.TTY users may Acknowledgements/Affidavits.Failure to acknowledge Addendum may deem a also call 711(Florida Relay Service). bid non-responsive. 2.27 LIABILITY,INSURANCE,LICENSES AND PERMITS.Where bidders are required The City will not be responsible for explanations,interpretations,or answers to to enter or go on to City of Miami Beach property to deliver materials or perform work questions made verbally or in writing by any City representative,unless issued or services as a result of the Bid,the bidder will assume the full duty,obligation and by the City via formal written Addendum to this Bid. expense of obtaining all necessary licenses,permits,and insurance,and assure all work complies with all Applicable Laws.The bidder shall be liable for any damages BEACH _4 _ ITB No.2014-066-SW HVAC Repair Services and Parts Section 2-General Conditions Any questions or clarifications concerning the Bid shall be submitted in writing to the 2.43 ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if Department of Procurement Management(DPM) 1700 Convention Center Drive, provided,are for City guidance only.No guarantee is expressed or implied as to Miami Beach,FL 33139 with a copy to the City Clerk quantities or dollars that will be used during the contract period.The City is not obligated to place any order for a given amount subsequent to the award of this 2.36 DEMONSTRATION OF COMPETENCY. Bid.Estimates are based upon the City's actual needs and/or usage during a A.Pre-award inspection of the bidders facility may be made prior to the award of previous contract period. The City may use said estimates for purposes of contract. determining whether the low bidder meets specifications. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. 2.44 COLLUSION.Where two(2)or more related parties each submit a bid or bids C. Bidders must be able to demonstrate a good record of performance for a for any contract, such bids or bids shall be presumed to be collusive. The reasonable period of time, and have sufficient financial capacity, equipment, and foregoing presumption may be rebutted by presentation of evidence as to the organization to ensure that they can satisfactorily perform the services if awarded a extent of ownership, control and management of such related parties in the contract under the terms and conditions of this Bid. preparation and submittal of such bid or bids."Related parties"means bidders or D.The terms"equipment and organization",as used herein shall,be construed to the principals thereof which have a direct or indirect ownership interest in mean a fully equipped and well established company in line with the best business another bidder for the same.contract, or in which a parent company or the practices in the industry,and as determined by the City of Miami Beach. principals thereof of one(1)bidder have a direct or indirect ownership interest in E.The City may consider any evidence available regarding the financial,technical, another bidder for the same contract.Bid or bids found to be collusive shall be and other qualifications and abilities of a bidder, including past performance rejected. (experience),in making an award that is in the best interest of the City. F.The City may require bidders to show proof that they have been designated as Bidders who have been found to have engaged in collusion may also be authorized representatives of a manufacturer or supplier,which is the actual source suspended or debarred,and any contract resulting from collusive bidding may of supply. In these instances,the City may also require material information from the be terminated for cause. source of supply regarding the quality,packaging,and characteristics of the products to be supply to the City. Any material conflicts between information provided by the 2.45 DISPUTES.In the event of a conflict between the Bid documents,the order of source of supply and the information contained in the bidder's bid may render the bid priority of the documents shall be as follows: non-responsive. A. Any contract or agreement resulting from the award of this Bid;then G. The City may, during the period that the contract between the City and the B. Addendum issued for this Bid, with the latest Addendum taking successful bidder is in force,review the successful bidder's record of performance to precedence;then ensure that the bidder is continuing to provide sufficient financial support,equipment, C. The Bid;then and organization as prescribed in this bid. Irrespective of the bidder's performance D. The bidder's bid in response to the Bid. on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that 2.46 REASONABLE ACCOMMODATION. In accordance with Title II of the the successful bidder no longer possesses the financial support, equipment, and Americans with Disabilities Act,any person requiring an accommodation at the organization which would have been necessary during the bid evaluation period in Bid opening because of a disability must contact the Procurement Division. order to comply with the demonstration of competency required under this subsection. 2.47 GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,employee,contractor,or agent of the City,for the 2.37 DETERMINATION OF AWARD. In determining the lowest and best bidder, in purpose of influencing consideration of this Bid. addition to price,there shall be considered the following: • The ability,capacity and skill of the bidder to perform the contract. 2.48 SIGNED BID CONSIDERED AN OFFER.The signed bid shall be considered an • Whether the bidder can perform the contract within the time specified,without offer on the part of the bidder, which offer shall be deemed accepted upon delay or interference. award of the bid by the City Commission. In case of default on the part of the • The character,integrity,reputation,judgment,experience and efficiency of the successful bidder, after such acceptance, the City may procure the items or bidder. services from other sources and hold the bidder responsible for any excess cost • The quality of performance of previous contracts. occasioned or incurred thereby. • The previous and existing compliance by the bidder with Applicable Laws relating to the contract. 2.49 TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical be bids,preference will be given to bidders certifying that they have 2.38 ASSIGNMENT.The successful bidder shall not assign, transfer,convey,sublet or implemented a drug free work place program. A certification form will be otherwise dispose of the contract, including any or all of its right, title or interest required. In the event of a continued be between two or more bidders after therein,or his/her or its power to execute such contract,to any person,company or consideration of the drug free workplace program,the City's Local Preference corporation,without the prior written consent of the City. and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued be after the Local and Veteran 2.39 LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all Preference ordinances have been applied or the tie exists between bidders that licenses,permits,and inspection fees required under the contract;and shall comply are not Local or Veteran,the breaking of the be shall be at the City Manager's with all Applicable Laws. discretion, which will make a recommendation for award to the City Commission. 2.40 OPTIONAL CONTRACT USAGE.When the successful bidder(s)is in agreement, other units of government or non-profit agencies may participate in purchases 2.50 DELIVERY TIME. Bidders shall specify in the attached Bid Form, the pursuant to the award of this contract at the option of the unit of government or non- guaranteed delivery time(in calendar days)for each item. It must be a firm profit agency. delivery time;no ranges(For example,12-14 days)will be accepted. 2.41 SPOT MARKET PURCHASES. It is the intent of the City to purchase the items 2.51 TERMINATION FOR DEFAULT.If the successful bidder shall fail to fulfill in a specifically listed in this Bid from the successful bidder. However,the City reserves timely manner, or otherwise violate, any of the covenants, agreements, or the right to purchase the items from state or other governmental contract,or on an stipulations material to the Bid and/or the contract entered into with the City as-needed basis through the City's spot market purchase provisions. pursuant thereto,the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the 2.42 ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any bidder of such termination,which shall become effective upon receipt by the person or firm who is in arrears to the City upon any debt,taxes,or contracts which bidder of the written termination notice. are defaulted as surety or otherwise upon any obligation to the City. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed - 5 - ITB No.2014-066-SW HVAC Repair Services and Parts Section 2-General Conditions by the bidder prior to termination, net of any costs incurred by the City as a possession of the contractor upon termination of the contract and destroy any consequence of the default. duplicate public records that are exempt or confidential and exempt from public Notwithstanding the above,the successful bidder shall not be relieved of liability to records disclosure requirements. All records stored electronically must be the City for damages sustained by the City by virtue of any breach of the contract by provided to the public agency in a format that is compatible with the information the bidder,and the City may reasonably withhold payments to the successful bidder technology systems of the public agency. for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. 2.56 CONTRACT EXTENSION.The City reserves the right to require the Contractor The City may,at its discretion,provide reasonable"cure period"for any contractual to extend contract past the stated termination date for a period of up to 120 days violation prior to termination of the contract;should the successful bidder fail to take in the event that a subsequent contract has not yet been awarded.Additional the corrective action specified in the City's notice of default within the allotted cure extensions past the 120 days may occur as needed-by the City and as mutually period,then the-City may proceed to terminate the contract for cause in accordance agreed upon by the City and the contractor. with this subsection 1.57. 2.52 TERMINATION FOR CONVENIENCE OF CITY.The City may,for its convenience, terminate the work and/or services then remaining to be performed,at any time,by giving written notice to the successful bidder of such termination,which shall become effective thirty(30)days following receipt by bidder of such notice. In that event,all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection,the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City,work and/or services actually performed by the successful bidder,and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 2.53 INDEMNIFICATION.The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability,losses or damages,including attorney's fees and costs of defense,which the City or its officers,employees,agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of,relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith,and shall investigate and defend all claims,suits or actions of any kind or nature in the name of the City,where applicable,including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the . .. .TIQfVAt�l':. ... .LANK. successful Bidder shall in no way limit the responsibility to indemnify,keep and save harmless and defend the City or its officers,employees,agents and instrumentalities as herein provided.The above indemnification provisions shall survive the expiration or termination of this Agreement. 2.54 EXCEPTIONS TO BID.Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non-responsive and receive no further consideration. Should your proposed bid not be able to meet one(1)or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements,you must notify the Procurement Office,in writing, at least five(5)days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 2.55 FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes,and s.24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty(30)days after opening of the bids,whichever is earlier.Additionally,Contractor agrees to be in full compliance with Florida Statute 119.0701 including,but not limited to,agreement to(a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services;(b)provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in Md BEACH - 6 ITB No.2014-066-SW HVAC Repair Services and Parts Section 3—Special Conditions essmmam� r� rcmos �ricx SECTION 3.0 SPECIAL CONDITIONS 3.1 PURPOSE: The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide HVAC Equipment, Installation, Parts and Services at various facilities located within the City of Miami Beach(the "City")for the Department of Property Maintenance in accordance with the prescribed specifications and requirements. Interested vendors are invited to submit bids in response to this ITB. 3.2 BIDDER QUESTIONS: Any questions or clarifications concerning this solicitation shall be submitted to the Department of Procurement Management(DPM) in writing to the attention of the Procurement Contact named in Section 1, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado amiamibeachfl.gov ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the scheduled Bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. 3.3 PRE-BID MEETING: N/A 3.4 VENDOR PREFERENCES: 3.4.1 MIAMI BEACH BASED VENDORS. In accordance with Section 2-372 of the Miami Beach City Code, a Miami Beach-based vendor, whose bid amount is within five percent (5%) of the lowest, responsive, responsible bidder,will be provided an opportunity to furnish the bid items at the amount bid by the lowest, responsive, responsible bidder. 3.4.2 VETERAN BUSINESS ENTERPRISES. In accordance with Section 2-374 of the Miami Beach City Code, a Veteran Business Enterprise vendor, whose bid amount is within five percent (5%) of the lowest, responsive, responsible bidder,will be provided an opportunity to furnish the bid items at the amount bid by the lowest, responsive, responsible bidder. 3.5 METHOD OF AWARD: 3.5.1 Staff Review/Recommendation. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. The City reserves the right to consider award to secondary and tertiary vendors. 3.5.2 City Manager's Review. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. 3.5.3 City Commission Authority.The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). 3.5.4 Best Vendor. In addition to price and other requirements,the City shall consider the following in making an award determination: (1)The ability,capacity and skill of the bidder to perform the contract. (2)Whether the bidder can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the bidder. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the bidder with laws and ordinances relating to the contract. iV,1 1V,,I BEACH 7 ITB No.2014-066-SW HVAC Repair Services and Parts Section 3—Special Conditions 3.5 TERM OF CONTRACT: The Contract shall commence upon the date of notice of award and shall be effective for two(2)years. 3.6 OPTION TO RENEW: There will be the option to extend for three (3) additional one (1) year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the.bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 3.8 PRICES: All prices quoted in the awardee's bid submittal shall remain firm and fixed, unless amended in writing by the City. 3.8.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement. During the renewal term, the City may consider prices increases not to increase the applicable Bureau of Labor Statistics (www.bls.gov) CPI-U index or 3%, whichever is less. The City may also consider increases based on mandated Living Wage increases. In considering cost escalation due to Living Wage increases, the City will only consider the direct costs related to Living Wage increases, exclusive of overhead, profit or any other related cost. 3.9 EXAMINATION OF CITY FACILITY AND INSPECTION OF CITY EQUIPMENT: N/A 3.10 EQUAL PRODUCT: N/A 3.11 LIQUIDATED DAMAGES: N/A 3.12 INDEMNIFICATION AND INSURANCE: The successful bidder shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular project. The bidder shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the bidder is acting as an independent contractor,and not as an agent or employees of the City. The successful bidder, at all times during the full term of the contract, shall comply with the following requirements: • No change or cancellation in insurance shall be made without thirty(30) days written notice to the City of Miami Beach Risk Manager. • All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. • Original signed certificates of insurance, evidencing such coverages and endorsements as required herein, shall be filed with and approved by the City is Risk Manager before work is started. The certificate must state Bid Number and Title. Upon expiration of the required insurance, the successful bidder must submit updated certificates of insurance for as long a period as any work and/or services are still in progress. • It is understood and agreed that all policies of insurance provided by the bidder are primary coverage to any insurance or self-insurance the City of Miami Beach possesses that may apply to a loss resulting from the work and/or services performed in this contract. • All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the City's Risk Manager. • The liability insurance coverage shall extend to and include the following contractual indemnity and 01D iVdAA�r,l BEACH 8 ITB No.2014-066-SW HVAC Repair Services and Parts Section 3—Special Conditions hold harmless agreement: The vendor shall furnish to the Department of Procurement Management, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s)of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: • Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. • Commercial General Liability Insurance on a comprehensive basis, including Personal Injury Liability, Products/Completed Operations, in an amount no less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. • Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida,with the following qualifications: • The company must be rated no less than "B" as to management, and no less than "Class W as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey,or its equivalent,subject to the approval of the City Risk Management Division. or • The company must hold a valid Florida Certificate of Authority as shown in the latest"List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder.Certificate holder must read: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The foregoing indemnity shall apply to any and all claims and suits other than claims and suits arising out of the gross negligence or willful misconduct of the City of Miami Beach, its officers, agents,and employees. The bidder will notify its insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The bidder will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The bidder will secure and maintain policies of subcontractors. All policies shall be made available to the City upon demand. Compliance by the contractor and all subcontractors with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the contractor and all subcontractors of their liabilities and obligations under any section of this contract. Bidder shall be as fully IM MAINvId BEACH 9 ITB No.2014-066-SW HVAC Repair Services and Parts Section 3—Special Conditions responsible to the City for the acts and omissions of the subcontractor and of persons employed by it as it is for acts and omissions of persons directly employed by it. Insurance coverage required in these specifications shall be in force throughout the contract term. Should the successful bidder fail to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time during the contract term, the City shall have the right to consider the contract in default and proceed to terminate same. Please note that the City of Miami Beach is self-insured.Any and all-claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. 