Loading...
21-145-01 A.B. Fire Equipment Inc Fully Executed Award LetterCONTRACT NO. 21-145-01 We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: dave@abfire.com July 8, 2021 Dave Randolph A.B. Fire Equipment, Inc. 2756 NW 19th Street Pompano Beach, FL 33069 Phone: 954-973-8054 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021-145-AY FOR THE ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLER AND FIRE SUPRESSION SYSTEMS Dear Mr. Randolph: On May 26, 2021, A.B. Fire Equipment, Inc. (the “Contractor”) submitted to the City of Miami Beach, Florida (the “City”) a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the award of the ITB shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its June 23, 2021 meeting, approved the City Manager’s recommendation, pursuant to the ITB, to award a contract to A.B. Fire Equipment, Inc. for the following groups: Group A, B and C – Primary Contractor For a list of awarded Groups refer to Exhibit A attached hereto. It is important to note that no services may be performed until such time as insurance has been received pursuant to the ITB and the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305-673-7490 ext. 26905. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Santiago Sellan, Facilities Management Division, Facilities and Fleet Management Department at santiagosellan@miamibeachfl.gov or 305-673-7000 ext. 22126. Sincerely, Alex Denis Director Procurement Department AD/ME/VV DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 EXHIBIT A AWARDED GROUPS ITB-2021-145-AY Fire Sprinklers and Suppression Systems DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 ATTACHMENT A COMMISSION AWARD MEMO DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 Do c u S i g n E n v e l o p e I D : 4 7 7 A D 5 C 6 - 6 3 6 6 - 4 5 D B - 9 4 3 F - A E 2 D 1 D 6 C 7 8 B 4 ATTACHMENT B ADDENDA AND ITB SOLICITATION DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE May 21, 2021 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is on Friday, May 28, 2021, until 3:00 P.M. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: • Dial the Telephone Number: 786-636-1480 • Enter the Conference ID No: 605 359 522# All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. ATTACHMENTS Exhibit A: ITB 2016-004-MT Cost Proposal form Exhibit B: Inspection Reports and systems list. III. RESPONSES TO QUESTIONS RECEIVED Q1: Who is the current service provider and what is their pricing? A1: The current service provider is National Fire Protection, LLC. Please refer to Exhibit A. Q2: What is the current rate? A2: Please refer to Exhibit A. Q3: Is it possible to get the manufacturer's name, system size, room protected, etc. for each system? A3: Please refer to Exhibit B. Q4: Would it be possible to acquire the past inspection reports related to the inspection, and testing of each system. This should also have the manufacturer's model, system cylinder size, control panel model number, as well as number of devices associated with each system? A4: Please refer to Exhibit B. Q5: Is it possible to acquire the manufacturers name, and model, for the fire alarm system each system is connected to within the building it resides? DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE A5: Please refer to Exhibit B. Q6: Can we get photographs of each system's cylinder or cylinders, system control panel, and possibly a visual of each hazard, or room protected? By acquiring this information we should be able to tell if each system is equipped with liquid level indicators, or if each cylinder will require being weighed during the inspections as required by the N.F.P.A. 2001 Standard. A6: There are no photographs or visuals available. However, please refer to Exhibit B, the inspection reports for the systems in each location. Q7: On all of the groups, there are listed as Quantity 1 for each location. What is the process if it is identified after award that the quantity was incorrect? Is the bidder able to charge the unit pricing for additional units identified? A7: The quantities listed in the cost proposal form are estimated; if additional inspections are required at a location, the services will be provided at the unit cost provided per location. Q8: Do the bidders have to bid on each group in order to be considered, or will it be acceptable to bid only certain groups? Furthermore, will multiple vendors be chosen or will it be awarded as “All or nothing”? A8: Bidders are not required to bid on each group in order to be considered. Please refer to Section 0100 “method of award”. Q9: Can you send inspection reports for the identified locations? A9: Please refer to Exhibit B. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk’s Office at RafaelGranado@miamibeachfl.gov Contact: Arju Yudasto Telephone: 305-673-7490 ext. 26695 Email: ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Denis Procurement Director DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 3 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE EXHIBIT A: ITB 2016-004-MT Cost Proposal Form DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 4 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE EXHIBIT B: Inspection Reports and Systems List DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 ` ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO BIDDERS ..................................................................................... 