3.13 BID GUARANTY: N/A 3.14 PERFORMANCE AND/OR PAYMENT BOND: Performance and payment bond, in the full amount of the value of the project,will be required for projects exceeding$300,000. Please refer to Section 2.28- Bid Bonds, Performance Bonds,and Certificates of Insurance. 3.15 CERTIFICATIONS: Miami-Dade County Air Conditioning Mechanical Journeyman license or Journeyman General Mechanical license, and EPA 608 Technical Program Certification. Certification from manufacturer. Current licenses should be provided with bid, and no personnel shall service City facilities without said licenses. 3.16 METHOD OF PAYMENT: Invoices for payment will be submitted upon receipt and acceptance of goods ordered via a Purchase Order. No down or partial down payments will be made. Invoices will be subject to verification and approval by the Contract Administrator,or his/her designated representative. 3.17 SHIPPING TERMS: FOB DESTINATION 3.18 DELIVERY REQUIREMENTS: The Successful Bidders shall enclose a complete packing slip or delivery ticket .with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s)which contain the items and shall be made available to the City's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum,the following information: purchase order number;date of order;a complete listing of items being delivered. 3.19 BACK ORDER ALLOWANCES: Subject to approval by City's authorized representative. 3.20 WARRANTY/GUARANTEE REQUIREMENTS: The contractor warrants the materials supplied and the work performed under this contract conform to warranty materials provided and work performed for one(1)year from date of completion. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1)year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one 1 year period; regardless of whether the contractor is under contract with the City at the ( )Y P � 9 Y time of the defect. Any payment by the City on behalf of the goods or services received from the contractor does not constitute a waiver of these warrant provisions. The contractor shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days after the City notifies the contractor of such deficiency in writing. If the contractor fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the contractor, in writing,that the bidder-may be debarred as a City bidder/proposer and/or subject to contractual default if the correction or replacements are not completed to the satisfaction of I i01 A;`�-I BEACH 10 ITB No.2014-066-SW HVAC Repair Services and Parts Section 3—Special Conditions the City within ten(10)calendar days of receipt of the notice. If the contractor fails to satisfy the warranty within the period specified in the notice, the City may (a) place the contractor in default of the contract, and/or (b) procure the products or services from another contractor and charge the contractor for any additional costs that are incurred by the City for this work or items,either through a credit memorandum or through invoicing. 3.21 MULTIPLE AWARD: N/A:The City may award up to three vendors(primary,secondary,tertiary), as available, by line item, by group or in its entirety. The City will endeavor to utilize vendors in order of award. However,the City may utilize other vendors in the event that: 1)a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2)it is in the best interest of the City to do so regardless of reason. 3.22 CONTRACTOR EMPLOYEE CRIMINAL BACKGROUND CHECK AND ID BADGING REQUIREMENTS: It is a requirement of this bid that contractor comply with all the requirements-of Sections 1012.32 and 1012.465, Florida Statutes, requiring that only those contractor employees that have successfully passed the background screening required by the referenced statutes and that meet the standards established by the statutes be allowed access to any City location or prior to the provision of any contract services. This requirement shall extend to all contractor representatives, agents or sub-contractors performing duties under the contract. The background screening will be conducted by The City of Miami Beach Human Resources Department. Contractor will bear the cost, currently estimated at approximately $40.00 per employee (subject to change from time to time), of acquiring the background screening required under Section 1012.32, Florida Statutes, and any fee imposed by the Florida Department of Law Enforcement to maintain the provided with respect to contractor and its personnel. The Parties agree that the failure of Awardee to perform any of the duties described in this section shall constitute a material breach of this solicitation and any resulting agreement for which the City reserves the right to terminate immediately with no further responsibilities or duties to perform under this Agreement. Contractor agrees to indemnify and hold harmless the City, its officers and employees of any liability in the form of physical or mental injury, death or property damage resulting in Awardee's failure to comply with the requirements of this section or Sections 1012.32 and 1012.465, Florida Statutes. Upon successful completion of the required criminal background check,the City will issue ID badges to each contractor employee at a nominal fee, currently $10.00 (subject to change from time to time). Contractor agrees that no contractor employee shall be allowed on any City property without a City issued ID badge worn at all times in a visible and easily readable location.The transfer of ID badge from one employee to another is strictly prohibited and shall be cause for all contractor employees responsible for such action to be immediately removed from City property and contractor fined in accordance with the provisions of Section 4.5. Instructions on obtaining ID badges will be provided after contract award. City ID badges will only be valid for the original term of the contract. Subsequent renewal periods will require new background checks and City ID badges. Contractor agrees to require all its employees to notify the Contractor and the City of any arrest(s) or conviction(s) of any offense within 24 hours of its occurrence. Contractor further agrees to immediately notify the City upon becoming aware that one of its employees which were previously certified as completing the background check is subsequently arrested or convicted of any disqualifying offense. Failure by Contractor to notify the City of such arrest or conviction within 24 hours of being put on notice shall constitute a material breach of the Contract entitling the City to terminate this Contract immediately. 3.23 MANUFACTURER PRICE LISTS: Bid shall state,on the Bid Price Form,whether parts and equipment, as listed, shall be sold to the City at a discount or mark-up from the manufacturer price list. For each manufacturer for which Bidder submits a bid, Bidder shall provide,with bid or within three(3)days of request by the City,the manufacturer price list upon which the percentage discount or mark-up is to be calculated. ivM.A/I BEACH 11 - ITB No.2014-066-SW HVAC Repair Services and Parts Section 4—Technical Specifications SECTION 4.0 TECHNICAL SPECIFICATIONS The successful Bidder shall furnish air conditioning repair services, including parts, labor, materials, equipment and supervision for all the air conditioning units located citywide, as specified herein. All the equipment brand names are listed below for all citywide locations. All equipment are "as is" condition. No exceptions will be allowed on any of the equipment listed. 4.1 MINIMUM REQUIREMENTS. The following minimum requirements will be considered in the review of each bidder's responsiveness. Failure to meet or exceed minimum requirements will disqualify bidder from consideration. 4.1.1 Licensure 1 Certification.Miami-Dade County Air Conditioning Mechanical Journeyman license or Journeyman General Mechanical license,and EPA 608 Technical Program Certification. Current licenses must be provided with bid,and no personnel shall service City facilities without said licenses. 4.1.2 Similar Experience. Bidder shall demonstrate previous experience in regards to the requirements of this solicitation for a period of no less than three (3) years in providing these services to at least one government agency in the Tri-County area(Miami-Dade, Broward, Palm Beach). 4.1.3 Manufacturer Authorization. Bidder shall submit, for each manufacturer group for which bidder submits a bid, documentation from the manufacturer that bidder is authorized to sell parts, install and provide service. 4.2 PERFORMANCE STANDARDS. All work shall be performed in strict accordance with manufacturer requirements, and applicable standards for equipment, repairs and indoor air quality established by, including but not limited to, the following firms: American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE); Environmental Protection Agency(EPA); Heating,Air-Conditioning &Refrigeration Distributors International (HARDI); and all applicable codes. 4.2.1 Installation.All installation projects shall include all necessary equipment and supplies and be completed only by manufacturer qualified personnel. Where material and supplies are required that are outside the scope of the items included in the ITB, the City Contract Administrator shall negotiate pricing with the selected contractor. Written approval of project proposal is required prior to the commencement of work. The contractor shall obtain all necessary permits. The City will reimburse for the direct cost of said permits. 4.3 SERVICE RESPONSE TIME: Shall be performed as needed and as authorized by the Contract Administrator. (a) Repairs shall be performed at the hourly rate specified on the Cost Proposal. The hourly rate specified shall include full compensation for labor, equipment use, and travel time. Materials/parts required for repair jobs shall be billed at the contractor's actual cost. (b) Response time for repair jobs will be four(4) hours for non-emergency services and one(1)hour for emergency services. Failure by the successful bidder to adhere to these response time requirements will place that contractor in default of the contract. The City will then contact the secondary bidder to perform the repair services. (c) Repair services shall be available to the City twenty-four(24) hours a day, seven (7)days a week, year round. Regular hours shall be from Monday through Friday, 8:00 a.m. to 5:00 p.m. Overtime hours shall be between 5:00 p.m.to 8 a.m., weekdays and twenty-four(24)hours on Saturday, Sunday and legal holidays. (d) Repairs shall not be performed unless expressly authorized by the Contract Administrator. (e) The City reserves the right to seek cost estimates (quotes)from the Contractor prior to the performance of any repair work. Quotes will be provided at no additional cost to the City. (f) Comply with the following response to emergency and non-emergency calls: Emergency:Within one(1)hour ® !0IA;/\r,1 BEACH 12 ITB No.2014-066=SW HVAC Repair Services and Parts Section 4—Technical Specifications Non-Emergency:Within four(4)hours Project Estimates:Within two(2)days Emergency Project Estimates:Within one(1)day All invoices for repairs shall itemize the.cost of labor, materials/parts, including the hourly rate, number of work hours required to complete the work,and contractor's actual cost for materials/parts+/-markup or discount. 4.4 SUBCONTRACTORS: Bidder must list any or all subcontractor(s)that may be utilized to assist in the performance of the work specified herein. Any subcontractor(s) listed must meet the same requirements and submit the same information listed under the Bidder's Minimum Qualifications section,as applicable. All information required shall be included in the solicitation response or within three (3) days of request by the City. If bidder does not include any subcontractor(s)as part of its bid submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it requests in writing,and approved by the City Contract Administrator, the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy-two(72) hours of considering hiring subcontractor(s). 4.5 WARRANTY: Contractor shall fully guarantee all repair work for a period of not less than one year. For new installations, Contractor shall provide full manufacturer warranty to the City. 4.6 VALUE: No guarantee as to the dollar amount of this bid is given or implied. Estimates in the Bid Price Form are strictly for evaluative purposes and may not represent actual work awarded to Contractor(s)under this contract. ® 10AP01 BEACH 13 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 SECTION 5.0 BID PRICE FORM Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full accordance with the requirements of this ITB,inclusive of its terms,conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays,taxes,insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Pdce Form (Section 5) shall be completed mechanically or, if manually, in ink. Bid Price Forms (Section 5} completed in pencil shall be deemed nonresponsive. All corrections on the Bid Price Form(Section 5)shall be initialed. SECTION 5.1 —EQUIPMENT PARTS AND SERVICE Group 1 (Baber Coleman) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 1A Hourly Rate- Regular 20 Hourly Rate ou • �� f'' 1 B Hourly Rate-Non Regular 10 Hourly Rate 00 Sub-total Item 1 -Labor(items 1 A+ 113) C 4 a %(discount State Whether et Cost Estimated or mark-up) the% Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up) 1 C Parts Pneumatic $2500 15 % (Yla4- -7S 1 D Balance of Line (All other arts $2500 % 5 1 E Baber Coleman E ui ment $10000 % � - (� Equipment__L5 Sub--total Item 1 —Parts& - _ Total-Group 5.1.1 (items 1A:1 E) Group 2(Bard) Estimated Group Annual. Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost X14 2A Hourly Rate-Regular 100 Hourly Rate f5- 2B Hourly Rate- Non Regular 40 Hourly Rate 2-2 •-total Item _••r(items 2A+213) %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 2C Parts $2500 f % 2-0-75 2D Equipment Roof-To Units $7500 ' % fkC- b (e 2— 2E Equipment S lit Systems $7500 % rv- fpZ5-Q0 E3/ 2F Balance of Line All other parts) $2500 % - �5 Item.Sub-total Parts. . (items Master Mechanical Services,Inc. 15181 NW 33 Place o� Hmni,F.33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30113 Group 3(Bristol Compressors) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 3A Hourly Rate-Regular 100 Hourly Rate cc I - 3B Hourly Rate- Non Regular 40 Hourly Rate 0 Sub-total Item 3-Labor(Items 3A+3B) %(discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up) 3C Parts $5000 `� % M6[vkUV Balance of Line (All other parts & o f� 3D equipment) $10000 /0 �4' r�"mil Sub-total Item 3-,Parts(items 3C+3D) Z� Total (items Group 4(Carrier Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 4A Hourly Rate-Regular 200 Hourly Rate 55 0, 000. 4B Hourly Rate- Non Regular 80 Hourly Rate •-total Item _••r(items 4A+4B) % (discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 4C Parts $5000 1 11::� % 111L_ 7 4D Equipment Roof-Top Units $7500 % fV 11 rk 41P 0625 4E Equipment S lit Systems $5000 I % a_ CC At ' 4F Chillers $10000 15 % `ark___ I •S(�(✓. 4G Balance of Line All other arts $2500 1 % MOW-U 7` •-total Item (items Total Group 5.1.4(items.4AAG) Muter Mechanical Services,Inc. 15181 NW 33 Place 1Vliami, FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 5(Climate Master) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 5A Hourly Rate-Regular 200 Hourly Rate 513 Hourly Hourly Rate- Non Regular 80 Y Rate • • _ - _.• (Items %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up) 5C Parts $2500 1,5 % r1-- Z05 5D Equipment Roof-To Units $7500 % rk 5E Equipment S lit Systems $5000 �� % 5F Water cooled equipment $2500 15 % 5G Balance of Line All other arts $2500 5� % k Z 7 •-total Item - �a Total Group (Items Group 6(Coleman) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 6A Hourly Rate- Regular 50 Hourly Rate `0 ' 66 Hourly Hourly Rate- Non Re ular 15 Y Rate 6-5. cL Sub-total-Item 6-Labor(Items 6A+613). % (discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 6C Parts $2500 /`; % miw-ap � 6D Equipment Roof-To Units $5000 / % r - 5'7 6E Equipment S lit Systems $5000 I % art 6F Balance of Line All other parts $2500 % CctK-(.[ -75 - - (items Total Group 5.1.6(Items 6A:6F) Master Mechanical Services.Tnc. ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 7(Copeland Compressors) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 7A Hourly Rate-Regular 20 Hourly Rate 7B Hourly Rate- Non Regular 10 Hourly Rate •-total Item _•• (items %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 7C Parts $10000 % Balance of Line (All other parts & ° �n^ 7D equipment) $5000 �0 fyiL��� �� Sub-total - - - I Total (Items Group 8 (Evapco) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 8A Hourly Rate- Regular 100 Hourly Rate " 8B Hourly Rate- Non Regular 40 Hourly Rate OL) Sub-total Item 8-Labor(Items 8A+ 8B) % (discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 8C Parts $7500 J % _ (per 8D Equipment-Coolin Towers $10000 15 % Mai,k_` I I ! 'sw 8E Balance of Line All other arts $2500 rj % la .(� Z . - - (items Total Group 5.1.8(Items 8A:8E) Master Mechanical Services,Inc. 15181 NW 33 Place Miami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 9(Friedrich) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 9A Hourly Rate-Regular 20 Hourly Rate 9B Hourly Rate- Non Regular 10 Hourly Rate 00 Sub-total Item 9-Labor(Items 9A+9B) % (discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 9C Parts $3000 % 9D Equipment Roof-To Units $5000 % r — 9E Equipment S lit Systems $5000 �� % 11f W_-a 9F Balance of Line(All other parts) $2000 % tvk Item.Sub--total - (Items 7 Total Group 5.1.9 - • , Group 10 (Florida Heat Pump Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 10A Hourly Rate- Regular 100 Hourly Rate O 6�5w. 10B Hourly Rate-Non Regular 40 Hourly Rate Sub-total Item 10-Labor(Items 1 OA+-1 OB) % (discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up 10C Parts $2500 1S % malt 10D Equipment Roof-To Units $7500 15 % (, — Z 10E Equipment Split Systems $5000 1,5 % 10F Water cooled equipment $4000 15 % Haf 1 GG Balance of Line (All other parts) $1000 Sub-total - - (items Total • (items Master Mechanical Services,Inc. 15181 NW 33 Place Miami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 11 (Goodman) Estimated Group Annual Total Item Description service hours U/M Unit Cost _LQuantity x Unit Cost 11A Hourly Rate- Regular 20 Hourly Rate 11B Hourly Rate-Non Regular 10 Hourly Rate •-total Item _•• (Items % (discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross—Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up up) 11C Parts $3500 I % rLz (� 11D Equipment Roof-To Units $5500 % _ 11E Equipment S lit Systems $5000 `5 % t(k-- 11 F Balance of Line All other arts $1000 % Sub-.total Item 11-_Parts(Items 11C:11F) / D Group 12(Janitrol) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost :/4• 12A Hourly Rate- Regular 20 Hourly Rate � / 12B Hourly Rate- Non Regular 10 Hourly Rate •-total Item _•• (items % (discount State Whether Net Cost Estimated or mark-up) the% Listed is a (Gross Cost% Group Annual Gross (See Special Discount of Discount or Mark- Item Description Costs Condition 3.23) Mark-up u 12C Parts $3500 % �Q 12D Equipment Roof-To Units $5500 % 40525 12E Equipment S lit Systems $5000 % 12F Balance of Line All other arts $1000 -0/0 total Parts(Ite ! Total Group 5.1.12(items 12A:12F) Master Mechanical Services,Inc, 15181 NW 33 Place llami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 13(Johnstone Supply) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 13A Hourly Rate- Regular 100 Hourly Rate 13B Hourly Rate- Non Regular 40 Hourly Rate •-total Item .•• Q %(discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23 Mark-up Discount or Mark-up) 13C Parts $3000 % - 3 T 13D Equipment Roof-To Units $10000 % 13E Equipment S lit Systems $6000 I 13F Balance of Line All other parts) $1000 % A-- - - - Total • • (Items Group 14(Lenox) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 14A Hourly Rate- Regular 20 Hourly Rate 5-5.fX) 14B I Hourly Rate- Non Re ular 10 Hourly Rate cc' Sub-total Item 14-Labor(items 14A+ 14B) %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 14C Parts $3500 6 14D Equipment Roof-To Units $5500 f 14E I Equipment S lit Systems $5000 % 14F Balance of Line (All other arts) $1000 Sub-total - (items Total • • (14A:14F) Master Mechanical Services,be. 15181 NW 33 Place Miami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 15(Mitsubishi) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 15A Hourly Rate-Regular 20 Hourly Rate 15B Hourly Rate- Non Regular 10 Hourly Rate &A: 2�(� Sub-total Item 15- Labor'(Items 1.5A.+ 1513) %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up up) 15C Parts $3500 % l_ 15D Equipment Roof-To Units $5500 % 1111sw 15E Equipment S lit Systems $5000 Jc- % rk— 0 15F Balance of Line All other arts $1000 % A50 •-total Item (Items Total Group 5.1.15_(Items 15A:15F) Group 16 (Rheem Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost 16A Hourly Rate- Regular 200 Hourly Rate 16B Hourly Rate- Non Re ular 80 Hourly Rate Sub-total Item 16- Labor(Items'l 6A+ 1613) %(discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up u 16C Parts $7500 1-5 % r C -{Q 2_5 16D Equipment Roof-To Units $10000 �� % PyAAM 2_5_ 16E Equipment S lit Systems $10000 % 16F Balance of Line All other arts $2500 553 Sub-total - - - 7 Z - Total Group 5.1.16 (items 16A-16F) Master Mechanical Services,Inc, 15181 NW 33 Place Harm,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 17 (Trane Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x/Unnitit Cost 17A Hourly Rate- Regular 200 Hourly Rate 17B Hourly Rate- Non Regular 80 Hourly Rate % (discount State Whether the Net Cost Estimated or mark-up) % Listed is a (Gross_Cost% Group Annual Gross (See Special Discount of Mark- Discount or Mark- Item Description Costs Condition 3.23) up upy 17C Parts $5000 % 17D Equipment Roof-To Units $7500 f % 17E Equipment Split Systems $7500 j % L 17F Chillers $7500 % A{'I(- 17G Balance of Line All other parts $2500 ' 5 % aza Group 18 (York Equipment) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost) Hourly 18A Hourly Rate- Regular 200 Rate Hourly ` CO 18B Hourly Rate-Non Regular 80 Rate � /Ill (discount or mark- up) State Whether Estimated (See Special the% Listed is Net Cost Group Annual Gross Condition a Discount of (Gross_Cost% Item Description I Costs 3.23) Mark-up Discount or Mark-up) .18C Parts $5000 I IJ % 'jL- 18D Equipment Roof-To Units $10000 I �� % VV�l�� 18E Equipment Split Systems $7500 I5 % Ma 1L4& b2 18F Chillers $5000 18G Balance of Line All other arts. $2500 Faster Mechanical Services,Inc, 15181 NW 33 Place Mimni,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 19 (Ice O Matic) Ice Machine Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly 00 O 19A Hourly Rate-Regular 200 Rate 5� 1 �, Hourly 00 19B Hourly Rate- Non Regular 80 Rate • • _ - _•• - •• •: (discount or mark- up) State Whether Estimated (See the% Listed is Net Cost Group nnual Gross Special a Discount of (Gross Cost% P Condition — Item Description Costs 3.23) Mark-up Discount or Mark-up) 19C Parts $10000 F % r i 19D Equipment(Ice machines) $17500 / % r � S 19E Balance of Line All other arts $2500 % Sub-total Item 19'-Parts(items 19c:1 9E� ,�O Total Group 5.1.19,(19A:19E) Group 20 (Delta-Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly qS ao (qf�b 20A Hourl Rate- Re ular 100 Rate Hourly cu 20B Hourly Rate-Non Regular 40 Rate Sub-totalltem 20 ' Labor(Items 20A+20B) I (discount or mark- up) State Whether Estimated Spec al the% Listed is Net Cost Group Annual Gross Condition a Discount of (Gross_Cost% Item Description Costs 3.23L_ Mark-up Discount or Mark-up) 20C Parts $7500 % A/1qYK_—UR 101 Balance of Line (All other arts& �� / � ��20D equipment $12500 Sub-total Item 1 -Parts(Items 20C+_20D)_ . _ - i• �� Master Mechanical Services,Inc. 15181 NW 33 Place Mama,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 21 (Direct Digital -Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly 21A Hourly Rate-Regular 100 Rate Hourly 21 B I Hourly Rate- Non Re ular 40 1 Rate (discount or mark- up) State Whether Estimated (See the% Listed is Net Cost Group nnual Gross Special a Discount of Gross Cost% p Condition ( _ Item Description Costs 3.23 Mark-up Discount or Mark-up) 21 C Parts $7500 15 % Matt -do Balance of Line (All other parts& ° / 21 D equipment) $12500 /o �5 /4 3r7 . - - ■ Total Group 5.1.21 (Items21A:211 YLl Group 22(Explorer-Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly f' W G 22A Hourly Rate- Regular 200 Rate -/I�6 �, v� Hourly s CO 'l 22B Hourly Rate-Non Regular 80 Rate q�O 7.,&00 Sub total Item 22-Labor(Items 22A+2213) (discount or mark- State Whether Estimated (See pecial the% Listed is Net Cost Group Annual Gross Condition a Discount of (Gross-Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up) 22C Parts $20000 % rk 2_5 A 006 Balance of Line (All other parts& 'S % Mark- Sub- 22D equipment) $10000 V - - - ■ . _ - ■ p� Master Mechanical Services,Inc. 15181 NW 33 Place ARivni,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12130/13 Group 23 (Johnson Controls) Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly ,v� 23A Hourly Rate-Regular 200 Rate �� OW Hourly �1 23B Hourly Rate-_Non Regular 80 Rate 10 D06 •-total Item _•• (Items (discount or mark- State Whether Estimated up) the% Listed is Net Cost Group Annual Gross (See Sp vial a Discount of (Gross Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up) 23C Parts $6000 % Q 23D Equipment Roof-To Units $12500 % LID 23E Equipment S lit Systems $10000 % 23F Balance of Line All other arts $1500 % j •-total Item - 2� Total Group (items Master Mechanical Services,Inc, 15181 NW 33 Place Miami,FT..33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 SECTION 5.2-EQUIPMENT OR PARTS ONLY(NO SERVICE) Group 1 (Baber Coleman) % (discount State Whether Estimated or mark-up) the% Listed is Net Cost Group Annual Gross (See Special a Discount of (Gross-Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 1A Parts Pneumatic $2500 % 1 B Balance of Line All other arts $2500 1 % in 24 8 7 J 1C Baber Coleman Equipment $10000 j % L Total Group 5.2.1—Parts&Equipment(Items 1 A:1 C) Group 2(Bard) %(discount State Whether Estimated or mark-up) the% Listed is Net Cost Group Annual Gross (See Special a Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 2A Parts $2500 5 % ark 2B Equipment Roof-Top Units $7500 j5 % - 2C Equipment S lit Systems $7500 1 J % (j, -Up 136 2D Balance of Line (All other parts) $2500 15 % -M2 2 0 7 Total Group 5.2.2—Parts& Equipment(Items 2A:2D) Group 3(Bristol Compressors) %(discount State Whether Estimated or mark-up) the% Listed is Net Cost Group Annual Gross (See Special a Discount of (Gross-Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 3A Parts $5000 j Jc- % r,L- 1-50 Balance of Line (All other parts & % , /;rI4 t I ":.v 3B a ui ment $10000 � , / Total Group 5.2.3—Parts& Equi Group 4(Carrier Equipment) % (discount State Whether Estimated the% Listed is Net Cost Group Annual Gross or mark-up) a Discount of (Gross—Cost% (See Special ( Item Description Costs Condition 3.23 Mark-up Discount or Mark-up) 4A Parts $5000 15- Mai*% -Utg 6,ri SD 4B Equipment Roof-To Units $7500 I S % rl4- 2-"S- 4C Equipment S lit Systems $5000 % 4D Chillers $10000 1!5- % 4E Balance of Line (All other parts) $2-500 % � Total Group 5.2.4—Parts&Equipment(items 4A:4E) Master Mechanical Services,Inc. 15181 NW 33 Place Miami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5-Bid Price Form Rev.12/30/13 Group 5(Climate Master) % (discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up 5A Parts $2500 J�, % L 5B Equipment Roof-To Units $7500 �j % 5C Equipment S lit Systems $5000 J 7 % Y k-u 5D Water cooled equipment $2500 J J % 'Asrk'j-(p 5E Balance of Line All other arts $2500 (�� % mory Total Group 5.2.5—Parts& Equipment(Items 5A:5E) Group 6(Coleman) %(discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 6A Parts $2500 4.5 % marit-QP 6B Equipment Roof-Top Units $5000 % 6C Equipment S lit Systems $5000 fir, % Mare_-Utb 6D Balance of Line(All other parts) $2500 % 'lk/l f �- 7 Total Group 5.2.6—Parts& Equipment(Items 6A:6D) Group 7(Copeland Compressors) % (discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) ��Mark-up Discount or Mark-up) 7A Parts $10000 J % 1*'rk-Lt l Balance of Line (All other parts & °/0 7B equipment) $5000 f �' �- �� J lJ Total Group 5.2.7—Parts&Equipment(Items 7A+7B Group 8(Evapco) %(discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 8A Parts $7500 % _ Z''� 8B Equipment-Coolin Towers $10000 _ % tk-.- Ub - 8C Balance of Line All other parts)- $2500 V % GCr� Total Group 5.2.8—Parts&Equipment(items 8A:8C) Master Mechanical Services,Inc. 15181 NW 33 Place Miami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 9(Friedrich) % (discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 9A Parts $3000 % `qSD 96 Equipment Roof-To Units $5000 , % 57150 9C Equipment S lit Systems $5000 15 % t- 7� 9D Balance of Line All other arts $2000 1 % 2-3 Dv Total Group 5.2.9—Parts& Equipment(items 9A:9D) i SO 4. Group 10(Florida Heat Pump Equipment) % (discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 10A Parts $2500 f'J % 2, -7 10B Equipment Roof-To Units $7500 % _ 66� s 10C Equipment S lit Systems $5000 S % rK- 0 10D Water cooled equipment $4000 I5 % -/46 W_T_1 of Line All other arts $1000 % Total - Equipment - �� . Group 11 (Goodman) %(discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 11A Parts $3500 IS % 11B Equipment Roof-To Units $5500 % I 'rk 11C Equipment S lit Systems $5000 % t 11D Balance of Line (All other parts) $4000 % (� Total Group 5.2.11 —Parts& Equipment(Items 1 1A:1 1 D) Master Mechanical Services,Inca 15151 NW 33 Place Mw di,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 12 (Janitrol) % (discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 12A Parts $3500 % ,t�- 12B Equipment Roof-To Units $5500 % !'L-0,0 12C Equipment S lit Systems $5000 12D Balance of Line (All other parts) $1000 % � i ,54) Total Group Equipment ` moo, Group 13(Johnstone Supply) % (discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 13A Parts $3000 1,5 % r-- 13B Equipment Roof-To Units $10000 % -X—LLD 13C Equipment S lit Systems $6000 % 4,a �( ) 13D Balance of Line All other parts $1000 1 % t" Total Group 5.2.13—Parts&Equipment(Items 1 3A:1 3D) Group 14(Lenox) %(discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross Discount of Gross_Cost% (See Special ( Item Description Costs Condition 3.23 Mark-up Discount or Mark-up) 14A Parts $3500 /'J % qO,2 14B Equipment Roof-To Units $5500 1,5 % (� Go5 14C Equipment lit Systems $5000 % / -�" 14D Balance of Line (All other arts) $1000 % [—via a /5C� .—, Total Group 5.2.14—'Parts& Equipment(Items 14A:1 4D) IMF ®, Master Mechanical Services,Inc. 15181 NW 33 Place Miami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 15(Mitsubishi) %(discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross Discount of Gross_Cost% (See Special ( Item Description Costs Condition 3.23 Mark-up Discount or Mark-up) 15A Parts $3500 % fk Z 15B Equipment Roof-To Units $5500 5 % 15C Equipment S lit Systems $5000 % w - D 15D Balance of Line (All other parts) $1000 % �aj�� -- Asp Total Parts&Equipment - � Group 16 (Rheem Equipment) % (discount State Whether Estimated or mark-up) the% Listed is a Net Cost Group Annual Gross (See Special Discount of (Gross_Cost% Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 16A Parts $7500 15 % rk-- 2_5 16B Equipment Roof-To Units $10000 ( % o,_ rj'DQ 16C Equipment S lit Systems $10000 15 % ( 5VQ 16D Balance of Line All other arts $2500 Total,Group 5.2.16—Parts& Equipment(Items 16A:1 6D) IOWWA Group 17(Trane Equipment) % (discount State Whether Estimated the% Listed is a Net Cost Group Annual Gross or mark-up) (Gross_Cost%scount Di of (See Special Item Description Costs Condition 3.23) Mark-up Discount or Mark-up) 17A Parts $5000 % 5 7 17B Equipment Roof-To Units $7500 PS % 17C Equipment Split Systems $7500 1.5 % 17D Chillers $7500 i,S % l 17E Balance of Line All other arts $2500 j % avy—a Total Group Equipment - Master Mechanical Services,Inc. 15181 NW 33 place Miami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group Equipment) P 18 (York (discount or mark- up) State Whether Estimated (See the% Listed is Net Cost Special Group Annual Gross Condition a Discount of (Gross-Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up) 18A Parts $5000- / % 18B Equipment Roof-To Units- $10000 If--p % rk--up 18C Equipment S lit Systems $7500 % 18D Chillers $5000 f % 18E Balance of Line All other parts $2500 f % �. � j Group 19 (Ice O Matic) Ice Machine ' (discount or mark- up) State Whether Estimated (See Special the% Listed is Net Cost Group Annual Gross Condition a Discount of (Gross-Cost% Item Description Costs 3.23 Mark-up Discount or Mark-up) 19A Parts $10000 �� % I VI)rk- 19B Equipment Ice machines $17500 /5� % 12- 19C Balance of Line (All other parts). $2500 S- % I J\IrArV-tt 2- 011 Group 20 (Delta -Controls) (discount or mark- up) State Whether Estimated (See the% Listed is Net Cost Special Group Annual Gross Condition a Discount of (Gross-Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up) 20A Parts $7500 / % 25 Balance of Line (All other parts& °/0 2GB a ui_ment). $12500 /5- e"a /q/,5-75 Master Mechanical Services,Inc. 15181 NW 33 Place Miami,FL 33054 ITB No.2014-066-SW HVAC Repair Services and Parts Section 5—Bid Price Form Rev.12/30/13 Group 21 (Direct Digital-Controls) (discount or mark- up) State Whether Estimated (See the% Listed is Net Cost Special Group Annual Gross Condition a Discount of (Gross—Cost% Item Description Costs 3.23 Mark-up Discount or Mark-up) 21 A Parts $7500 % Mft—UO Balance of Line (All other parts& ° me 21 B e ui nt $12500 /5 /0 ' ( /4 7� Total Group 5.2.21 —Parts& Equipment(Items 21 A+21 B) �� f��. °✓ Group 22(Explorer-Controls) (discount or mark- State Whether Estimated (see Special the% Listed is Net Cost Group Annual Gross condition a Discount of (Gross_Cost% Item Description Costs 3.23) Mark-up Discount or Mark-up) 22A Parts $20000 1 % �2_3 Balance of Line (All other parts& '� % 22B equipment $10000 Mai I L 1 , Total • • Equipment - Group 23(Johnson Controls) (disco nt or ark- State Whether Estimated ( e Special the% Listed is Net Cost Group Annual Gross /��ition a Discount of (Gross Cost% Item Description Costs Mark-up Discount or Mark-up) 23A Parts $6000 J % a 23B Equipment Roof-To Units $12500 % I 23C Equipment S lit Systems " $10000 J % IF 23D I Balance of Line All other arts $1500 Total Group 5.2.23—Parts& Equipment(Items 23A:23D) Bidders • Company: Authorized Representative: An f) 67 / Address: / - 400 t L. I Telephone: N5. 5CCV - Email: G C `J v1C CCU Authorized Representative's Signature: Master Mechanical Services,Inc. 15181 NW 33 Place Kjami,FL 33054 ITB No.2014-066=SW HVAC Repair Services and Parts Section-6—Bid Certification& Affidavits SECTION 6.0 BID CERTIFICATION &AFFIDAVITS o e • . :.e e •WAF e, o °e a •°.e .• °• • - • • o e e •• -e e • •e• •- a •° -• • 6.1,General Proposer Information. FIRM NAME: mo"tira"' ��1� .' �� toe . NO OF YEARS IN BUSINESS: NO OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 25 3O OTHER NAME(S)BIDDER,HAf,S,OPERATED UNDER IN THE LAST 10 YEARS: ice✓t" k��6,;:' - . 'e- as abo\l e . FIRM PRIMARY AflDRESS.(HEADOUART R ): ��( i --- >3 Place_ CITY: l•V ll�Ir�1 � STATE: --�' TELEPHONE NO.: TOLL FREE NO.: FAX NO.: rl FIRM LOCAL ADDRESS: CITY: STATE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: La•��/ _• �Z�,-°� ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: m FEDERAL TAX IDENTIFICATION NO.: 45 0,L4�o F �1 � The City reserves the right to seek additional information from bidder/proposer or other source(s), including but not limited to:any firm or.principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the bidder/ proposer to perform in accordance with contract requirements. V Iti 01 BEACH 26 ITB No.2014-066-SW HVAC,Repair"Services and Parts 'Section°6­Bid-Certification& Affidavits 6.2. Acknowledgement of Addendum. After issuance of solicitation, the City may have released one or more addenda to the fsolicitation, which may provide additional information to proposers or alter solicitation requirements. Proposers are solely responsible for assuring they have received any and all addenda issued - pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released -by the City pursuant to this solicitation. Failure to-obtain and acknowledge receipt of all addenda may result in-proposal disqualification. Initial to Initial to Initial to C irm Confirm Confirm e t Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 6.3. Miami Beach Based(Local Vendor. Is proposer a Miami Beach based firm? YES NO SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami.Beach AND:proof of business residency with the City for at least one year prior-to bid submittal,as required pursuant to ordinance 2011-3747. 6.4. Veteran Owned Business. Is roposer a veteran owned business? YES [ NO 'SUBMITTAL REQUIREMENT: Proposers -claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State-of Florida or United States federal government, as required pursuant to ordinance 2011- 3748. 6.5. Financial Capacity. Proposers shall request Dun&Bradstreet to submit directly to the City through electronic means by the proposal due date,or within three(3)days of notification,a Dun&Bradstreet Supplier Evaluation Report on line directly from Dun&Bradstreet.The prospective Provider shall request the report from D&B at: htt,ps://supplierportal:dnb.com/webapp/wcs/stores/servIeUSupplierPortal?storeld=11696 The City reserves the right to require=other financial information (e.g., audited financial statements, bonding capacity,-credit history,-etc.), as part of the solicitation submittal requirements or during the evaluation process, as necessary-to evaluate financial capacity. ",A1A�1 BEACH 27 ITB No.2014-066-SW HVAC Repair Services and Parts Section 6—Bid Certification& Affidavits 6.6. References & Past Performance. Proposer-shall submit-at least three (3) references for whom the proposer has completed work similar in size and nature as the work.referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three(3)references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5)-Contact's Email and 6) Narrative on Scope of Services Provided. Proposer may attach additional references and ask that additional references submit,client surveys as applicable. 6.7. Public Entity Crimes. In accordance with Florida Statutes, any bidder or-bidder's principals, including officers, directors, executives, partners, shareholders, employees, members,_agent or as otherwise defined in Florida Statute 287.133, including joint venture partners,who have been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract.to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or-repair of a public building or public work; may not submit-bids,proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statute 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. Has proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? i 0 YES [ ] NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to the violation(s)or=contract cancel Iation(s). 6.8. Vendor-Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2487 through-2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in ITB. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office oCommissioner for the City of Miami Beach. 6.9. Code of Bus iness Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management(DPM) with its bid/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami .Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. ® A/dA!NA BEACH 28 i ITB No.2014-066-SW HVAC Repair-Services and Parts Section-6—Bid Certification& Affidavits V/6-1 0. Living Wage. Pursuant to Section 2-408 of the Miami Beach City-Code,as same may be amended from time to time, .proposers shall-be required to-pay all employees who provide-services pursuant to this Agreement, the hourly living wage rates listed below: • Commencing with City fiscal year 2 012-13 (October 1, 2012), the hourly living rate will-be $11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission-be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI=U) Miami/Ft.-Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent(3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this bid, under which the City may, at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer to additional penalties and fines, as provided in the City's Living Wage --Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is requi By virtue of executing this affidavit document,'Proposer agrees to the living wage requirement. 6.11. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive-bids, to provide"Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of e71es? YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note- some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave; other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Employees Firm Provides for Employees Firm does not Provide Benefit with Spouses with Domestic Partners Health Sick Leave -Family Medical Leave Bereavement Leave ® ,V lAiV,i BFACH 29 i ITB No,2014-066=SW HVAC Repair'Services and Parts Section 6—Bid:Certification& Affidavits If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e,g.,there are no insurance providers in your area willing to offer domestic partner-coverage)-you may be eligible for 'Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration -by-the City Manager, or.his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: YOU MUST SUBMIT SUPPORTING-DOCUMENTATION to verify each benefit marked in Question 2C.Without proper documentation,your company-cannot be certified as complying with the City's =Equal Benefits Requirement for -Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a-copy of the-eligibility section of your plan document; to document leave programs, submit a copy of your company's employee hand oo . If documentation for a particular benefit does not exist,attach an explanation. b t 6.12. Other Submittal Requirements. ® iVk1A!v11 BEACH 30 ITB No.-2014-066-SW HVAC Repair Services andParts Section 6—Bid-Certification& Affidavits SUBMITTAL CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this ITS, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the_Disclosure and -Disclaimer Statement; Aproposer agrees to be bound to any -and all specifications, terms and conditions contained in the ITS, and any released Addenda and understand that the-following are requirements of this SOLICITATION and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or-compared the proposal with other-Proposers and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is,part.of the public domain as defined by the State of Florida Sunshine and"Public°Records Laws; all responses, data and information contained in this proposal, inclusive of-the Proposal Certification,Questionnaire and Re uirements Affidavit are.true and accurate. Name of Proposers Authorized Representative: Title of Proposers Authorized Representative: TI � Signature of Proposers Authoftw Representative: Date: State of County of This instrument was signed before-me on Z 20 d by aPN'I� �i�111Ch — Ar 50Er)a -Print name of Signer(s) Notary'Signature NANotary Putt.State of fide Notary Printed Name Lucrecia Guerrero My Commission EE 971705 _ of Expi es041oi=V Notary Public for the State of [on Affix seal/stamp as close to My Commission expires: I r , 20 f ] signature as possible. _® %01A tiP�1 BEACH 31 ITB No.20'14-:066-SW HVAC Repair Services and Parts Section 7-"No Bid"form NO BID SUBMITTAL WE HAVE ELECTED NOT TO SUBMIT A BID AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: p' Workload does not allow us to bid Insufficient time to respond Specifications unclear or too restrictive Unable-to meet specifications - Unable to meet service requirements 12i Unable to meet insurance requirements _{''y ���t ��� Do not offer this product/service OTHER. (Please specify) F; ' We do ®do not_want to be,retained on your mailing list for future bids of this type product and/or service. Signature: Title: A Legal Company Name: -f si Note: Failure to respond, either by submitting a bid or this completed form, may result in your company.beli.ng removed from our vendors list. PLEASE RETURN T,O: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Steven Williams Bl D#3792013,P'J 1700 Convention Center Drive MIAMI BEACH, 'FL 33139 ® ,nr,IA,",Al BkACH 32 - Traditional Values Innovative HVAC Solutions JoAnn Pinna President Bill Pinna Vice President Sean Pinna Estimator www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305)825.3004 • Fax: (305) 825.1607 • 24Hr Service (305)940.6195 httn://master.tli ebicrebook.eom JoAnn Pinna President Bill Pinna Vice President Sean Pinna Estimator CMC056729 CGC1506699 CMC057200 CFC1426279 RE: INTRODUCTION INFORMATION To Whom It May Concern: We are pleased to present our Contractor's Informational Portfolio for Heating, Air Conditioning and Ventilation. We pride ourselves on our quick response time to all your installation service and repair needs. Our earned reputation has been based upon providing excellence and value through superior performance. Our administrative staff and customer service representatives are trained professionals who are well-versed in project management and are always prepared to meet the needs of our customers. Any questions or comments please feel free to contact our office and looking forward to working with you in the near future, we remain, Sincerely yours, 2&44M UM1144&4I S-I info@mastermechanicalservices.com i —7• -• www.mastermechanicalservices.com 15181 NW 33 Place • Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service(305) 940.6195 http.-Amaster.thebluebook.com Introduction Information — Page 2 ; As a full service contractor specializing in Commercial and Industrial air conditioning, refrigeration and duct work, Master Mechanical Services, Inc. would like to introduce itself as your next HVAC partner. With over 50 years of experience in the South Florida and Caribbean area, this family owned and operated company has very limited advertising and credits its growth to customer satisfaction and referrals. We would greatly appreciate if you invested a few minutes of your time to review our portfolio in which reflects in detail our HVAC extensive experience. We have all the proper licenses and insurances consistently updated accordingly. Master Mechanical Services is bondable up to $2 mil. We may provide the following documents upon request. Please contact us at 3051825-3004. Thank you forgiving us the opportunity. We look forward to working together towards the success of all your Commercial/Residential HVAC projects. • Insurance Certificates - Sample General Liability, Worker's Compensation and Auto Policies (we will gladly supply a Certificate of Insurance with your company named as an additional insured). • References — Service, Construction and Recently Completed Projects • Miami — Dade County DERM Permit • Construction Industry State Licenses— provided for State Certified Mechanical Contractor and State Certified Plumbing Contractor • Occupational Licenses • Certification from the State of Florida Department of State • Our Current Rates are as follows: • Mechanic - $75.00/hr. • Apprentice $65.00/hr. • Trip Charge $35.00 **We offer discounted rates for Preventative Maintenance Accounts. www.masterm,echanicalservices.com 15181 NW 33 Place• Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service(305) 940.6195 httpJ/master.thebluebook.com ���` �A/�/� �O�V'G6iifii !N6, POO Office:305.825.3004 Fax 305.825.1607 y Semi ew, lose, Lc- -Mwl Z rte+ vvw�v�na,�rrtaani�a�se�vrc-e�c�a*n 15€81 NW 33 Place - Miami FL 33064 A Fun-Service C<wMactor Specializing in + National, Cormmeraial&Industrial Regional Retail Malls Air Conditioning, Refrigeration • dutuni�paiities/ Duct Work. Government • Office Buildings/High- 4 rises ` , • Industrial/Warehouses ilk �. '� : - e • Associatton/Property Martagem + General Contra=rs . CondcWApaitmerms Catastrophic/ • Design aWId Disaster belief • Retrofit Projects Team On-Call • Schools/universiti-es SewvtzLg Ta=r 'T y , 1.LL'ii4 W�364Sii " { SVAC Needs r ur FAMAY Owned&Operated Sh7 a 1980 ency Serum CAC 056721 CGC I SC6b4'4 IbfiD Dbpuk 0AC05720+0 0fC1426274 www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service(305) 940.6195 httn://master.tliebluebook.com Sample Certificate MASTE-2 OP ID:EC CERTIFICATE OF LIABILITY INSURANCE °��05!06!13�•MG/13 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND-OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS).AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE-CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDETIONAL INSURED,the poliglies)must be endorsed. If SUBROGATION IS WANED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PROCUCER 305-446-2271 wore Icah n-Carlin 8 Cwnp3ny.Inc. 3D5 483927 PHOHE FAX 3350 S_Dude Highway W Nn�: e c Miami,FL 33133 9984 JMFtE33: INSURERCOAFFMC9MCAVERAW _ K41Ci NauF,sen:National Trust Insurance Cc 20941 MUTE Master Mechanical Services Inc NauRERe:FCCI Commercial Insurance Co 33472 15161 NW 33 Place �a�,c.6ridgefield Employers Ins Co 10761 Miami,FL 33054 NSUpEp.0:Federal Insurance Company 20281 NSMERE: NLFMI F- COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS M TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTW1 H.S°TANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DEP,CRIBED HEREIN L S'UILIECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BI N REDUCED By PAID CLAIMS TYPE OF IN3URANCE PCq=t PIUMEER POLICY EFF F'OUCY EXP LAIn3 4EK RALiJABILnY EACH OCGLFF--r..E S 9.000,000 A X COk9AERCML08YE1ML1SHLRY GL00116383 03131113 03131114 ';N"' �xc � s 300,000 e-4A13_++DE ff]OCCUR RIM OW 6"we Per-,70 S 10,000 FEnSOWL&AMIN&RY S 1,000,000 GSNMtiLnaaREaarE a 2,000,000 GENLAC30REO.rMUWrPPFLE9FER: PROMCM-004P.IOPA0a S 2,000,000 P7UCY X F"- 7 L. = AVPCMOE LIARtLFTY r=3 act*-tI'+IGLE UMn' � s 1,000.000 B X ArnnuTo CA00182063 03/31113 03/31114 eooLYrtinRr<FerPQ-­1 rr .OLLC MED SCHE LLM EOOLYP"Ay<Pera66e'q; ALITOe A.YCB H 0 ALTO Ai S s X UNBREUAUAB X OCCUR EACHDCCLrrer.E s 4,000.000 A asLfAS anD,ts-MA0E UM600122S23 03131113 0.'.131114 AWREGATE S 4,000,000 DED I X I RrmwmAs 110,000 1 1 1 s WCar.ERa COWENSATION X b ' arcEhVtD•r ZLVBUry C ANY PR0FRETOR.PAnKL-FT=-WrNS 83037562 03131113 03131H4 EL E+cri,vxveNr 1,000,000 OFF;CE--WEV'Ez E4CLCEW r41A wxww"in NH) EL CH M-,GE-EA E7NPLOYE E S 1.000,000 W ".aft U°`r EL DISE+ -POUCr'LU4F : 1,000,000 OESCFdPTfCN O=OPERATIONS Wqw p quipment Floater 06&421 133ECE 03131113 0313U14'Limit 100.000 eased/Rented Ded. 1,000 DESCFWT"OF OPERATKNE I LOCATIONS I VERCSES(AdUch ACORD ICH,ACmNmnd FAnav4s aduete,Y w m space is CERTIFICATE HOLDER CANCELLATION ROYA-28 SHOULD ANY OF THE ABOVE DESCfUBED POLICIES BE CANCELLED EEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN SAMPLE ACCORDANCE WITH THE POLICY PROVISIONS. AUIHORCMDRFSRESOMAWM Q 1988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks Of ACORD II Construction References Page 1 of 4 Brodson Construction C. Contact:Tim Funke 3 `� 120 NE 27 Street Tel: 305/576-9909 �],? Miami FL 33137 Fax: 305/576-9902 Fine Line Construction Contractors Contact: Bob Waskiewicz 6500 Georgia Avenue Tel: 561/582-7880 West Palm Beach FL 33405 Fax:561/582-7892 Gray Construction Control Contact:Jeff Gray 9117 Nugent Trail Tel.:561/900-7007 West Palm Beach FL 33411 Fax:561/383-5676 Retail Construction Services, Inc Contact: Dan Braun 11343 391h Street North Tel: 651/704-1705 Lake Elmo MN 55042 Fax:651/704-1405 Ultimate Environments Contact: David Habeck 620 Eddy Street Tel: 561/998-3643 Boca Raton FL 33487 Fax:561/998-1697 Crane&Sons Construction Group LLC Contact: Ryan Crane 5845 N College Avenue Tel.:317/508-4189 Indianapolis IN Fax:317/682-4790 Hanna Design Group, Inc. Contact:Jeff Hanna 21925 Field Parkway Tel: 847/719-0370 Deer Park IL 60010 Fax:847/705-7705 Miami Dade College Contact: Bill Fehl 11011 SW 104 Street Tel: 305/219-2259 Miami FL 33176 Fax:305/237-0331 Caristo Construction Contact:Joe Caristo 6930 NE 4th Avenue Tel: 305/772-0288 \ Miami FL 33138 Fax: 3051772-0288 r� www.mastermechanicalservices.com � V 15181 NW 33 Place Miami FL 33054 Tel: (305)825.3004 • Fax: (305) 825.1607 •24Hr Service(305)940.6195 http://Master.thebluebook.com Q Construction References Page 2 of 4 Elite Retail Construction Contact:James Spratt PO Box 618 Tel: 919/969-7301 Lake Jackson TX 77566 Fax:919/969-7302 Pinnacle Construction Contact: Bill Rounds 22060—221 st Street South Tel: 712/527-9745 Glenwood IA 51534 Fax: 712/527-9725 Mackenzie Keck Construction Contact:Afif Mohammed 301 Roundhill Drive Tel: 973/298-8030 Rockaway NJ 07866 Fax:973/298-8130 JA Carpentry Contact:Jon Datolli 150 English Street Tel: 201/498-1477 Hackensack NJ 07601 Fax:201/498-1478 Tower Pacific Construction Attn: Jeff Wagenbach 302 W Backburn Road Tel: 360/424-6871 \ Mount Vernon WA 98273 Fax:360/424-3585 Monroe County Contact: Robert Glassmer 1100 Simonton Street- Suite 2-284 Tel: 305/797-1466 Key West FL 33040 Fax:305/852-7117 City of Miami Beach Contact:Viviana 1245 Michigan Avenue Tel: 305/673-7000 Miami Beach, FL 33139 Fax:305/673-7650 Oakenna Construction Contact: Morris 2771 Monument Road -Suite 366 Tel: 904/245-1847 Jacksonville FL 32225 Fax:904/245-1845 The Twenty-Two Group Contact: Cole Haynes 3841 NE 2nd Avenue -Suite 400 Tel: 305/779-5203 Miami FL 33137 Fax: 305/531-6102 www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service(305) 940.6195 http://master.thebluebook.com Construction References Page 3 of 4 4 Dickinson Cameron Construction Contact; Jeff Geobel 6184 Innovation Way Tel: 760/438-9114 Carlsbad CA 92009 Fax:760/438-9149 Herman Stewart Consruction Contact: Mike Durrwatcher 4550 Forbes Boulevard-Suite 200 Tel: 301/731-5555 Lanham MD 20706 Fax:601/706-0581 Terry Adams, Inc Contact: Daniel Adams 111 S Mulberry -Suite 101 Tel.:270/769-0859 Elizabethtown KY 42701 Fax:270/769-0913 Commercial Contractors 16745 Comstock Street Tel: 616/850-1270 Grand Haven MI 49417 Fax:616/842-4548 City of Tamarac Contact: Charles Guidett 7525 NW 88 Avenue-Suite 100 Tel: 954/597-3700 Tamarac FL 33321 Anatom Construction Co Contact: Luis Valderama 8461 Lake Worth Road Tel.:561/847-2870 Lake Worth FL 33467 Fax:561/847-2871 NuSpace Design&Build Contact: Enrique de la Pezuela 17100 Collins Avenue Tel :786/395-3779 Sunny Isles Beach FL 33160 Tel: 305/945-3919 RCC Associates Attn: Alex Peasant 255 Jim Moran Boulevard Tel: 954/429-3700 Deerfield Beach FL 33442 Fax:954/429-3786 Weekes Construction PO Box 17977 Tel: 864/233-0061 Greenville SC 29606 Fax: 864/235-9971 www.mastermechanicalseivices.com 15181 NW 33 Place Miami FL 33054 Tel:.