0200 GENERAL TERMS AND CONDITIONS ......................................................................... 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT .............................................................. APPENDICES: APPENDIX A MINIMUM REQUIREMENTS, SPECIFICATIONS, AND SPECIAL CONDITIONS APPENDIX B COST PROPOSAL FORM APPENDIX C INSURANCE REQUIREMENTS DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective Bidders to submit their qualifications, proposed scopes of work and cost proposals (the “bid”) to the City for the City’s consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations o f the Bidders and, subsequently, the successful Bidders(s) (the “contractor[s]”) if this ITB results in an award. The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Proposer who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s), for the annual inspection, testing, certification, repair and maintenance of fire sprinklers, and fire suppression systems for the City of Miami Beach (the “City), in accordance with the prescribed specifications and requirements in Appendix A. The City desires to receive bids from qualified contractors for the inspection, recertification, and maintenance as designated throughout the City. Interested vendo rs are invited to submit bids in response to this ITB. The City’s current contract for these services expires in May 2021. The estimated annual budget for this project to be $70,000.00. Duration of entire contract (with renewals, if exercised by the City ) will be an estimated total of $210,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued April 29, 2021 Pre-Bid Meeting Friday, May 7, 2021 @ 10:00AM ET Dial-in Instructions: Dial the Telephone Number: +1 786-636-1480 Enter the Meeting Number: 286 921 168 and then press the pound (#) key Deadline for Receipt of Questions Monday, May 17, 2021 @ 5:00PM ET DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 Responses Due Wednesday, May 26, 2021 @ 3:00PM ET Tentative Commission Approval Authorizing Award June, 2021 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7000, ext. 26695 arjuyudasto@miamibeachfl.gov Additionally, the City Clerk is to be copied on all communications via e -mail at: RafaelGranado@miamibeachfl.gov; or via 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 ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. Attendance for the pre-bid meeting shall be via telephone and recommended as a source of information but is not mandatory. Bidders interested in participating in the pre-bid meeting must follow these steps: (1) Dial the TELEPHONE NUMBER: 786-363-1480 (2) Enter the MEETING NUMBER: 286 921 168# Bidders who are participating via telephone should send an e -mail to the contact person listed in this ITB expressing their intent to participate via telephone. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre - submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. Any prospective bidder who has received this ITB by any means other than through BidSync must register immediately with BidSync to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of the bid submittal. Written questions should be received no later than the date outlined in the Anticipated ITB Timetable section. 7. BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the bidder from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary co nsideration on the part of the bidder. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the “Cone of Silence.” The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida . Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 9. METHOD OF AWARD. 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 b id items, as deemed in the best interest of the City, to the City Manager for his consideration. 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. The City Commission shall consider the City Manager’s recommendation(s) and, may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 10. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety , beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. 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. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non -exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 11. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 12. OMITTED OR ADDITIONAL INFORMATION. Failure to include the Bid Price Form and the Bid Bond (if applicable) shall render a bid non-responsive. Non-responsive bids will not be considered. With exception of the Bid Price Form and the Bid Bond, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from bidder or other s ource(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 to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City’s request shall result in proposal being deemed non -responsive. Balance of Page Intentionally Left Blank DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 SECTION 0200 GENERAL TERMS AND CONDITIONS TERMS & CONDITIONS –SERVICES. By virtue of submitting a bid in response to this solicitation, proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated April 13, 2020), incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES ONLY. Bids