(305) 825.3004 • Fax: (305) 825.1607 •24Hr Service(305) 940.6195 http://Master.thebluebook.com Construction References F: Page 4 of 4 Pacific Construction&Mfg 15258 Rollins Road Tel: 650/348-4800 Burlingame CA 94010 Fax:650/692-7550 City of Davie Contact: Floy Smith 6591 Orange Drive Tel: 954/605-3419 Davie FL 33314 Fax:954/797-1246 Shawmut Design&Construction Contact: Idris Oladipo 3 East 54 Street -8 Fir Tel: 617/622-8739 New York NY 10022 Fax:617/622-7001 West Construction Contact: Karey Wright 318 S Dixie Highway-Suite 4&5 Tel: 561/588-2027 x21 Lake Worth FL 33460 Fax:561/582-9419 GM Northrup 15950 Franklin Trail SE Tel: 262/857.3336 Prior Lake MN 55372 Fax:262/857.9229 www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 • 241-Ir Service(305) 940.6195 http.-Ilmaster.thebluebook.com RECENT OR COMPLETED PROJECTS PAGE 1 of Z CONTRACTAMOUNT 1OB NAME BRODSON CONSTRUCTION $85,000.00 CIPRIANI RESTAURANT 120 NE 27 STREET 465 BRICKELL AVENUE MIAMI FL 33137 BRODSON CONSTRUCTION $51,000.00 CHRISTIAN LIAIGRE 120 NE 27 STREET MIAMI DESIGN DISTRICT MIAMI FL 33137 BRODSON CONSTRUCTION $204,250.00 PENTHOUSE 120 NE 27 STREET 1111 LINCOLN RD MIAMI FL 33137 BRODSON CONSTRUCTION $129,000.00 MAKOTO RESTAURANT 120 NE 27 STREET BAL HARBOUR MIAMI FL 33137 BRODSON CONSTRUCTION $89,000.00 GUCCI 120 NE 27 STREET BAL HARBOUR MIAMI FL 33137 BRODSON CONSTRUCTION $129,000.00 NEIMAN MARCUS 120 NE 27 STREET BAL HARBOUR MIAMI FL 33137 PASS INTERNATIONAL $86,000.00 DHSMV @ 350 JIM MORAN BLVD SUITE 200 MALL OF AMERICAS DEERFIELD BEACH FL PASS INTERNATIONAL $88,170.00 IMAGE PHOTO 350 JIM MORAN BLVD SUITE 200 DORAL DEERFIELD BEACH FL THE BERGMAN COMPANIES $41,000.00 ANN LOFT 8144 OKEECHOBEE BLVD—SUITE A DADELAND MALL WEST PALM BEACH FL 33411 CARISTO CONSTRUCTION $273,000.00 MIAMI HUSTLER CLUB 6930 NE 4TH AVENUE MIAMI FL 33138 www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service(305) 940.6195 http://Master.theblitebooA-.com RECENT OR COMPLETED PROJECTS PAGE OF2 CONrRAcrAmouNr .70B NME THE BERGMAN COMPANIES $300,000.00 FLORIDA CAREER COLLEGE 8144 OKEECHOBEE BLVD—SUITE A MARGATE WEST PALM BEACH FL 33411 THE BERGMAN COMPANIES $618,000.00 FLORIDA CAREER COLLEGE 8144 OKEECHOBEE BLVD—SUITE A KENDALL WEST PALM BEACH FL 33411 GRAY CONSTRUCTION CONTROL $381,000.00 FLORIDA CAREER COLLEGE 9117 NUGENT TRAIL ORLANDO WEST PALM BEACH FL 33411 CITY OF TAMARAC $338,000.00 SENIOR CENTER 7525 NW 88 AVENUE TAMARAC TAMARAC FL 33321 MIAMI DADE COMMUNITY COLLEGE $44,000.00 FREEDOM TOWERS 11011 SW 104 ST MIAMI FL 33176 TOWER PACIFIC CONSTRUCTION $42,800.00 MOLINA MEDICAL CENTER 302 W BACKBURN ROAD WEST PALM BEACH MOUNT VERNON WA 98273 PKC CONSTRUCTION $43,000.00 SMASHBURGER 520 W 103RO STREET KENDALL LOCATION KANSAS CITY MO 64114 FINE LINE CONSTRUCTION CONTRACTORS $57,000.00 FLORIDA CRYSTALS 6500 GEORGIA AVENUE WEST PALM BEACH FL 33405 FINE LINE CONSTRUCTION CONTRACTORS $75,000.00 FAU 6500 GEORGIA AVENUE INNOVATION CENTER WEST PALM BEACH FL 33405 www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 .24Hr Service (305) 940.6195 http.-Ilmaster.theblitebook.com Completed Projects - HVAC Malls (Page T of 4) ♦ Juicy Couture 1111 Lincoln Road ♦ Penthouse 1111 Lincoln Road ♦ Journelle 1111 Lincoln Road ♦ Osklen 1111 Lincoln Road ♦ Taschen 1111 Lincoln Road ♦ Dodo Aventura Mall ♦ Abercrombie & Fitch Aventura Mall ♦ Lenscrafters Aventura Mall ♦ Brookstone Aventura Mall ♦ Ulta Aventura Mall ♦ Faconnable Aventura Mall ♦ Gucci Aventura Mall ♦ Hollister Aventura Mall ♦ Mama B's Pizza Aventura Mall ♦ Origins Aventura Mall ♦ Splendid Aventura Mall ♦ True Religions Brand Jeans Aventura Mall ♦ Victoria's Secret Aventura Mall ♦ Yves Saint Laurent Aventura Mall ♦ FP Journe Bal Harbour Shops ♦ IWC Bal Harbour Shops ♦ Canali Bal Harbour Shops ♦ David Yurman Bal Harbour Shops ♦ Moncler Bal Harbour Shops ♦ Zuma Restaurant Bal Harbour Shops ♦ Hublot Bal Harbour Shops ♦ Tom Ford Bal Harbour Shops ♦ Neiman Marcus Bal Harbour Shops ♦ Stella McCartney Bal Harbour Shops ♦ Officine Panerai Bal Harbour Shops ♦ Bottega Veneta Bal Harbour Shops ♦ Emporio Armani Bal Harbour Shops ♦ Balenciaga Bal Harbour Shops ♦ Gee Beauty Bal Harbour Shops ♦ Makoto-Starr Restaurant Bal Harbour Shops ♦ Van Cleef and Arpels Bal Harbour Shops www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 a Fax: (305) 825.1607 e 24Hr Service (305) 940.6195 http.-Ilmaster.theblitebook.com I Completed Projects - HVAC Malls (Page 2 of 4) ♦ Police Department Bal Harbour Shops ♦ Audemars Piguet Bal Harbour Shops ♦ Christian Louboutin Bal Harbour Shops ♦ Cesar Paciotti Bal Harbour Shops ♦ Trina Turk Bal Harbour Shops ♦ Christian Dior Bal Harbour Shops ♦ Dolce & Gabbana Bal Harbour Shops ♦ Agent Provocateur Bal Harbour Shops ♦ Bal Harbor Parking and Security Bal Harbour Shops ♦ Books and Books Bal Harbour Shops ♦ Brioni Bal Harbour Shops ♦ Bvlgari Bal Harbour Shops ♦ Domenica Vacca Bal Harbour Shops ♦ Emmilo Pucci Bal Harbour Shops ♦ Elie Tahari Bal Harbour Shops ♦ Escada Bal Harbour Shops ♦ Futuretronics Bal Harbour Shops ♦ Giuseppe Zanotti Bal Harbour Shops ♦ Harry Winston Bal Harbour Shops ♦ Intermix Bal Harbour Shops ♦ Pomellato Bal Harbour Shops ♦ Sergio Rossi Bal Harbour Shops ♦ St. John Bal Harbour Shops ♦ Thomas Pink Bal Harbour Shops ♦ JW Cooper Bal Harbour Shops ♦ La Goulue Restaurant Bal Harbour Shops ♦ Louis Vuitton Bal Harbour Shops ♦ Lulu Couture Bal Harbour Shops ♦ Michael Kors Bal Harbour Shops ♦ Piaget Bal Harbour Shops ♦ Tory Burch Bal Harbour Shops ♦ Trina Turk Bal Harbour Shops ♦ Valentino Bal Harbour Shops ♦ Vilebriquin Bal Harbour Shops ♦ Wolford Bal Harbour Shops ♦ Zegna Bal Harbour Shops www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service.(305) 940.6195 http.-Ilmaster.theblitebook.com Completed Projects - HVAC Malls ' (Page 3 of 4) • Disney Store Bayside Market ♦ L'Occitane Boca Town Center ♦ Tory Burch Boca Town Center ♦ Tommy Bahama Boca Town Center ♦ Wolford Boca Town Center ♦ 7 For All Mankind Boca Town Center ♦ Bvlgari Boca Town Center ♦ Charles David Boca Town Center ♦ Journeys Broward Mall ♦ Love Culture Broward Mall ♦ Lids Broward Mall ♦ White House Black Market Promenade at Coconut Creek ♦ Chicos Promenade at Coconut Creek ♦ Ann Taylor Promenade at Coconut Creek ♦ Hugo Boss Dadeland ♦ Ann Taylor Dadeland • Ann Taylor LOFT Dadeland ♦ Express Dadeland ♦ GNC Dadeland ♦ Michael Kors Dadeland ♦ Puccini & Pasta Dadeland ♦ San Gelato Dadeland ♦ Stride Rite Dadeland ♦ True Religion Dadeland • Bath and Body Works The Falls • Victoria's Secret The Falls ♦ Nike Florida Keys Outlet Mall ♦ Salvatorre Ferragamo The Gardens Mall • Godiva The Gardens Mall ♦ Brooks Brothers The Gardens Mall • TGI Fridays Dolphin Mall ♦ Jos A Bank Galleria Mall ♦ Francesca's Collection Galleria Mall ♦ Van Der Bauwede Merrick Park ♦ Gucci Merrick Park • Sunshades Merrick Park ♦ White House Black Market Merrick Park www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 • 24Hr Service (305) 940.6195 h ttv J/master.th eblu ebook.com Completed Projects ® HVAC Malls (Page 4 of 4) ♦ Camille La Vie Miami International Mall ♦ Best Buy Miami International Mall ♦ PacSun Miami International Mall ♦ Victoria's Secret Beauty Miami International Mall ♦ Circuit City MidTown Miami ♦ Z Gallerie Pembroke Gardens ♦ Ann Taylor Pembroke Gardens ♦ Carter's Kids & Babies Pembroke Gardens ♦ Love Culture Pembroke Gardens ♦ Origins Pembroke Gardens ♦ The Pub Pembroke Gardens ♦ Swarovski Pembroke Gardens ♦ Crocs Pembroke Lakes Mall ♦ Gap Pembroke Lakes Mall ♦ Bath and Body Works Pembroke Lakes Mall ♦ Guess Pembroke Lakes Mall ♦ Bath and Body Works Pompano ♦ Kate Spade Sawgrass Mall ♦ Columbia Sportswear Sawgrass Mall ♦ Maidenform Sawgrass Mall ♦ Diane von Furstenberg Sawgrass Mall ♦ Body Shop Seminole Hard Rock ♦ Brookstone Seminole Hard Rock ♦ Toys R Us Southland Mall ♦ Aeropostale Southland Mall ♦ Men's Warehouse Southland Mall ♦ Spencers Southland Mall ♦ Perfumania Westland Mall ♦ Bath & Body Works Westland Mall ♦ Victoria's Secret Westland Mall www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 -a 24Hr Service (305) 940.6195 http://Master.theblitebook.com Completed Projects - HVAC (Page' of 4) ♦ Smoothie King Aventura ♦ Peninsula Penthouse Aventura ♦ Interface Baca Raton ♦ Les Bijoux-Hublot Boca Raton ♦ Officine Panerai Boca Raton ♦ Orange Tree Yogurt Boca Raton ♦ FDA Boca Raton ♦ Veretech Boca Paton ♦ Interface Boca Raton ♦ Yogurtland Boca Raton ♦ Arbors Office Bldgs Boynton Beach ♦ Dominics Restaurant Boynton Beach ♦ Regions Bank Boynton Beach ♦ Rug Decor Boynton Beach ♦ Staples Boynton Beach ♦ Sabadell Bank Brickell ♦ Regions Bank Coconut Creek ♦ Home Depot Coconut Grove ♦ Panera Bread Coral Gables ♦ Sabadell Bank Coral Gables ♦ PINK Victoria's Secret Coral Springs ♦ Jimmy John's Coral Springs ♦ Walmart Neighborhood Market Coral Springs ♦ Broward Star Credit Union Davie ♦ Ultimate Optical Davie ♦ Deer Creek Training Deerfield Beach ♦ Morilee Deerfield Beach ♦ Prestige Auto Deerfield Beach ♦ Ultamed Deerfield Beach ♦ Diamond Innovations Deerfield Beach ♦ Image Photo Doral ♦ Charles Schwab Ft. Lauderdale ♦ City of Fort Lauderdale-Mizell Center Ft. Lauderdale ♦ City of Fort Lauderdale-Oswald 1=t. Lauderdale ♦ Chiquita Brands Ft. Lauderdale www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 e 24Hr Service (305) 940.6195 http://Master.thebitiebook.com Completed Projects - HVAC (Page 2 of 4) ♦ Key Bank Ft. Lauderdale ♦ Resolve Marine Ft. Lauderdale ♦ Sabadell Bank Hialeah ♦ Carquest Hialeah ♦ FedEx Kinkos Hialeah ♦ Hialeah Housing Hialeah ♦ Wing Zone Kendall ♦ Hublot/ Les Bijoux Lake Worth ♦ Officine Panerai Lake Worth ♦ Empire Beauty School Lauderhill ♦ Office Depot Lauderdale Lakes ♦ Paramount Bay Spa Miami ♦ 10005 th Street Miami ♦ Beth David Congregation Miami ♦ Brickell Key Condo II Miami ♦ Buick Building Miami ♦ Carquest Miami ♦ Christian Louboutin Miami ♦ Excalibur Miami ♦ Florida Dept of Health Miami ♦ Miami Dade College Miami ♦ Miami Dade Housing Miami ♦ Palau Cafe Miami ♦ Public Storage Miami ♦ Smoothie King Miami ♦ Wine by the Bay Miami ♦ WPLG TV 10 Miami ♦ Bass Muesum Miami Beach ♦ Bentley Hotel Miami Beach ♦ Brown Hotel Miami Beach ♦ City Hall Miami Beach ♦ City of Miami Beach Miami Beach ♦ Clevelander Hotel Miami Beach ♦ Diener Residence Miami Beach ♦ Exis Capital Miami Beach ♦ Edison Hotel Miami Beach ♦ Flamingo Resort Miami Beach www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service (305) 940.6195 http.-Ilmaster.tliebhiebook.com Completed Projects - HVAC F (Page 3 of 4) ♦ The Forge Miami Beach ♦ Guess Miami Beach ♦ Harding Village Miami Beach ♦ Icahn Residence Miami Beach ♦ Johnny Rockets Miami Beach ♦ Miami Beach Cinema Miami Beach ♦ O'Donnell Residence Miami Beach ♦ Original Penguin Miami Beach ♦ Parking Garage Miami Beach ♦ Peter Lik Gallery Miami Beach ♦ Royal Hotel Miami Beach ♦ Quatro Restaurant Miami Beach ♦ QuickSilver Miami Beach ♦ Terrace Towers Miami Beach ♦ Texas De Brazil Miami Beach ♦ Wing Zone Miami Beach ♦ Smoothie King Miami Gardens ♦ Park West Art Gallery Miami Lakes ♦ Monroe County Public Works Monroe ♦ Monroe County Public Schools Monroe ♦ Louis Vuitton Naples, FL ♦ Benihana North Bay Village ♦ Advanced Auto North Miami ♦ America's Best Contacts and Eyeglasses North Miami ♦ City of North Miami North Miami ♦ RMS Lifeline North Miami Beach ♦ Opalocka Airport Hangar 1-11-1-13 OpaLocka ♦ Safeway Opa Locka ♦ Tiedemann Palm Beach ♦ US Banks Palm Beach ♦ Bath & Body Works Pembroke Pines EAST www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service (305) 940.6195 http✓/master.thebluebook.com Completed Projects - HVAC ip (Page 3 of 4) ♦ Smetzalez Medical Management Pembroke Pines ♦ PCP / Claire's Building Pembroke Pines ♦ CompUSA Pembroke Pines ♦ Tiger Direct Pembroke Pines ♦ Sunrise Medical Group Plantation ♦ Walmart Neighborhood Market Plantation ♦ FedEx Kinko's Pompano ♦ Fairn & Swanson Pompano ♦ Astenbeck Capital Management Palm Beach ♦ 218 Royal Palm Way Palm Beach ♦ 324 Royal Palm Way Palm Beach ♦ US Bank- Royal Palm Palm Beach ♦ Molina Medical Riviera Beach s Okeelanta Corporation South Bay ♦ Advance Auto Sunrise ♦ Charles Schwab Vero Beach ♦ Molina Medical West Palm Beach ♦ Sterling Organization West Palm Beach www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 s 24Hr Service(305) 940.6195 hitp.Ilmaster.tli ebhtebook.com RECENT OR COMPLETED HOUSING/RESIDENCE PROJECTS ADDRESS DESCRIPTION BORLENGHI RESIDENCE 630 SUNSET DRIVE NEW CONSTRUCTION CORAL GABLES FL TOBIN RESIDENCE 5231 NORTH BAY ROAD NEW CONSTRUCTION MIAMI BEACH FL SANDERS RESIDENCE 1509 NORTH VIEW DR NEW CONSTRUCTION MIAMI BEACH FL ROSENBERG RESIDENCE 4445 SABAL PALM RD NEW CONSTRUCTION MIAMI FL BLOUNT RESIDENCE 2535 LAKE AVENUE NEW CONSTRUCTION MIAMI FL ARSHT RESIDENCE 3031 BRICKELL AVENUE SERVICE/RETROFIT MIAMI FL OEINER RESIDENCE 8 INDIAN CREEK NEW CONSTRUCTION MIAMI BEACH FL V-PROJECT(EAST) 1374 VENETIAN EAST NEW CONSTRUCTION MIAMI BEACH FL V-PROJECT(WEST) 1374 VENETIAN WEST NEW CONSTRUCTION MIAMI BEACH FL O'DONNELL RESIDENCE 43 STAR ISLAND SERVICE/NEW CONSTRUCTION MIAMI BEACH FL ESTEFAN RESIDENCE 38/39 STAR ISLAND SERVICE/REPLACEMENTS MIAMI BEACH FL ICAHN RESIDENCE 24 INDIAN CREEK ISLAND DR SERVICE/REPLACEMENTS MIAMI BEACH FL BONWITT RESIDENCE 5231 NORTH BAY ROAD SERVICE/REPLACEMENTS NORTH MIAMI BEACH FL BUSH/CRAMER RESIDENCE 40 LA GORCE CIRCLE NEW CONSTRUCTION MIAMI BEACH FL www.mastermechanicalservices.com 15181 NW 33 Place Miami FL 33054 Tel: (305) 825.3004 • Fax: (305) 825.1607 •24Hr Service (305) 940.6195 h tip.//master.tli eblu ebook.com CMC 057200 15181 NW 33 Place ' Miami, FL 33054 Office 305/825-3004 Fax 305/825-1607 www.mastermechanicalservices.com Summary of Written Safety Program UNIFORMS: Ensure employees use appropriate personal protective equipment including and not limited to belts, hardhats, safety goggles, and gloves. ♦♦♦♦ VEHICLES INSPECTION: Including refrigerants inspected regularly, tools properly working, etc. Ensure that employees understand their responsibilities and reasons of safety with items and carry out their responsibilities effectively. SAFETY AND HEALTH TRAINING BY PROVIDING WEEKLY SAFETY MEETINGS: Provide training required by OSHA standards. Warn employees of potential hazards. Some topics spoken of...Driving Company Vehicles, Back Injury Prevention, Common Sense Safety, Fall Protection, Electrical Safety, Safety Guidelines for the Construction Worker, Drugs/Alcohol in Workplace, Electrical Cords, Electrical Safety, First Aid, Usage of Hard Hats, etc. HAZARD PREVENTION AND CONTROL SUPERVISOR SPOT CHECKS Et REGULAR INSPECTIONS @ JOBSITES: Identification of all hazards by conducting worksite surveys for safety, health and periodic comprehensive update surveys. Done at regular basis so that new or previously missed hazards and failures in hazard controls are identified. Examples of some issues monitored: Scaffolds/Ladders Good Housekeeping Safe Handling of All Equipment and Tools Observe Work Practices Extension Cord Inspections ACCIDENTS: Investigation of accidents and "near miss" incidents, so that their causes and means for .prevention are identified. Analysis of injury and illness trends over extended periods so that patterns with common causes can be identified and prevented. FIRST AID: Supply sufficient quantities of appropriate and readily accessible first-aid supplies and first-aid equipment, such as bandages and automated external defibrillators. Assign and train first aid providers to receive first-aid training suitable to the specific workplace and receive periodic refresher courses on first-aid skills and knowledge. Instruct all workers about first-aid program, including what workers should do if a coworker is injured or M. Provide for scheduled evaluation and changing of first-aid program to keep program current (regulate assessment of the adequacy of the first-aid training course) _ ` - f _ '� 5 CL via LO CIO CO. 1 tiif R m to IM .- -: _ . ID Im M 146_ : .., . C! 'gam,. _ '. 3 -,M _ 3] � _ Qa • .. ,� ' y y - mom ;L— aijiw im Ott,' F0 •f : : yy � v,• � ��,�r" � - qtr-_ ti AT r aa � f fJ i A � t s ,r rte,' i✓ - � _ �...e� 0 . T f 15181 NW 33 PLACE ?° MIAMI FL 33054 CODE OF ETHICS Ensure that quality, honesty, integrity and good faith are the hallmarks of their business practices, including individual contractor sales, advertising, installations and service of HVAC systems; and Maintain strict compliance with all federal, state, county, and municipal government laws, regulations, and ordinances pertaining to the HVAC industry and business operation; and Design, install, service, and repair heating, ventilation, air conditioning, and refrigeration systems in accordance with accepted industry standards; and Develop and maintain an understanding of proper equipment selection to assure customers of safe, dependable, and comfortable performance; and Develop the highest quality standards of customer service and nurture long-term relationships with customers; and Instill the highest respect and professional working relationships among other participating SELECT HVAC contractors and within their respective communities. MASTE-2 OP ID:SD CERTIFICATE OF LIABILITY INSURANCE DATE(M 2 WY) - .�� 12/23/13/1 3 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 305-446-2271 CONTACT Kahn-Carlin&Company,Inc. PHONE FAX 3350 S.Dixie Highway 305-448-3127 A/C No Ext: A/C.No): Miami,FL 33133-9984 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:National Trust Insurance Co 20141 INSURED Master Mechanical Services Inc INSURER B:FCCI Commercial Insurance Co ,33472 15181 NW 33 Place Miami,FL 33054 INSURER C:Bridgefield Employers Ins Co 10701 INSURER D:Federal Insurance Company 20281 INSURER.E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER MM/D01YYYY MM LTR/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED A X COMMERCIAL GENERAL LIABILITY GL00116383 03/31/13 03/31/14 PREMISES Ea occurrence $ 300,000 CLAIMS-MADE ®OCCUR MED EXP(Any one person) $ 10,00 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO LOC $ JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea B X ANY AUTO CA00182063 03/31/13 03/31/14 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $HIRED AUTOS AUTOS Per accident $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 A EXCESS LIAB I CLAIMS-MADE UMB00122923 03/31/13 03131/14 AGGREGATE $ 4,000,000 DED I X I RETENTION$ 10,000 $ I WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY X.TORY LIMITS ER Y I N C ANY PROPRIETOR/PARTNER/EXECUTIVE 83037562 03/31/13 03/31/14 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D Equipment Floater 06642183ECE 03/31/13 03/31114 Limit 100,000 Leased/Rented Ded. 1,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION MIAMI-9 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CI of Miami Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City ACCORDANCE WITH THE POLICY PROVISIONS. 1700 Convention Center Drive 3rd Floor Miami Beach,FL 33139 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD STATE OF FLORIDA >o _ DEPARTMENT OF BUSINESS AND PROFFESSIONAL REGULATION �_• ab CONSTRUCTION INDUSTRY LICENSING BOARD ' 1.940 NORTH MONROE STREET (850) 487-1395 TALL�AHNS-S2;E— FL-- 372-3-3-9--0�3: - FLOWERS, WILLIAM SHAWN MAS'T'ER MECHANICAL SERVICES INC ' 15181 NW 33 PLACE MIAMI FL 33054 �'ST�T8 0P.-I att1DA":;`t:.. AG �` A ;.. 5 Congratulations! With this license you become one of the nearly one million f+ ;° •° � Floridians li c ensed by the D epartment of Busine ss and P rofessi onal Regulation. :,�: ..;f._E..RP;�;A 4'•:•ra:E�.?..E`°gi�p��F,' B,S�•TS ::Y>:E:-.��\r:s.;i `. ,:...d;:'FGU -T p�:r,,Our professionals and bus inesses range from architects to yacht brokers,from .boxers to barbe ue restaurants,and they keep Florida's economy strong. ,•: }=' v,- t 'CNlC 0 5'72 0 0 a .Every day we work to improve the way we do business in order to serve you better. .•'•. • ,4� '��:.Y•;'';:1=°::���' r� ' For information about our services,please to onto www•m floridallcense.com. . .4' ••:�. - :��:.• -•�-� �� •� g Y OUT ACT-- ' There you can find more information about our divisions and the regulations that •fF:L 0Wa-R-S,=,iW�=� r-;A�.- ��R •;:.<•s.':a impact you,subscribe to department newsletters and learn more about the 1 A9--T R :MECHANI E1 VICES' IN'C'' !_. Department's initiatives. - >;• 4: ;. Cy�f p,;i..:�. ��:�.:: Our mission at the Department is:License Efficiently, Regulate Fairly.We 'r-�'T „�''' constantly strive to serve you better so that you can serve your customers. _ ¢: Thank OU O :\• r2S .L'.£RTIFI.ID u�.dera.the:•o'.ov' Th y for business in Florida,and congratulations on your new license! � �;'. •:Y.•,., :•;: .::� •'•: _�'' 1:6.1ong of:cn_.�.a9 Fs• t .Sxg satioa date:;:i�UG 2•(l-613do5 1 ;� -(� -- �....-.�..�._— _ i art•— ,^2 �;\ i t .:j�.;;C• TA _ r DETACH HERE �• logo M .�.. STAFF of FLORIDA.., - ' ;Dl .PARTMEI T :p - t �: >: k':�`BL]SNESS:v PtD PRQFSS'1:OIL 'REGULATION OIS2`R:UC' `•IQN: INDUS'Z'RY =:Z' CE1 ZI�i '. ARE SEQ#L12061300941 LICENSE”NB R v,1 2.;,I.1al 0 4 Z 9 0 6 5; y'tc .0 57 - •±: r•' ♦1yi — •i 'ill Y'.._-- '•3' _ c' � 0- ; darned=;;be1°.ow 'I`S CERT3F�EU- ' �`�1 r3er the'>:..grflvi s" o:, Cha .e. 41rs�' expiration date: AUG 31, 2014 -;: t kgj .a•FLOWERS., T2LM SHi E CIiAN I�CAZ ;S•2.RV I CE S INC- _ ►� • ``:: 15181 ":NW 3 3` PLACE" ; _ , r r:.•. MIAMI FL 33054 ' fit. `>••'; .:.: i '; '` '` .. •i, `; •f' '< •i;:. •ia! _fi t', :t, r ;,• ,. RICK .:SCaTT. - 's' VERNOR ;r- KEN LAWSON •. : ':: :,�:: :;; <:' SE.CRETARY • •• DISP.LAY AS REQU.IRED•�BY*LAIN F • i 15181 INNV 33 Place -/P A &?.rh - {-- �. Miami FL 33054 Tel:(305)825-3004 _ - Fax:(305)825-1607 1 24 Fk Service(305)940-6195 CiMC057200 CGC1506699 i CMC056729 CFC1426279 z4o)u,00 rypC —L �a-in ��n�q ?�2. �Z � �� �po-.- i �'.Oro �=«� � I e�s y JL t — Vl�fJ � f D ()OfJ-(e E)q 0132 11 511 i 115141-11..1 t � 023 ! L4 e �� �� institute esco instkute Program'EPA ApproN�ed } P.O.Box 521 °Mount Prospect IL°60056-0521 1 P December 28, 1993 Enclosed are the results of the test you have taken for E.P.A.certification.A,passing CERTIFICATE NO. 591093211110 0 11 score of 70%is required per Test Section taken.All technicians must achieve a pass- ing score in Section"A"(CORE QUESTUONS)to be certified in any of the other three Sections. Your test results are indicated in the bottom right hand.portion of this NAME: ANTONIO GUTIERREZ form.If you have successfully completed Section"A",along with any other of the three sections of the Test,it is reflected on the attached Certification Card.If you has been certii?ed as a wish to retake the Certification Test,you need only complete the Section(s)in which you failed to achieve a score of 70%or better. UNIVERSAL, F ANTONIO GUTIERREZ technici2n as required bt 4CCFR pert S2 sub—part F 8020 NW 176 STREET HIALEA.H, FL.33015 SCORES Section A 96 Section I 96 Section II 88 PLEASE REPORT ANY CHANGE OF ADDRESS BY CALLING 1-800-726-9696 Section III 88 •3; eSCO institute Program EPA Approved -December 28. 1993 CERTIFICATE N10. 591159211110 NAME: WAYNE ROBERTS has been certified as a UNIVERSAIL technician as required by 40CER part 82 subpart E m� ,�;xz�rns:uciaalcneaur:. eucn..;r:mac:a-.n:n-a;;n,wu::r::e,ura:tu r,,:,r.:t':q;u:atr.°a::^arc:cmaaweeevae:.uuex;ar.•a,a;Wt:i:sr�: . - -uus^(r,.)r.-stttRO.arrnAn-CSl:vlxr.:LV::TLiar.['AVi:�._.mrm[R{cslee:G•euc^,fNNma,-4•zc'^_t:]r,:aaxx;a::ft,-.va:.'a:.r•ra,•L':a-.r.��:,nsaA^.x1i:t=anmr.-.cxAUSxv:lr..�rlwsapL�C.� ty. -,•�i Nt'L °sA fa) ,I Tj LO CIS / l.)) i� } _ � O J li) LO CD CY) M r" CO 11) ID (9.1 T �l� w g c� J t.j p..e F_ �•j f71 (v N Ui G N En an, Cd r. 4 53 r 'b{ .o V, a cd crFc. �,... i-'� (!] tV CV �' CFq F+1 •+JI .•,�J �.-�/ fl-1 ' q4 a C7 '.�J [,i 'mss «J ,� l.) d !:d 4.1• Ia-J 01 ur .IrJ U f.�� `•'•� ^cu p tJ �f+ + �+ N Fes- fJ ~ � CJl U 4ic,a r ,Jb ;J U( J C}SH7� i t.:s. n_-..i �' ''i) Ai p.C��(1 �•f~ 4' U"' � 'C (-i' Cd bo O C f CO tl (ti O +r- ; 01 n ' C � -18 4 j ta)) h) fY: [-•' J _ A �r t d O > ) r� W to 4 r, y, V ' I-' Yr ' > c Cyy TJ a si `O b1) O 'C) �i tJ .D L`• 1± a -' ri I'.:i •Q v� cf.:j til (: "T-1 aU (' p �� N J V7 �y 4C7,1 {r} c:, c3 G J:r; ,• vD �1 `� b� :� cv1 p ai > �' i� -0 iiJ .1 t7 `� V-4 N p' Q y r, '� cJy v 3 ^I QJ t.) u t5 (J ' i E J 6) �i F•' is vi (fit 4, bll a; r� t F, ci.. cn ter f� a) a. , cCJ o a u rte c3 n) bJJ t'! J a V �) 'r, aJ (W f-� `N` o t u7 (•d' ++ N o) U x;1,1 (+ K; _d iap ly U) al +vJ U >� (-) c U Cv .IJ la C) ❑O y �r O O p ( E-" bp U C- .1 '>=1 U %+ 1� i,,i 'i 1_, -�+ ,J TJ K ci [', X H BL3 ti p 'iii .C; v N_f "{! O f r �V F.► ('1, l� �+ �� 4e v ^t cn +' tr) :alYi �` ' K. dJ �'� (4) cd O a) �j cd C] cy (l C1 � aJ s. f� f•i 6•J 04 t) 4) .a -c b J In _ C) •`-'! +� fy N aJ r-+ b-0 p C d� w S ui gel y t- j U `j" C7 Cr7 t ry a n p c:J 1 p .� uJ r IJ eJ u; 1J O ,� fr��!!a rG ,F bb IJ y C. t(, c G1 1_� (u Cd cd K, taw ' q N J 1:41 1', b� + N rn _' r _ o r ?7 1. �,r'} �i iK ,'-+ :� ti vs 04 4 I� �' O ii � ,> O bf] t t + J .1 Lp a+�, U p L a) v) h (�+ r ++ �Vt,�}, i� , V .� 1) •�•i (� O TL+ i�.f I- p q, 47 C/7 �; i`; aJ ( cd Z7 C J' U rte, !-a r I , I:), 5 � °_ + 0 [+' �'� ^—' O �' r 1.1 1'n, r L� 1 a I- �cn .--� �[:a v r,.l 1� C)'' :) •--• O !�'` .1�� U CZO L f fl, 5:/ +� I.a �� bn U� v G4 t —1 N �� d'� i cv q) v) �j _, ...) ( t13 L� V O •ry (1 �cd+ In t p n) > Iv, U r q {.".'f ., (.> N Y-1 L-j-1 I� it C'' �� J > I �' c 'l7 •.� U -4 •1� "u { •:a dti � �-uq, (C}J .•�, aJ 11J C, IL) fr, — 3 p N r' C, o� rw•i r." L� "-? Q O IJ + () gr:ti 4 1_, r-a > cc� 0 N 43 ( �.., �l� t�� r_, q) (} aJ r� I 1 1-a 1 !7 bA F.: IJ U .Ct J cG u) a ,cj ., Cv �) + I_i tJ a i !.' q J ��-I I p t I�+ Kr S )� r�+ QJ r ;� C� t.r N N 1 •r f � pIr (.) F 1 cf) •CU �,_. N aJ (] t_, Cli •a (J us t"b �:.q ' :s O t;'t t.-� y` (� Va O •Q) �� Gr ^� C O 1, a) CZ ,L', i+ ccc' it v; C) .y a:_I ^tl rn cv U cd C) u JJ u ��,;; u) y ] r) Cam. �:sstranlcu_:scu;a 1-4 4) r-1 41 et1 iJR:l o'yJ.'YLI a::.Airll.•.�:L::aJLL1.l:;.ILGIn:;,:a:!;LL^:4edA4'I,.::;tLbC„t:r::,tr-uC23'JrJ Ir,t:Y:rV:T,::L[M1Qu3'1 J/UGr1:e1�0,1lASRl'J1Gfi]L (•\) -'�) 11 tlYMR:7.li9L'47GGIGl♦:dC./1GdWf 2All.:YrGK-.�}6*3:C36�Y."T=1'lIL'7JII:'.�I.t[;t?E14WIGi:.I f4C:t?1;1'�a�n::4Y:dJG[:"�{-lit:Ai�ll.YTLT7A P.IT}.:1YM�sA�yRP�" ' ;.l,rr" .-r rJ>.'r,'�:..� ,1✓r�..r r: _ - i�' - .Ir-. •r. - S a -� F: 1 1 l I I •1• !v r f _ N {' 7r J-r. - J� A{{C+ J' `G ..� •�` .F "'Y. f. ,'7.� :I a f �ii' ^, j:• :y ..'tGa icy w c' ��fir` [ 'S'". "1•: Y" a•r: •i• •1: II `r 'i "'�Y •r� �i %� i r•s-+ I; f r,. ,r''' ,J'�• .rd. %3.":�- bra.• 2' ''r•'•'�' +g�'I i '1• d. ar r .J 7 •., y t. s' :9: I r a' 1 1 : �r I GOT. WAA 1. - � 1 '.�'�:,.....::�;�:�.'�.;.,"' _ ...-__ _ ._:_._.,-.,_-r-.' -,.._.1_- - - _ - '::t.. S-v :J• .tt`. {�Jl.l rr; ilia' 1:,,: :,' �='i:r, d.'; ;I;ij•,.�:.- -_::.ill' I. f i;y !'1tr'.`':.''• -' ILI ijll' Cll: �• ;-•� �..�.-.. 117 .]. �.: -'�`�� ''N l'd,f'�,,,• _ '-•:III CJ (;�t.•. a-^'�`••a,w.y ({f i i;!-.:.1"�.�..�' --- i :l:!:Sri:: - ,1'� .. .. 1-i .,{,- (...1: ` i�.L._• I�,N:' •:°as;'.r.f,:� .!I I' !, '6='I r••1: ':'1/ll�� •1-.r':': V1 :1 if �'' .!-(')'•'� ii•rC` ''s,r' �Y, u•''•i '',i~d%J' "!I Ads yyJ f CU. `11 rr,,� WI's ,,,,,:: (,.J f1,1' Il t,:r�;:F:•,L,•r:1,1':..'I 1't' .1'1,i.11:•,i Y.'•'.i:' ill -i:.Y� ;:,i 1:) :.ii.•7' �t,J, Vy'"? on .,_+ tV CY .?,\: _�',� ]V i t `' ...fy .CU° 1� ;••1�'V . ' f•r.',~_'.�-`i ,,,;1 r'r': •�11 t! ,.:!`!...,,i' i �_,. ?j '..(.;� &ry,, r:_•°i Y''1 ��nJ• 6 .1J �� _) '::�, f! i ;l£I It a,Y�: - ,.:1:.',i S7`� ae::� �. ,l',f] ,I. •. �.�' .. _...�i,.l QJ; (, 9'' 'r'' ��£al.r �L 'r.� i! •�{.•� - / A � `' ;A;�,., ' •'rl:.'may:' v .1.'•.:`,r...t' .0 I I:::- '�„' 1,- °' ��!• '1 -.,.,..:-r?•::rl:' iT _j`' `llj J. -•1 r' ;i: ''.j'J• :j;•n,�( i'� i'i-• 'S• ''I!I fb�..i:ii �a`"�� .J �,d'�„ ,. �9�'' �.:� .�''_U. I; l���z i'1!�`'a;b''�;; L� J: ,'.t:J - O Ili+.� •` 7,� �!� -"'r 1, -��Ir `r<_s:�5il = ..i:'] ^�1..,, ,._!•. 1` $-� .L ._ .J '' I ''r :,'r., G_ i•;-1 - ,! :(.:.j.. ,� .I'•Y,,, •..1:. jl 1.,: r.\,,J{'� !�-r •'�.ct,PII' `:�:: 'd �` I]:�_ .fl] vi•,•! ':�..' - _ `',L". dll. �\r,, _ lil:�' r.i:.j.' ��. 'U)'• 1, _ (( q -`'1.`• Q.)'..,'-` [:' •`''•'J {d)•`(I). .;;{r,):',r.',>iy;':i•„c;. �'i: l' .. i'" .. '�,.. (-• '.�,. �� .�;)` Lis �?:;C] � :.:,,• =; :�1 tJ.•J�:r�':'�!1ri ';^:;.r,d:':e� '•I pp � .J'� { ( .7: 'i.. � Ip,A;:-.cl••s'j..f :J:t ,.i,1r{Pr_. yrty-,yll `q.:-• •.I'r.;I: �~ o.(! �J`..,-:1-:i.�r.•�'S=a I' ;� l_ r__ J. I, h.._..,1. __t i.,_:: ?rJ;,'ylli i•( ';°: �: rj'..,.{-i: Yy ''F?•'�j, j�7r ���':-i`�,r SAW: �L:_;, .: }�.i. tip:": 4�-��'I.i ' a:.. ...:�>, '.�_.� '� _- _ .. �•I �.. '�' :,:._ 5s1i.:1t�'•� - .•.I'' � '?' ,'u I Y,. e � (Sj, �•'�;:i' 4t,: ��,�-t'' Q.l ;I '�'•°;• bp �r�'. •1� :�,: ,,"(•� � .p7.N'.r.::_n;�?y'_�'•�A'1,�WAY,/1r+,i':..i:..-1 JA (ZI { FS �.�- �,, r� C%f' vii• •,:._ >,'�:`q.:+ z.l.✓'11 .(ry .1:-1.:'v-f- rr•" •t.�>S Ip.;.; i! L! WOO'i .�i .1 •1 r:(-r ._,;.-_ ;?,,::�:r j - G�zoom r1 a. •vr.y r Jy ldl Cry Pi' "�..0+..;•.'1:::`rt:a i :)' !`I.�wS.4�'•C-_.���Glj Id _ � : .0 A-1:�T��:'r.[/.F. .'"F`'a 0.•c;r'•Jty'�`r'��=�h - 'i..('` �. .�): i:x-"'i, '�.S .e•'� �it. '(� a.. ... j! ':. NO ti�irr' ..r''i',�,t I �p.\ �r,'r-:�:! :V!',• .C_.�"-. � .. � _ '[� � �� ,:C S,?, i�i%. - :.r:'1 � x F.�.- "'�•I�lr;r.6�11 'ti'J''� _�G:,q= �= � - .- `^ - , `'1�:'u. �d.. �:.,,. '-r._ a/"�•,.;,•iJ IJ..',:''i�F', [ �� � t C �%'f!f' � � Eli�:: ':,;'•:"'1 �•�`i t.7 WON:J j;T 'a::?7 i. 'I'�',tJ! .i' 'r• t'. .,g:' cd:,.:gq'i':.,; .(__.. - - � � (- I: ::h'y,.';'; r F• J f i};yt;l'nr •`'.: =s'._-''I, .. ;,i.1 .'- ;,- '� 't1.' .V '�•' .y_i>� 'C']. .. C(p.. �) i j):�f.'J✓�.,>� ".'L' 'i :Jr: _} c:[. I rJ s21' �EAB,�). +i.': "% 1`1'':x9) •,yc\ - j SI :'C' 1^���.=`e'�i,ll�•',' - .. 1• s ,.J,.11, ,.�. ,:A,. - .:tT.;.! C.1). ��-,>:�, 1 .. IY,,'•- d 11 f ,:-r;'114 ";t: h:r..: 64 li', -0 ,:,;::: f /7 1.� •' ,l I r��r'� I��'l•'1 l�X ' `i' i�'%". _ 1.J :'t.-- ":i'!J ;I �;�1.rl�•�j' SrC.. ,: 'f rv,r�': :.y..:'_' _ L _ -:[I cr,i�-' I � +„' <I �s:;..:.' I.i�"•':�.':r'-.? •7_J `I ry.i't:.•r �'._ l i��' ''S,a,.1-,.:t...a`�S�i l�J'. �1 +. �'•• _ 1....�:•`I;tl,' ,._rr.' - C��` _4�r`i; ,117.i i+j�-�.',t-. :,.4„y.v' l W �; is �.�':%1'�` �� I_..JI;' •.. �:::. .YY k^' 1''%{J'?' -�:-:7•. - ^ rV�;''i`i�'. ter, K�.i;�: _�.�-.`h.,�{�1I >r" .�' ''.t, '_ �'.�a��'lvrr: ,•,.J,. L.:+: ,J' �,..1y y�,e::'°_:''1.r: •i5' ,:a: _'1� {�rn-�LT,,!l; � •s,-Pi'%�.` :�j7•I:� !`. � - .. _J. ^"r�'J'.0:I:"'.. "�l 7^, � •y_;P: -,I� ''1j. r i{;. c?: t'-+ 7 f:� "7�'.. f�( �l'J �'y 'n(`•'fL 7f 17'l;•-` "1J�17fyf•''Y:,.":li'I ,� � 1�?' [. 1... �% ''Y•i jr;`t''jI�!' -'_ 1)��:.d.;i'.r'_ '� t-�' '�s�c,�at, t'1. .1. ��ii.1,•'"'.:r:'�'J;?:- :f:'F ��J'' V„�f1-J;1:1-•' y;1:. 1, r-.1 :III, 3 �, .1 .lfp 1::,:i�;i!_':'+'!'Y::.-�'-.• , {"`. - •)if L:=,[I' .1''.� fir} i['• :'Ir.: :�;111'. ,1(( i. ;:i:i ld,/ .C) `\.:��.5i' 'f�].i..•' .. .�•)_, r t,,'ae G- •'�'' l iii`;,?" ,,I. [P:<•xl°• '23!::rc..�: _'''-Lj _ ,�'�•:- [-+r Li��{.'(., '3R1 1 �' ..j. �vfi'..'ht^��;:-.'Pr:•/J , 4•:t�.,' T I,. !Lrfl_•r'vr'}' c�: 'f ;I.S; '.7~ Q�. .. r.•I. '.:.,�,,...!.�� out WAY /Jl:,.tfp�[•,'�Jri'rF°��.^'A!,I � '�L. !-�==•; �.. � ��J��ke:�'o"'r f:;��{•I 1� sFN;:='•'��`��'���_^��� . . .: .• � .. :rte... :ct{: �{{{«{!',�',Vat°'��•; y:°j%, •;/a�'r,?'-:{I,G_t,c:F.,.:._cti._a.._,,. _ ., ` 1, r.0'.+: ,;d:::: F 1 I °l c t �I 1 r - I _ _ k. - 1 t [ - 1 N� 'i 1 1 ,'1„ J 1 �r .x•, .J• J' "v. v r 4 W .. _4.t. /. , .''V. ..., r ...- r r .gq. ti',+',�. .� . .•._�'3 'r••'. ., f �t'iP Ll 4 f El?,'' -- .,.v' t. .y..l,,. ,_,, r. .\• r :J..W r h i 0. ,,'+.•,{f: i r ryC rim _ " _ _ _ : . r.. .:C,_::'F.0 .rr. .,,^ •, y,.p•_ :�;, %.n \:GLfY.-Y'4:6,,q., '. { L.9'l I+'k ..4(t �`�' yyr"'t.T -'e. .(',^•r ,.7:,_ •e, ,.r .'�Y ^� ;/,.• ;h`'r"4 ,l. V r. '`3' rra!'' :''rr `x-.t r::' .r.,a' '.r. 'r• .ar._•✓y 'r`1 .'C:.,,•:.r•6 4 `.J'.:,� •''r. 9 Ir I 7 •I,fr4 , ,{�'',� v,:'i..1'_ �r1 �.y?'.1 •� i. ,:I a.. '., <.:-<: '.- 1 1 1�J ::4�• .J' ',�.J.'�'...�'h:d". .'Y.�/Y,�: ,;�,.:,,,,i•!" r�', 1 ;ir' ,y ,2` •'`i.' J. �'�`•" _l..G<.,.�...J�..°. (����': a '�.r.'b.,.cy I���d� �+.l•,�'6. k�:. :� :'r�Q'((!�' •'9 of l• �.£; ;/:r �',;i::a<�'�1.1•y �-. ..✓!•_.z'^. 5 n�✓.. �ir't T�o.l:1...•f..ur'' 1,', e' .,4- •- 1 .'.�f' IS-' •..�i��V•i .i, 'r•,r r.J� a. - t-,"V= _�S'.!'.�' 't•. ...h:. r,>� .4 .a rpr'.S aS't"'1'°.:d'.✓�c`';!•.;'.*..h.. J r �v'•:'.�'.J' �'-7, '-.�'O"I d r �- !'� � l£� r 'i]•I:.�{ ''' ":Y'F;. 1' 1.•:h�`'•i,'. v'�•t�ry'�. .'f':�t::. :•�',,.: `[; r, ,n 'r 'i PUT r:1' ; Q, �:, .nl.V 9 1.a+':>:.r. r;;�'- a,kL:'ry�,.,.a'v J''4't''' '':I•}:u''a^ Y l• - _F'6.- .,i!.'..I�'d,!°1:.� �'9 a,:r:.o'.r. ft ti.o .ti%r'..d'., o _ ' .I%11. iT'.;4 3�_a,{ i ux i`'1 v'I;di'� °Y '•!c N tl(�a ,,.iF' §;:.'•1.,•,..!1;1 7.,. ;0.'1;;,, ?. :,•c.S•,.._,a cv> .'L" ,,,.. a,v _ '= l ✓r. ..l•.:,�.'1 S c� 'Ir li� 1.t .,i•d.� dd. J., ; _.r, l{'.,, Il,.r,'N - '�. lG,v ✓.. 5 Y] ( .,•.rn :'.o�.•: 'aJ'ir �:i>: y,:�>.'r:'u' ,tY..�' �, l:,' :�e 1.7:- ('gypi� ,7Q4t'+ p �7,(,- +7 {• .!fpp I�` r ''T• ` .R'' r• u. ,14 .r ,, •i..;.)�'t, l• '.'1. `;,� ,•r+,,' -- '^u.l,• ��7,� r't.'' �'_,+�,�'�,'.t,--„. .M1;.•r�,„ .v�] .l T,.'ll I' f d7 7.v.•,,,iY, -I .P i� �.f'P.[1'r i': `IU•S! rSa' r T1 l ;.r�:.. x' „ .r:;: .7 .:9''c PV••.-. ,•l"!!V ^:'t.�..r !'3:n.' ,7 '*•- Vc„ 1I1 @@ - I' .�.R'1 Vt 0 1'-Ji t _. - ,.,s r• ,!' ,::�<-• .1, ..,t, 1,V� � :nSI.. .7.' +� t [ ��/ 1 . `;•. ,V�Si' ^Y� 1 ..r'•:•1:< JJ ':1. •1.J r' I ..✓.: 1. ¢U t .Y ,..r t=''C�'. .Y :.i'-h.lr:','`J� - '-V, ''V,r,:- r'r'F?' "P'-, _ ''•L.V, �1 :l.•� _ 1 .1'I.Y..� �' 'i t.. ';,•.,r - -;-"•.. .L•:, _ ',��'- yn�.Cl:p J,,:�'. 3r`^q.',.;,�'„l• , 'J, '�:C=' 1 '.i^ "'J':I:�L" ti„�{r •., v 'iP!. �'^��✓-(t r � �� -t; _,:.•�^� 64 n.:aC ",� .OL;'"P::rl ,'S:i'r.'lr:Y �•!'.: ';I:.^„t:.�`= :5- .¢:�y;,-n,_Or-+1:5.t'tI;n r('.s%' '•� _.." :a,.,n,-r!C;:7'e r-S-rY�y.-,n'�r•�:;�:,'cl:eV'•/,,'rs:::::�c'7'1ti��-r,�;'.f.:`.r,::r.�:{. 1 1..,.:,r':•.t- ���.'� , l L..J_.. ,� �,�1'l:CL, ilkp.[. ., .I :.!.:., ;r:-,,,.. �p�`,�:- 'ry•-... ,- ,`;:_ `r_,rl:' : %•!i.•f• 1�!S�.a `} .1;.�• jJ!'�4E•iL>.�.,J' ,N.F1'E.- "4:��,� �r4,� '•IS••'1����!.1' '.l i'Ip+;..'f._ •:n -t?.�-�: .��'ifl �'s ] u� 1 �f1;.1,�..'.,,�::f(rj;Ir':si��t(r�.:�;•:e�% ;I:�'..�:�} :..>:�:�:, ;,.,��,;.�r°�7. '1 _ - ',{.,.4.1, �.r�.u4�ry::�`µ tt�i':�=:At►� ::�ry� .:,,.-�. . �,I.;;�:.�N_(i"-il�:�','1�1,:•iiil:'G�:�M1,li.•-.'c[(.�I�y:�': - -I,tC.'i:"r. `'f�'�%:.rit•�3:�':af.�':!,,,. �I,r_�r.CJ�)!• I:;;., ,1.!:��s}v= - -;°,:,•��'(I, y�'i:�'a,�i- �y I�g:.,r.;_7.�.;�., 'il:?e'r,l+-' �•,-;: ,;- �ft�;' I!�i:'t'_ - r�.�'� � '•�'`B'�. .Y"]:Nry"�'S•-•!ci`ii.; ,L-r:;�:�;,a•ai�. -''r'r: �'a:i ::I::.i� !!if',i`'1`v ,J.,..;r'Yyi'�-' C.."1,�.t.B.. r4 G•-1j; 1 : �•�'_- `'- '.r. ,yr: •.:�,...;:,, - :.�•' �,.�:,,• :, : j:,.r ' :P: .I...oh,yll„jr.N.:ti ,-'j "'�q: r.••1'I': •�; �•�Ar�:'' ;:r:�,�,::!rl;:a,;•':r.ii�Mi�- .:l...•":.. .r''t• '.1y:J;,;••:.1:•:f..,:p I.�.',?,. - '•:J_ J1:4.::rlf... �i 4:: .:1.: -✓..'7 r. i �IAi. ,�Flbl{�a�u.lr ':I"1 '1- ':1 Ir ,:if::�•, `'r''.' 7'_ rl.r.� �ip" L.I'r•r _, r'_I�. •.}..'�:a i'ii�. .,f.„l�'' .i� _ ••1'. TT :1.1. J•�.' ',.i i; _ ..i. ,i,r.p.Yfy��:;£;arL.'.•:::.•: �.... }I...I`1.. IVfW.n�GJlllf 1' :�i:' 7.J 'S.:^'.,.:'-...., 'iV,• 85' I. rj :,�: .:I;. i,:•�•r, Y!.�(•' :��!(`,'it� r._If ... ...I.r /'JI: ~�1'�•'•':i� A.FE . ;r::°�•:;,'(li�( I� Py:S :�.`;:' -r'IC�”:�:hrl,i`� .,,'.�,,'; _ ,,:.�Sl�h�B,rt:_�-:.'i;-r,�;: ..e.ll.: "sj:;:' `:i` •.I'.F•f;'�',°j% ';i..;:;ii.:�. r.�~:t'._•'- :I•(:i�L.".::r�::.y'!.1 •.I; '"✓%•J '':4,.1�; -�,';;•:i:. J :I�..��:r'[.I'.;.;:'Col'.... bn;Nurn6Ae a l�;i�ri�':rl:'i':.'1 r�,'. �ii.�1:r'St:i�,�r!i.,,V 9ri`'c- t':ui�l.:_�,�,, r.1... .'�,1.;,.��i�'C;4`;�;�.f� • "i-s.� .1:Ir.U:;d'd�:Cll��'!L''i'ti't: r-`_�1:�'�u -.':r.':..�:,'=1.�:�i'�:;:=-ii.- •r. ' °`,.a..r`'r: ,,:`�:.:a:;'f'j.'fi7;:�1.7;•'-�..-t:'1:�..,;y�ut�r� r]��:—.I!•rx:l�':•• '.4`ll•.� rtt • ..-..-u ,r.ti:ii�•�.. -:r-..;:::�:%.:::,.., r`'/_'_ ', T''�.�^:r7.t10_ J..-tt�pyy!-��•:r.� ,-� • • • Gil • ca C7 G � f' ^� p > P I r: i{�'t. � Jl •.i4 �.� GL ' all �J± [ �a . ' 4 I I • I I I I y.+�`J"',s'•73]�i,i•J':e.Tti.7][:JS'��G La�J::i14'.•'..,- tt�9. r' -4:iCttr o'sL'C•d:•.aLaauv10-�m:Li:,T,.:eayf�-�r.3:er✓^:u.LVxn��rtP.mnaaVUacs'�.uaaa'.atrertms:^.uav�u]inuluaxdy.-. . C s5 'ril `••v,unxsat 3a�ramrrzz�as.�.:u.•a,xamgess.•„'n.•car'�cie:araanm:,r..¢,.raecs¢ncr���esu¢avycu-y? H f�•�:ri z; L 1 I !} e•. !.. I< lF 0 CO IqU) O I LO I! U v) r IJ �3 ir.�l�'G''i T-• � U �� ] (° L ,I (x) o !�_ ' ° C LL cV Cl) 1 c (� CO. °� c'� i N L(7 SC t O r __.I 1 ,3 v-- (n -- 'Z LL f�' r `n to (X) 4)' i {cu C.) N ' Ln �a II Ca.J It 0.1 ( N � N C4' I IV Q ed C)j CD CIS G 1 N� } C1 Dd t F•UII,I C; cn I, �4 r ;d .q? .� U cri CJ p H f�. 42) Z11,U .0 s!-1 r-(-( O p, a) N iU V. O 1:1, G7 C/) U r-4 Iry) O (J 1 y U 1 1 1 �..,� r s, �.� ,i•1� r tia �1 V.7 O != �� yi U l N I �..•: F rF 1 y f V !1 ,18;, ar.=G_ 1•M a ci ca) °N G^.1 1 cc 4::•l..1 °•1� U„f t rU-+1 R QU) are!)] t,�-/ <tU q, n•d C)1 4-f +�ti ti' aok)J N(��, i t•�J t'4 i•.,� tfy�rr j° '•"r+'cel ru g O Cd Vq _d �O � 0W R7� �,(—O O U n n! ' 1;-1 L N bp U ri cc CC U y: U rr.3D O O by O 0 C! u�t F4 O bA J k `+•' N 1-i r=i O (-�i. N U +-' 'I~i p .el �+ 1. tl) N C� '�� U U �'+ O7 j. �•. p bl) 1 U ) 4.i. i-, U Cd ,_, Cd j pv -yC~j aU-a ."J •cud� ;N pU, Qa'4) CO C) a) .F-14 pa 'C9 Cj ' N 'U p Lx a Ir i. <U y co l?) I°� CC.aI I_ Cj °(� Cv Cd ld C� , Cd co t� �+ ccj 4j_:�:, y c�b)N)+A ;J f a[k'i+i,I.-rO��, •i,til�3 J�) CLdiaf)) Pt�) °k-a� c4�) w r”+i �d-): d) N !N p a Clef 4;a-)1 ( O nQ O) 'aG�) FN a cj d rj bl) (A) � 1-1 c 7 1 bo —l. a G+ . .7 f � 1 (vj O cci Gf)(VI N O i- O c] d) bio A c C b J i cN IG n 6� )A r 1{I. `O r _ N %, )) i ti rl 'll �) Cam' r� `cc a) a a) +J G) DA .1.1 i�i C,} G7 n:a•'i! {Z, d) 4) rj +�-, I-+ E4 4) i � �i 1 I 5 �j, ti U GS1 I-+ C7' � t c-� Q) it O U O '� -d F•°•+ 1•''l •I.J put d) ,s✓ .�J 1( 4H 4) a W r� 1•� 1-V`°J (� �' •j a�va I �•'•, .y,,, •,.1 Q) a) co' Q+ i-� rj.i cd J N CJ (-f 'rte rn `rJ i� V r,.,' p t.}� d) .,.., •aa n U' cJ O 1'tl U �. f '1 U N k 3 '^� ri llJ •r::f f+ �.�.U " u} CCt ' '� }ti+ 7 ' �� r--+ b4'-f 1, �� C7 ' lT �.e y r-1 cc1 1 N �l v-1 F, U r rl :I �+'y F^, n) < (+ 'I) ' tN c+ N O cd ti r O\ ;;1� psr.±(.';.Jy•,.., rc•�"t`r�3�,j-i U J:c,.v^J=e I:i If CCr:IHU~t1 I y.'.GaO')'.t°.'}ifU Orr--.3,i_f }�U O•-c.*'�s'' •:�Cy d 1 +,.rdtc-c_]•)t. aiE ti'J d r r,__1f-.�--)i, cr) U t1'7�1 t.+N U�•.-,1 'CFU v+1, :�t�rA�f. •y U Gti)a �� ,-c�u N I �-o•, J 1 o Ri brd r.n W:: (, -+ �" <a C)) rata>-)J+';-rrcd rGCECL)O TI O O W) 0 V F� UU eJ'd)) r)' r.4 � CJ Cd O t ) r r-a d-, d-+ f a .,4 C) Cf7 U U U N J cJ) N A .0" t r j C .L a r- U v " � r�r - -1 ? i' Y l C) Q) ) t-1 d) � C3 R �f cq r14 ITI r-, r, Ir bf)O r , U dh'f- ++'0 1 G lf!i I !'• a) U tJ .0 "'L'3 t? H ✓� r...j .-1• G7` 4 v Wa i.pJ •V] i•A G] .*1-�' n �hy1 �) U of N rf,� 'ii``-�:`'L.?!�::•..,,)�:_t yl ll>°_,:„7:o t)' I I' °�.—f.c:n�', r1nc r"t l I KU U� ^..�1-J 1.,,��0.+r,r)� s FCC=5.7 4!, ��g 7,j� + f `r-c•)l H f ra .i`�v s +',�-C •�t4O`)1, eRC,i7.] O ary) �N Ri tiei"�c t� °+cC_c�+,+ �,dr,�� •;MU., �I F(�Sv i.C�d C ► ; CIO •. C.), a O j t-1 ) ,dD '� " y L� i Cd O •0 cl Cd �; c•J �Y: . e u E 4 N n cF N r d - O �o o O (-J 1 Cf) U O + N N U i f-? s t Cf i `+ u•. ���,a.�z JL .,�s��,�. W:a tai F-Ii -aoL•'scL•�.:�,�'s%Zya+.raa�c,cL.Z,+;pa'+rmrmur�a:,,.�ue-asrJ.xu�:,c�YL'�.ya:2P•etl u:LVUa•JC:::n,nr,c,mm.iar.,l:uccn,uc..:.�aslsn:uLLmlIIt iT„raaneax':e:,ru1:•fi�nzteamnr..u¢,;uaaa�im,rivteu<.uuuuu.:.e,:u:ao:r�,Ir�aur ��:sc.•;ax:an.u:ns.:.clzv+seu:u:�v.avr.-.;::um.,r,R ,rmcrcmnmu.:�snr ::� 1 JELL':ylLi rm.a:Aru'.,a•-,.'L��^.YL'14a=+2e:c luC:::1sL'i%J,:.r.�:s.•1^..mxL� _�� - 1 :.^.DVS!•.rLTi�4L'1.1V:i;pQjbZLSO�'•JOr.IYL`LP.:II]rlZ•JIL:{':3O CMl1.+......- 1•a 11 -.:.u]r1r.GlatZi':Iraua,IrRi• vLL•I.nsnaa:.n'TCnu�yprp. 7 y O i CO CN- 1•r. t�l•� c\l f� CV) [t`ii '•'thf •� 'C�• O �� 7ll ! j CO �� �° U `� r;•b' a i t Y O ' ter! �y , ff it CD 0. cr 00 CY) ' �r'a t C2 �S Ln 4 !. \jl LO �W. O !� cC. Cd CIJ rr ' ; r , f i U3 Ca,'" tl0] S1 3 � •.� a, 1:14 0 U r LJ zj j ir1 f 4� t x1i p! vi w. w� .d GLa N • Ed 04 4 R Ed "0 O O 4 Ed 00 !I ' � •� "9 _, u) U3 Et: 0 ccl O O =7 a0 -I*-U .�'f Ed O 0 b CCi -1) c CD �, U d) QJ +-' 4) t-+ ; ;7 � Q) %n • t f �1 U. 4) �� •� O 6) 4� .a u t~ Cr1 "o CJt Ed U ' d) o O U C� il) "' 10 \O W i Mw bq 11) C� LJ cn O ll O a �(� 00 Ed O 4-( O �j rt) 4-1 a •�. U 1r] �7 u,, ti c7 .4.4 C][ a r tlJ r] v 1 •`J N;� , O C) crj b Lam ' cry I� tti 0. ,t a Qy F34 V b0 N fj Ly - bq 4 U Q) � (O '•'� � O O 00 r) Gi y>1 i O U -. � U -, y�e C r� F rn. N v+. u)' CS ter _, - e 1 Ul Ed (v O c� 1[) u c'7 N r a1 �r «! r 1� L[ 9 I <cl 6y cd Ed �� 1 i t-I .W CU r-t ll ,7, Usw Fl, F-1 Cd 'I7 .� CCU d) PEj 0.f 4) CJ 4� �, U d) c, t]) rd I.y ; Cj Q) ,u� I.f .v CA 4) c� 'yI�l dl cd C) 1) Cy u, d) t�' U d) a iy ra:J 0 1-. Y-1 C.1 IT U 1--1 i' '•i-�' P• (�+ cd [r v, �' I a•i 1 r-1 U <, a.1 vi +J tl) i.., C/1 '•r C V. rn yrQ)`` r:: cc! -rj- 'I`r' a Ed Z[=J1 C7 •' U r •'L`' '� U ^M � w F+1 V U rC{' ,it ra� , �J ��'+ 0 � 0) •� .� •� y (d e.� [,_; d) O 43 d). o O l) 2{ t-r a.+ Ji fw iJ Q C (Di. n$ C CCl 1 (fit C7 bA C"t Cu`] rq •1-1 C9 d bA:a n u) t•-( 'J ar. U� ,r cJ U wq F• G „� •L7 p u) U !y O lI^1 d) GA 4) d) I'y «� c 0 Ed d) bf) °+ bl ' q t d) U 4) of S•j yy +.1 U br). 4) Y. U 42 .�; (�)( t-� r �� rn �y a+ 4-' U Q) aU. ' U ' ;F" (V 0 y d) k.l_a U •I..! Qa W rn Ti �y 0 •,-' -' -y T-t 'V/ 1 ctr rn j,� 4) �a.r, Ed d) C� 4 i CV •k� 1-�t N ,QJ) ,1-, Q) [, c) bA F F'" ++ • y ja [� it 4 1 y_, f1( r,) co. �5 G1a ) 1:1 + N �F {, v, Q) M� .�, �y O Iv "7 "' ,j i, f ,:, O G� c) + 1•( h +-' U O i7 y3 q y� i d) rF] �f�. v) �)t N b 1 ��) ,[� �. N a' [H Ft 4) 1 Q) O f-r , I i'3, �J 1 •.r QI d) C(j �y +a " ",'i.CC! 4) C� tr •c.t f '•rte .(� C� .H t1+ j ,r!:' r4)'•,_, •1-r 1 + U oy rl O �, ��••++ U ., 1 f 1( Y! Ciy �i l7 U «9 tFj, C=1 gw (1 43 4) °,-r y vY,'U.) ( 1•„1 , O C) ed W N Id 4) O Lt a ".3�^ ,-t G; o Q, L CI] �� ' "� 1-•,•M. ..-1 t"1 rr,11 r Q) N' i..r 34 1,:1 Y•1 '{� `I "-' ��+ ` ' CT ,_ W 1-1 [9 ^1 o G:, �+ (1) Gn bA c O ci� c I� U 371, u) 7 dl 1 Q) U) F-t yo O G H .s; O bA d V .� a). C w 1 t 41 .ti U U W, :.1 n u o r; v� U 4) r co 6'! (Z, 4) !d F- C. 0 ' .y U '.il U ^) (-+ F 1 U d) O cty , r t•. G O U 0 cn ,. ci ; `)' t., d) •"i j l "l.y C-3 (., l ' rn C) '0 fl) U 4) 4) C) C) ✓, "o q� {� b0' n_cr ct'1 0 C) u U o, a U on 'CJ �! . 1 a rt , t-. rn a.� r4 C) d) wr C(;. "d- :m 7) ( >� of F+ I 5- E— . 0 �.a .--1 U 1 C r Q) cV +� C> k., 'v.1 O ;> D U U [ ty 171 y r� O 4) (� 'i;� f� a vl r++ U w rfl .F� C>1 c El; ��Ca ct; I�,. C7 .-' %Zt r� C) �, 0 Q) c Cd 4) N h+ "� ,Q? y., N N 1 D cC ". �•ft +4 t •r-+ bA t� 4 a TJ .9+ U Pl r 'CJ �, U +•1 0, c� '� !� +� j Cj <: f-, 1 P c, CJ "U T C ,i d) t _ t"11 cry Q) I.a. 0 :�� 0 dJ I-t y U s. {-i h_• !�J I v j d) U r F, 4) �_� r•-a U) "( +� al u] v] .[ d) U c(f U E` e d) �� rn t +-i O N v) 6+ t, C, +: �i 8 rZ•r S' „Cy. ,_ � u � y i7 rn tl) co pia tl) rn a7 U) .. !t) o � 4) CV rn +-1 . > ) C1a �.0 1 i:i' Ed W cn 411 ,� N iQ-•)' U .,.a 7.i O 1> U � *� .,..t U co U) L cn D• °� C14'i'q 4.1 U rte, �1+ 4) cd 0 ,n ^� „� '�; c:t ) f-t O U Q) vi d) � Ed Ci tdt C-1 J''t 1.3+ v U :t 4) V1 �+ 'C) U •N y� �.., 4) .F: !d �4 �.J .,,� '~ ...a C Ed tnfV d) .i C\3 �i r11 , d) I + d) Gi W. vv F_t R) Gp .r�r.� da CA J '7 t 1;<<P G-t P [� i of ( "7 d rn t• U N C C� bA +.+ o r r` an N ui U 0 i . v G i se ", ►w b'1 �� � s iii O .l3 C) U C) t� w ! CJ { r d) Ri .r� , r N '''"•:v aaxcurs;rmrur_slzrtis7rs::GU:rtsr4.!:::ymmer v:.;e:urnc�sulir.Jru:raaa,,.4 C� U., r"�".1L•ll�l'.i'.pf.�'JT•iQrZ?J1LIL4 i'IU.^J[C44"SY':[4.19:C'1iLV1TJlCrSL^^+-a..•..._...Y_ F/ ��IYUR1l:WJn6iI:YCr.,[..�pt p�1.S1C19L::taCLLLI!3A�.1L.iLLCfrrs'IUL'��'ILCL'i V{r{r - 4tcrls xrrur�an,c.c;r¢'slaracul:nuvzucriarcmxeJ� y�� �- y�A - �. ��! � � d-�. . � ^ � �� �� - < . \�q . : � ��\ � y� �� _ ��. f . � 2 � 0 � \ � � � � � \_ � � . . � � � � � � � - � � � ® � � .\ \ � _ --- / � � \ �� t \ �g . � � � � �� f � / � � � j - 6 __ � - � \ \ � � ) . Q % ` \� § . � / k � . / .J , . I � , � I . ; , . � - ' � . � � . � . 002261 Local Business Tax Receipt L13mr Miami—Dade County, State of Florida —THIS IS NOT A BILL—DO NOT PAY 4549821 BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES MASTER MECHANICAL SERVICES INC RENEWAL SEPTEMBER 30, 2014 15181 NW 33 PL 4749843 Must be displayed at place of business MIAMI GARDENS FL 33054 Pursuant to County Code Chapter 8A—Art.9&10 ST<,•:.TYPE OF BUSINESS OWNER 1r: GENERAL MECHANICAL CONTRACTORPAYMENr RECEIVED MASTER MECHANICAL SERVICES INC BY TAX COLLECTOR i CMC057200 $45.00 07/09/2013 Worker(s) 4 TXHS1-13-018418 i i This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, f permit,or a certification of the holders qualifications,to do business. Holdei must comply with any governmental or nonanvernmental regulatory laws and requirements which apply to the business. The RECEIPT N0.above must be displayed on all commercial vehicles—Miami—Dade Code Sec Ba-276. For more information,visit www.miamidade.gov/taxcollector J P Department of Regulatory and Economic Resources A�1��®/4®E Small Business Development 111 NW 1 Street, 19L' Floor Miami,Florida 33128 T305-375-3111 F305-375-3160 Carlos A. Gimenez, Mayor CERT. NO: 15345 Approval Date:.06/26/2013-CSB;E Level 2 June 26, 2013 -Expiration Date: 06/30/2016 Ms. Joann Pinna MASTER MECHANICAL SERVICES, INC. 15181 NW 33rd PI Miami, FL 33054-0000 Dear Ms. Pinna: Miami Dade County Small Business Development (SBD) under Business Affairs, a division of the Department of Regulatory and Economic Resources (RER) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Small Business Enterprise in accordance with section 10-33-02 of the Code of Miami Dade County. This certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of June 26, 2014 and there are no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. Pursuant to the applicable section of the code as listed above, "once your firm has been decertified, your firm shall not be eligible to re-apply for certification for twelve-(12)months from the time of the decertification." If, at any time, there is a material change in the firm, including, but not limited to, ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business or physical location of the firm, you must notify this office, in writing, within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with goals. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. The directory for all certified firms can be accessed on the Miami Dade County RER website http://V'^hNki.miamidade.gov/business/business-certification-p,,og,-ams.asp. p u for doing business with Miami Dade County. ,Griff, Director Opportunity Support Services Small Business Development Division Regulatory and-Economic Resources Department(RER) -CATEGORIES: (Your firm may bid or participate on contracts only under these categories) MECHANICAL(CSBE) PLUMBING,HEATING,AND AIR-CONDITIONING CONTRACTORS(CSBE) c: Coralee Walkine-Taylor, Certification Specialist Veronica Clark, RER, SBD DBDR0020 v20130626 Department of Regulatory and Economic Resources h1 a4Nl I°®A®E Small Business Development 111 NW 1 Street, 191h Floor o, Miami, Florida 33128 Carlos A. Girnenez,Mayor T305-375-3111 F305-375-31,60 CERT. NO: 15346 Approval Date: 06/26/2013-SB-E June 26, 2013 Expiration Date: 06/30/2016 Ms. Joann Pinna MASTER MECHANICAL SERVICES, INC. 15181 NW 33rd PI Miami, FL 33054-0000 Dear Ms. Pinna: Miami Dade County Small. Business Development .(SBD) under Business Affairs, a division of the Department of Regulatory and Economic Resources (RER) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Small Business Enterprise in accordance with section 2-8.1.1.1.1 of the Code of Miami Dade County. This certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of June 26, 2014 and there are no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. Pursuant to the applicable section of the code as listed above, "once your firm has been decertified, your firm shall not be eligible to re-apply for certification for twelve (12) months from the time of the decertification." If, at any time, there is a material change in the firm, including, but not limited to, ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business or physical location of the firm, you must notify this office, in writing, within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with goals. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. The directory for all certified firms can be accessed on the Miami Dade County RER website http:/./www.miamidade.gov/bus.iness/business=certification-programs.;3sp. Thank ou for doing business with Miami.Dade County. ncerel Sheri cGriff, Director Business Opportunity Support Services mall Business Development Division Regulatory and Economic Resources Department (RER) CATEGORIES: (Your firm may bid or participate on contracts only under these categories) AIR CONDITIONING, HEATING AND VENTILATING ENGINEERING(SBE) PLUMBING MAINTENANCE AND REPAIR(INCLUDES TOILETS, ETC.)(SBE) HEATING,AIR CONDITIONING,AND VENTILATION MAINTENANCE AND REPAIR SERVICES(INCLUDING INSTALLATION)(SBE) AIR CONDITIONING, HEATING,AND VENTTLATIN(SBE) c: Coralee Walkine-Taylor, Certification Specialist r' ` DBDR0020 v20130626 S ' f 15181 NI 33 Place Miami FL 33054 TeL(305)825-3004 _ Fax:(305)825-1607 24 He Sen-ice.(305)940-6195 s CMC057200 CGC1506699 CMC056729 CFC1426279 Reference #1 Company Fine Line Contractors ; Product/Service Provided HVAC-Construction/AC Services ;Contact Name Bob Waskiewicz Phone Number 1-561-5827880 !Email I bobw @finelinecontractors.com Refe re qce'#2 !Company Brodson Construction Product/Service Provided HVAC Construction/AC Services Contact Name ITim Funke (Phone Number 1-305-5769909 (Email I tim @bro_d_sonconstruction.com I Reference #3 �Jcompany monroe-County Public Works (Product/Service Provided AC Service, Repairs and maintenance ,contact Name Robert Glassmer Phone Number 1-305-7971466 !Email glassmer-robert @monroecounty-fl.gov Sean,Pinna From: Espino, Sergio(SERGIO.ES-PI N•O @IRCO.COM] Sent: Friday, December 20, 2013 9:19 AM To: Sean Pinna Cc: Tina Pinna Subject: Trane Co.Letter To Whom it may concern: Please accept this e-mail as verification that Master Mechanical Services is in good standing with The Trane Air Conditioning Manufacturing Co. Master Mechanical is authorized to sell, install, service,repair and warranty the Trane Products. Any questions please don't hesitate to call. Thank you Sergio Espino Territory Manager Trane Residential Solutions Ingersoll Rand 21.03 S IN 3rd St. Pompano Beach, FL 33069 Phone: 305-597-5961 Cell: 786-423-7388 Fax: 954-949-2430 e-mail sergio.-espino(aD_irco.com www.trane.com r . 19113: 201 a 3 The information contained in this message is privileged and intended only for the recipients named.If the reader is not a representative of the intended recipient, any review,dissemination or copying of this message or the information it contains is prohibited.If you have received this message in error,please immediately notify the sender,and delete the original message and attachments. 1 Ll LENNOX Lennox International Inc. Maiiing Address: Telephone:972.497.5000 2140 Lake Park Boulevard P_O.Box 799900 Facsimile:972.497.6668 IN T E R N AT I ON A L Richardson,Texas 75080-2254 Dallas Texas 75379-9900 Lennoxinternational.corn December 20,2013 Master Mechanical Services Inc. 15181 NW Place Miami,FL 33054 Re: Lennox Authorized Mechanical Contractor To Whom It May Concern: This letter is to confirm that Master Mechanical Services Inc.is authorized to sell,install, service,repair,or warranty Lennox equipment.They are in good standing with Lennox. If there are any questions,please feel free contact me. Sincerely, Brian Slamon Commercial Territory Manager Telephone:_ 954.610.6156 Fax: 954.301.0400 Email: brian.slamon @lennoxind.com Carrier Enterprise ® ® 3250 Park Central Blvd.N. . Pompano Beach,FL 33064 ® Ph: (954)529-9824' Turn to the Experts. Fax: (954)692-9007 Heating&Cooling Systems Since 1904 12/20/13 To: Whom it May Concern Reference: Bryant/ Carrier Please accept this letter as confirmation that Master Mechanical Services Inc. is a Carrier and Bryant dealer approved and certified by us to install, sell and service Bryant and Carrier Heating and Air Conditioning systems. Should you require more information or have any further questions concerning Master Mechanical Services Inc., please do not hesitate to contact me directly. Respectfully Submitted, Account Manager Bryant/Carrier Enterprise Mobile: 305-525-6141 e-Mail: pab to.lopez@carrierenterp rise.corn TOWER ENTERPRISES OF FLORIDA AND THE CARIBBEAN,LLC t: MR GoodbwepO Friday,December 20,2- 013 Master Mechanical Services,Inc 15181 NW 33rd Place Miami FL,33054 Subject:Evapco(Miami Beach) To whom it may concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the representative of the cooling tower manufacturer as listed below.Master Mechanical contractors are capable of furnishing,installing, servicing and repairing Cooling Tower listed below: **EVAPCO** If you have any questions regarding the above, please do not hesitate to contact the undersigned. Sincerely, Quin Garcia Tower Enterprises of FL 2046 McKinley Street PHONE (954)920-8520 • • ` Suite 1 FAX - (954)920-8509 Hollywood,FL 33020 E-MAIL quing @towerenterpdses.net WEB SITE http://www.towerenterprises.net jWrINST0imi7m - • i • SUPPLY Fort. Lawderdale-,- Group Ft.Lauderdale•Dania Beach•Sunrise•Miami Lakes•Kendall•West Palm Beach•Boynton Beach•Boca Raton December 20th 2013 To whom it may concern: The purpose of this letter is to certify that Master Mechanical Services, business address: 15181 N.W 33 Place Miami, Florida 33054,is an approved vendor and in good standings for the purchase, repair,service and warranty for Johnstone Supply =Fort Lauderdale Group Including Bard equipment. Should you have any questions please feel free to contact me. Christopher Monge Account Manager Johnstone Supply Fort Lauderdale Group Cellular#786 444 8383 Chris.monge @iohnstonesupply.com __ , SUPPLY d'e' ale rod rl To Whom it may concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the equipment manufacturers as listed below. Master Mechanical is authorized to sell, install, service,repair and warranty the listed equipment: 1) Goodman 2) Janitr-ol 3) Bristol 4) Copeland 5) Florida Heat pump 6) Mitsubishi 7) Rheem Any questions please don't hesitate to call. Johanne Bueno General Manager Refri-Cool Appliance Corp. 1330 18th Street Miami Beach, Fl 33139 305-534-1463 305-534-6313 Fax FL- H, TtIEH f RGE Et1 FLORIDA IFORAiR GONDITION[UG 12/23/2013 To whom it may concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the distributor of,and subsequently the equipment manufacturers as listed below. Master Mechanical is authorized to sell,install,service, repair and offer parts and/or labor warranties as set forth by the equipment manufacturers for the following brands of equipment: 1) York 2) Friedrich Any questions please don't hesitate to call. Than k you, Chuck Eno/Sales Manager Florida Air Conditioning Distributors (954)917-7000 MmOm ON NE j S' To . SUPPLY Fort -� :. Ft.Lauderdale°Dania Beach•Sunrise•Miami Lakes°Kendall•West Palm Beach•Boynton Beach•Boca Raton December 20`h 2013 To whom it may concern: The purpose of this letter is to certify that Master Mechanical Services, business address: 15181 N.W 33 Place Miami, Florida 33054, is an approved vendor and in good standings for the purchase, repair,service and warranty for Johnstone Supply Fort Lauderdale-Group including Bard equipment. Should you have any questions please feel free to contact me. Christopher Monge Account Manager Johnstone Supply Fort Lauderdale Group Cellular#786 444 8383 Chris.monge@ioh nstonesupply.com UPPLY Fo v. era G'r9U AMP em, pg .rot U14 _C � UN To Whom it may concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the equipment manufacturers as listed below. Master Mechanical is authorized to sell, install, service,repair and warranty the listed equipment: 1) Goodman 2) Janitrol 3) Bristol 4) Copeland 5) Florida Heat pump 6) Mitsubishi 7) Rheem Any questions please don't hesitate to call. Johanne Bueno General Manager Refri-Cool Appliance Corp. 1330 18th Street Miami Beach, Fl 33139 305-534-1463 305-534-6313 Fax i FLI THE t L-W FORCE W FLORIDA FOR AIR CONDITIONING 12/23/2013 To whom it may concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the distributor of, and subsequently the equipment manufacturers as listed below. Master Mechanical is authorized to sell,install,service, repair and offer parts and/or labor warranties as set forth by the equipment manufacturers for the following brands of equipment: 1) York 2) Friedrich Any questions please don't hesitate to call. Than k you, &J4wW eom Chuck Eno/Sales Manager Florida Air Conditioning Distributors (954)917-7000 Sean Pinna Front: Espino, Sergio[SERGIO.ESP[NO @IRCO.COMI Sent: Friday, December 20,2013 9:19 AM To: Sean Pinna Cc: Tina Pinna SubjeCA: Trane Co.Letter To Whom it may concern: Please accept this e-mail as verification that Master Mechanical Services is in good standing with The Trane Air--Conditioning Manufacturing Co. Master Mechanical is authorized to sell,install, service,repair and warranty the Trane Products. Any questions please don't hesitate to call. Thank you Sergio Espino Territory Manager Trane Residential Solutions Ingersoll Rand 2903 SW 3rd St. Pompano Beach, FL 33069 Phone:305-597-5969 Cella 786-423-7388 Fax: 954-949-2430 e-mail sergio.esi2ino@irco.com www.trane.com 11913 TAME"20113 The information contained in this message is priAleged and intended only for the recipients named.If the reader Is not a representative of the Intended recipient, any review,dissemination or copying of this message or the information it contains is prohibited.If you have received this message in error,please immediately notify the sender,and delete the original message and attachments. 1 27 ME 1.7 9 STREET M Amy FL 33162 December 23, 1013 Re: hlastet-Mecltrtttic(tl Sel,pices To Whom It May Concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the equipment matiufacturers as listed below.Master Mecizanical is authorized to sell,install, service,repair and warranty the listed equipment: 1) Climate Master A iy questions please don't hesitate to call me directly. Thank you f Lazaro Masjuani Sales Department Phone 305-6523331 ►� Direct 786-363-5850 Fax 305-653-6528 f �. Liz Aiken From: Liz Aiken Sent: Thursday,January 30,2014 3:02 PM To: Sean Pinna Subject: FW:Delta Controls Tracking: Recipient Read Sean Pinna Read:1/30/2014 3:28 PM Liz Aiken Master Mechanical Services Inc. 15181 N.W 33 Place Miami, Florida 33054 Tel: 305.825.3004 x103 Fax:305.825.1607 http://master.thebluebook.com -----Original Message----- From: Ross Jimenez[maiito:riimenez@sfc-mia.com] Sent:Thursday,January 30,2014 2:47 PM To: Liz Aiken Subject: Delta Controls Liz, South Florida Controls has been the factory authorized dealer and installer for all Delta Controls products.As far as your company, Master Mechanical Services goes,you are in good standing to purchase parts,services,or repairs for existing Delta Controls systems from South Florida Controls. Please let me know if you have any questions or need any additional information from us. Thanks, , Ross Jimenez South Florida Controls I 1 Ll LENNOX Lennox Internallonal Inc. Malling Address: Telephone:972.497.5000 1 ltT B 0.HATIOHAL 2140 Lake Part,Boulevard P.O.Box 799900 Facsimile:972.497.6508 Richardson,Texas 75080-2254 Dallas,Texas 75379-9900 Lennoxinternationai.com December 20,2013 Master Mechanical Services Inc. 15181 NW Place Miami,FL 33054 Re:Lennox Authorized Mechanical Contractor To Wlxom It May Concern: This letter is to.confirm that Master Mechanical Services Inc,is authorized to sell,install, service,repair,or warranty Lennox equipment.They are in good standing•with Lennox.If there are any questions,please feel flee contact me. 'Sincerely, 1 Brian Slamon �� Commercial Territory Manager Telephone: 954.610.6156 Fax: 954.301.0400 Email: brian.slamon@lennoxind.com lennoxind.com . t BAR ry December 20,2013 To Whom it may concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the equipment manufacturers as listed below. Master Mechanical is authorized to sell,install, service,repair and warranty the listed equipment: 1) Goodman 2) lanitrol 3) Bristol 4) Copeland ♦r6, 5) Florida Heat pump l v1 6) Mitsubishi 7 Rheem Any questions please don't hesitate to call. Johann e Bueno General Manager Refri-Cool Appliance Corp. 133018th Street Miami Beach, Fl 33139 305-534-1463 305-534-6313 Fax Carrier Enterprise / r 3250 Park Central Blvd,N. Pompano Beach,FL 33064 ® Ph: (954)529-9824 Turn to the Experts. Fa)c (954)692-9007 Heating&Cooling Systems Srrrce 1904 12/20/13 t To: Whom it May Concern r, Reference: Bryant I Carrier Please accept this letter as confirmation that Master Mechanical Services Inc. is a Carrier and Bryant dealer approved and certified by us to install, sell and service Bryant and Carrier Heating and Air Conditioning systems. Should you require more information or have any further questions concerning Master Mechanical Services Inc., please do not hesitate to contact me directly. Respectfully Submitted, Account Manager Bryant/Carrier Enterprise Mobile: 305-525-6141 e-Mail: Pablo.lopez®carrierenterprise.com TOWER EN`T`ERPRISES OF FLORIDA AND THE CARIBBEAI\T,LLC Friday,December 20,2013 Master Mechanical Services,Inc 15181 NW 33fd Place L� Miami FL,33054 Subject:Evapco(Miami Beach) i� To whom it may concern: ��ff Please accept this letter as verification that Master Mechanical Services is in good standing with the representative of the cooling tower manufacturer as listed below.Master Mechanical contractors are capable of furnishing,installing, servicing and repairing Cooling Tower listed below: **EVAPCO** If you have any questions regarding the above,please do not hesitate to contact the undersigned. Sincerely, Quin Garcia Tower Enterprises of FL 2046 McKinley Street PHONE (954)920-8520 • • 1 Suite 1. ..;: :.;: FAX (954)$20.;8509 . ptat�02QHoUywood,FL-33' E WEB SITE..::: '.hgtutip n: .; g//@tintoritivv.troewnteerrepnritseerps,r.ritss��t s .net Williams, Steven - Procurement From: Liz Aiken <LAiken @mastermechanicalservices.com> Sent: Thursday,January 30, 2014 1:46 PM To: Williams, Steven - Procurement Cc: Sean Pinna Subject: FW:IT8#20-14-066 HVAC: manufacturer letters Attachments: 20140130134659109.pdf Man 4 �aRa • ! 9fxB 15181 N.W 33 Place Miami, Florida 33054 Tel: 305.825.3004 x103 Fax: 305.825.1607 hyp.Ilmaster.thebluebook.com From: Sean Pinna Sent: Thursday, January 30, 2014 11:04 AM To: Liz Aiken Subject: Fwd: ITB #20-14-066 HVAC: manufacturer letters Sent from my iPad 1 27 ME 179 STREET MIAMI FL 333162 December 23, 1013 Re: Mastei-Mechanical Set-vices To Whom.It May Concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the equipment manufacturers as listed below. Master Mechanical is authorized to sell,install, service,repair and warranty the listed equipment: 1) Climate Master Any questions please don't hesitate to call me directly. Thank you f Lazaro Masjuan , Sales Department Phone 305-652-3331 Direct 786-363-5850 Fax 305-653-6528 F l JOHNSTONE • • SUPPLY Fort Lauderdale _ Ft.Lauderdale•banla Beach•Sunrise•Mlanil Lakes•Kendall•West Palm Beach•Boynton Beach•Boca Raton December 20"2013 To whom it may concern: The purpose of this letter is to certify that Master Mechanical-Services,business address:15181 N.W 33 Place Miami,Florida 33054,is an approved vendor and in good standings for the purchase,repair,service and warranty forJohnstone Supply .Fort Lauderdale Group including Bard equipment. Should you have an questions lease feel free o contact me. Y any p Christopher Monge Account Manager Johnstone Supply Fort Lauderdale Group Cellular##786 444 8383 Chris.mongeAiohnstonesupply.com JOHNS O E fort Lauderdale Group ARM FOR THE NEW FORGE IN FLORIDA FOR AIR CONDIHIONINO 12/23/2013 To whom it may concern: Please accept this letter as verification that Master Mechanical Services is in good standing with the distributor of,and subsequently the equipment manufacturers as listed below.Master Mechanical is authorized to sell,install,service,repair and offer parts and/or labor warranties as set forth by the equipment manufacturers for the following brands of equipment: 1) York/Johnson Controls . L 2) Friedrich f' Any questions please don't hesitate to call. E ' r Than k you, - ' r Chuck Eno/Sales Manager ``; t C tx Florida Air Conditioning Distributors :(954)917-7000 2, CHEkkOFF Manufacturer's Representatives�cyury�r�tr�5�o�r<�; of Food Service Equipment and Supplies 3308 Park Central Blvd.North o Pompano Beach,FL 33064 Tel:(954)972-1414®(800)226-7600 o Fax:(954)972-4214 February 5, 2014 To Whom It May Concern, Master Mechanical Services, Inc has been a customer of Chernoff Sales, Inc. since May if 2013. We are a Manufactures Representative for Ice-O-Matic. Master Mechanical purchases parts and equipment from us for installation, repair and service. Their account with us is in good standing. Thank you, Yvonne Hurst C/ Accounting Department Chernoff Sales, Inc. 954-703-8202 r, � f VI 0. 8 . SUPPLY Fort, Lauderdale rawoup Ft.Lauderdale^Dania Beath-Sunrise-Miami Lakes.Kendall^West Palm Beach•Boynton Beach•Bata Raton December 20th 2013 To whom it may concern: The purpose of this letter is to certify that Master Mechanical Services,business address:15181 N.W 33 Place Miami,Florida 33054,is an approved vendor and in goad standings for the purchase,repair,service and warranty for Johnstone Supply Fort Lauderdale Group including Coleman and Bard equipment. l�N Should you have any questions please feel free to contact me. Christopher Monge Account Manager Johnstone Supply Fort Lauderdale Group Cellular#786 444 8383 Chris.monge@iohnstonesupl)lv.com JOHNSTONE .SUPPLY Fort Lauderdale Group BROPHY ASSOCIATES INCORPORATED(DBA) DIRECT DIGITAL CONCEPTS 7275 N.W. 741h STREET MIAMI, FLORIDA 33166 PHONE(305)888-7767 FAX(305)887-7342 � � F February 7,2014 TMaster Mechanical Attn: Liz , r. Re.: City of Miami Beach - Liz,Brophy Associates d/b/a Direct Digital-Concepts has been the authorized factory representative for Barber Colman controls now known as Schneider of over 40 years in the South Florida market, Our corporation is presently staffed by engineers as well as factory trained techilicialis on all systems represented. We also represent other controls lines including KMC. This letter confirms the fact that Master Mechanical is ail authorized contractor to procure from Direct Digital-Concepts the following manufacturer's equipment: 1) Barber Colman Controls 2) Scluieider I/A series 3) Belinio products 4) Veris products 5) KMC controls B) Square D variable fieguency drives 7) Olunleoil If you have any questions or need additional information please feel free to contact us. Sincerely, Robert:Lopez P.F. RL Page IofI f Liz Aiken From: Liz Aiken Sent: Wednesday, February 05, 2014 2:38 PM To: Sean Pinna Subject: FW:Invensys Eurotherm Controls Attachments: Eurotherm Linecard.pdf,1 Southeast Process Line Card.pdf • 15181 N.W 33 Place Miami, Florida 33054 Tel: 305.825.3004 x103 Fax:305.825.1607 http.,Ilmaster.thebitiebook.com From: Rick f maiIto:rick@seprocess.com] Sent: Wednesday, February 05, 2014 2:35 PM To: Liz Aiken Subject: Invensys Eurotherm-Controls Liz, This is notification that Master Mechanical Services may purchase equipment or parts to support and handle repairs for the following Invensys Eurotherm products. Action instruments Barber Colman Chessell Recorders Continental Relays (;,�'� Eurotherm Controls ul" Foxboro Let me know if I can help further or if you have any questions. Thanks, Rick Barber https://www.youtube.com/watch?v=YGGFZmVbF6U--EPack--New Product! https://www.youtube.com/watch?v=mGbMh aT-1w—Versadac--New Product! i Southeast Process Heat and Control, Inc. PO Sox 3570 Spring Hill,R 34611 14032 Boulder Creek lane Hudson, FL 34'667 j (727)-861-3410 (727)-861-3412 Fax rick.@se.oroc-ess.com www.seprocess.com i I 2 ne, n s•.,-j s- Leine C"ard Eu roth e rm www. Etirotherm.com 44621 Guilford Drive Suite 100 Ashburn,VA 20174 PID.ControRers,1"4icatomisA-HMI is : PID 6hti-I e"es""""' .,.With th�.�6'hi6hl. o Y.pr!pql�9, ib a 0- IN I a ra Ye Incl N �.UUMI FuI11 customizable Y icustolm. ) _HMI(R6hGUln a.- r P r 49. Ile RE 1, u:,7 'Recorders&Data Manac aement ........................ ij4,a.ccqrate.r .Qrq!pg _:St devices Offer b 'etits.$UcWaQ I MRC G rpoh' I f Uth scr_e-'eIn','a�n­d pa'p. MIJUMV er models ata'an remQ Qview;ng En'iegri a � fi urxion so vare. O g 9 qg n incl-did" r. ,X-21 12 r B 4 r r 2 NI -MEN MR 411WON-4 g9w Probes&Actuators ......... A On in. This liable' ii'' stre'nqth::.,,? fle -5 re me M U CtS. "I "'d line o IN,i .:pro jr�ea�q.r W py!qhtwit t e illan ta h"h'' a rsk priagisolaugg'. i e ran f d I' ij ors A WIN, Ist _qe..o in ustrip act ators,%.--..J ie�: VrNi �,Wayyajye.66.8. _CC YIULU O"R W. ft wNR _qanq A -�L-R,B .......... 41-1 r Scan the orange QR codes with your smart phone to view more information about these products. Southeast Process Heat and Control! Inc. P,O, Box 3570 P CONTROL,INC. Spring Hill, Florida 34611 (727) 861 -3410 Estabilshed 1982 (727) 861 -3412 FAX soles(@seprocess.com EEauipment for Plastics Industry I I •c:a � __ i 7 ) l_J 9 I j•-?'.fin v:�'. OzO�B-� :�::.�:;9.:.:��....4u 40404400 Maco—Machine Control Systems Single and Multi-Loop Temperature Hot Runner for Plastics Industry &Process Controllers Temperature Controllers Plastics Extrusion Pressure r Transducers&Transmitters Plastics Extrusion Rupture Discs Solid State Relays&Contactors _ 1`y • 1--,-r Cast In Heaters of Aluminum Mica,Ceramic and Thermocouples and Accessories and Bronze Aluminum Band Heater 4. Q r-. _._ -- - -- m. '=�+:i :: F !,�•�i ''_;if<-�,'�l.'-�%�- -F:.a3 a:.4.<._`y S�;,r;',. r.sq.;: .......... Dc . - •y v-. a}S .e2 Watt-Flex Split Style Cartridge Heater insulation Blankets AC&DC drives Metal Heat Treat and other Process Industries >.� Too]Room,Small/Medium Industrial Heat Treating Furnaces Batch and Conveyor Ovens Production Furnaces � a Flol .p� , -S•_ [_' '�.} yeti- }-` �.•. �--�t.a, �'S�':Flt2V ^. •,rf .aT Mme'+ 7 �*',�'�a'cr`. ` �• 1, a� l'j fiJa-'1ryT 62.2�•_�� _�2�/' � � 71 Infrared Thermometers, _.-'---•---........ ......._......_. Aluminum Extrusion Control Systems Epower and Power Controllers Nanodac,Graphic&Paper Chart ] Recorders,Data Recorder Software •fy 1111 ! Z Signal Conditioning,Isolators Carbon Probes,Oxygen Probes,Monitors Thermocouples&RTD's TRY .` Globe Valve Bodies, Assembled or Packaged Repairs,Service&Support Valve Actuators,Linkage Process Heating Systems Other Manufacturers Distributed:Action Instruments, Barber Colman, Bucan, Chessel, Clepco,Continental, Dalton Electric, Durex, Dynisco, Eclipse, ERO, Eiirotherm, Exergen,Fast Heat, Foxboro, Glenro, Instrucon, Lucifer, Omron, OneHalf20, Process Technology, Red Lion, RKC, Solar, SSD Parker Hannifan, Tempco, Unitherm, Watlow, Westwood, Williams Industrial Furnace, Williams Industrial Furnace, Williamson, Wisconsin Oven. r Williams, Steven e Procurement From: Tina Pinna <TPinna @mastermechanicalservices.com> Sent: Tuesday, February 11, 2014 12:53 PM To: Williams, Steven - Procurement Cc: Liz Aiken; Sean Pinna;JoAnn Pinna Subject: Request to be Withdrawn from Catgory 22 ONLY (Explorer--Controls)ITB#20-14-066 Attachments: cat22_wd.pdf Good Afternoon- Please find attached letter asking to be withdrawn from Category 22 ONLY on ITB#20-14-066. There is only one approved vendor in the South Florida, Engineer Control Systems. I have provided their contact information on the letter. Thank you and please let me know if you need any additional information. Ana 7'Mna 4s u �rre. 15181 N.W 33 Place Miami, Florida 33054 Tel: 305.825.3004 x105 Fax: 305.825.1607 h ttp://master.thebluebook.com 1