must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals. The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments. All do cuments should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder’s responsibility to assure that its bid, including all attachments, is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990 -9339 (toll free) or S2G@periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Cost Proposal Form (Appendix B) 3. OMITTED OR ADDITIONAL INFORMATION. The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix B), Bid Submittal Questionnaire (submitted electronically), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, bid submittal questionnaire, or Bid Bond (if applicable) completed as required and fully executed shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC BID FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of bids, it is strongly recommended that bids be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic bid shall be submitted through the “Line Items” attachment tab in Periscope S2G. BID PROPOSAL. The Bid Proposal is to include the following: DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 • TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2 Documentation indicating compliance with Minimum Eligibility Requirements (Appendix A, Section C1). Balance of Page Intentionally Left Blank DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 APPENDIX A ________________________________________________________________________ Minimum Requirements, Specifications, and Special Conditions ________________________________________________________________________ ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Bidders that fail to comply with minimum requirements shall be deemed non -responsive and shall not have its bid considered. 1. Bidder shall be licensed by the State of Florida or Miami Dade County, as applicable, to perform the work, to be considered for award The qualified bidder shall hold all required licenses at the time of the bid and throughout the term of the project in order to provide the scope of work as set forth in the bid documents . Submittal Requirements: Provide proof of license from the State of Florida or Miami Dade County C2. Statement of Work Required. The purpose of this solicitation is to establish a contract for the procurement of services for fire sprinklers and fire suppression systems including the annual inspection, testing, certification, repair, maintenance and parts at various City of Miami Beach facilities in conjunction with the City’s needs. The Contractor must provide all labor, supervision, materials, equipment and supplies necessary to perform said services. The services are divided into multiple groups: Group A Fire Sprinklers, Fire Pump, Standpipe Systems; Group B Fire Backflow Preventers Systems; Group C Hood Suppression Systems Testing Inspection Services; and Group D Clean Agent Fire Suppression Systems Testing Inspection Services. Bidders are required to submit pricing for all locations within a group but do not have to submit pricing for all groups. GROUPS A and B: Bidders shall provide pricing to include annual inspection and certification service, for the fire sprinkler system, to include fire pump start-up and testing, for each facility listed on the applicable bid form. All maintenance repairs, testing and inspection procedures will be in accordance with National Fire Protection Association NFPA 25 latest edition (Standard for the Inspection, Testing and Maintenance of Water Based Fire Protection Systems), and the Uniform Fire Safety Rules and Standards. All fire pumps shall be inspected with the latest edition and certified annually in accordance with NFPA 20 Standard for Installation of Stationary Pumps for Fire Protection and NFPA 25. GROUP C: Bidders will supply a line item annual inspection service charge for each facility listed on the applicable bid form. All maintenance, repairs, testing and inspection procedures of the hood suppression systems will be in accordance with National Fire Protection Association NFPA 96 latest edition (Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations), Florida Fire Prevention Code, and the manufacturer’s instructions. GROUP D: Bidders will supply a line item annual inspection service charge for each facility listed on the applicable bid form. All inspections, testing, maintenance and repair of the clean agent fire suppression systems will be in accordance with NFPA 2001 (Standard on Clean Agents Fire Extinguishing Systems), Florida Fire Prevention Code, and the manufacturer’s instructions. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 Emergency Services. Emergency Services are defined as work that is required in response to a natural or other disaster and shall be based on an as needed basis (per service rate). Pre-qualified vendors in the Emergency Services categories may be co ntacted on occasion in response to a natural disaster or other disaster at the proposed per service rates. The City reserves the right to exercise its discretion in making the determination as to what time the contract will be activated. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. Upon notification by the City of Miami Beach, Contractor shall be immediately available via a twenty-four (24) hour, seven (7) days per week telephone service. It is expected that non-scheduled request for service (emergency calls, etc.) shall be responded to within two (2) hour after the call is made to the service line or directly to the Contractor. Contractor shall supply the name and telephone numbers, cellular and office, of at least two (2) company individuals with the authority to make management decisions and who can be reached at any time. The City may request additional work subject to mutual agreement. The cost and expenses will be submitted to the City for approval in a cost proposal by the Contractor. C3. Specifications The following is a listing of all of the facilities by group: Site Number Facility Name Address GROUP A - FIRE SPRINKLERS, FIRE PUMP, STANDPIPE SYSTEMS SERVICES 1 Fleet Management Maintenance Facility 140 MacArthur Causeway 2 South Pointe Park Buildings (3) bldgs 1 Washington Avenue 3 7th Street Municipal Parking Garage 100 7th Street (7th St & Collins) 4 Beach Patrol Headquarters/Art Deco/Auditorium 1001 Ocean Drive 5 South Shore Community Center 833 – 6TH Street 6 Miami Beach Police Department 1100 Washington Avenue 7 Historic Old City Hall 1130 Washington Avenue 8 Pennsylvania Garage 1661 Pennsylvania Avenue 9 16th Street Municipal Parking Garage 100 16th Street 10 Miami Beach City Hall 1700 Convention Center Drive 11 1755 Meridian 1755 Meridian Avenue 12 Bass Museum 2100 Park Avenue 13 Public Works Maintenance Facility 451 Dade Boulevard 14 Fire Station No.2 (Rescue Building) 2310 Pinetree Drive 15 Fire Station No. 2 (Admin. Building) 2300 Pinetree Drive 16 Scott Rakow Youth Center 2700 Sheridan Avenue 17 42nd Street Parking Garage 42ndStreet and Sheridan DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 Avenue 18 North Shore Park & Youth Center 501 – 72nd Street 19 Byron Carlyle Theatre 500 -71stStreet & Carlyle Avenue 20 Fire Station No.4 6880 Indian Creek Drive 21 Miami Beach Golf Club 2301 Alton Road 22 Normandy Shores Golf Club 2401 Biarritz Drive 23 Sunset Harbor Garage 1900 Bay Road 24 777 Building (City Hall Annex) 1701 Meridian Avenue 25 Colony Theatre 1040 Lincoln Road 26 Collins Park Garage 340 – 23rd Street 27 Property Management Facility 1833 Bay Road 28 Unidad Senior Center 7251 Collins Ave 29 Shane Rowing Center 6500 Indian Creek Drive GROUP B – FIRE BACKFLOW PREVENTERS SYSTEMS SERVICES 1 Fleet Management Maintenance Building 140 MacArthur Causeway 2 7th Street Parking Garage 7th Street & Collins Avenue 3 Beach Patrol Headquarters/Art Deco/Auditorium 1001 Ocean Drive 4 South Shore Community Center 833 – 6th Street 5 Miami Beach Police Department 1100 Washington Avenue 6 16th Street Parking Garage 16th Street & Collins Avenue 7 Miami Beach City Hall 1700 Convention Center Drive 8 Bass Museum 2100 Park Avenue 9 Fire Station No.2 (2) buildings 2310 Pinetree Drive 10 42nd Street Parking Garage 42ndStreet and Sheridan Avenue 11 Byron Carlyle Theatre 500 -71st Street &Carlyle Avenue 12 Sunset Harbor Garage 1900 Bay Road 13 Colony Theatre 1040 Lincoln Road 14 Collins Park Garage 340 – 23rd Street 15 1755 Meridian 1755 Meridian Ave 16 Pennsylvania Garage 1661 Pennsylvania Ave 17 777 Building (City Hall Annex) 1701 Meridian Ave 18 Property Management Facility 1833 Bay Road 19 Unidad Senior Center 7251 Collins Ave 20 Shane Rowing Center 6500 Indian Creek Drive 21 South Pointe Park Buildings (3) bldgs 1 Washington Ave DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 GROUP C - HOOD SUPPRESSION SYSTEMS SERVICES 1 Fire Station No. 1 (Two (2) Buildings) 1051 Jefferson Avenue 2 Fire Station No. 3 5303 Collins Avenue 3 Fire Station No. 4 6880 Indian Creek Drive 4 Bass Museum 2100 Park Avenue 5 Miami Beach Golf Club 2301 Alton Road 6 Normandy Shores Golf Club 2401 Biarritz Drive 7 Fire Station No. 2 2310 Pinetree Drive GROUP D- CLEAN AGENT FIRE SUPPRESSION SYSTEMS SERVICES 1 Fire Station No. 2 (2) bldg. 2310 Pinetree Drive 2 Miami Beach City Hall 1700 Convention Center Drive 3 Public Works Maintenance Facility 451 Dade Blvd 4 MBPD – North End Substation 6840 Indian Creek Drive 5 Parkview Towers 7441 Wayne Ave 6 Council Towers 1040 Collins Ave 7 Miami Beach Police Department 1100 Washington Ave C3.1 The following is a listing of all of the equipment by group: GROUP A – FIRE SPRINKLERS (Makes and model(s) will be identified after site inspection and provided via addenda). GROUP A – FIRE PUMPS Manufacturer Model # GPM RPM Driver Controller Jockey Pump Manufacturer Serial # Aurora 9865912 500 3,530 Us Electric Motor Clark Grundfos CrR-2 Peerless 3ABF9 500 3,540 Westinghouse Hubbell Domestic Make – up N/A Peerless 5ABF8J 1,000 3,520 Lincoln Guard Fireprol MTH Tool 86-15731 ITTAC Pump 8100 500 3,550 Marathon Cutler Hammer MTH Tool 16B7167 Peerless 4AFF12 500 2,350 Clarke Firetrol Grundfos CR-2 Fairbanks Morse 1824BF 1,250 1,770 WEG Metron Aurora NA-09N Aurora 3-481- 10 500 3,560 Marathon Clark Aurora N/A Faibanks Morse 1591BF 500 3,500 NIDEX Motor Metron Aurora N/A DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 GROUP A – STANDPIPE SYSTEMS Type of System Length of Hose Type of Hose Number of Hoses Pump Class II 100 ft. Rubber 8 Electric Class III 100 ft. Rubber 8 None Clsss III 100 ft. Rubber 2 None GROUP B – BACKFLOW PREVENTORS Type of Assembly Size Manufacturer Model Serial # DC 6” Ames 2000BM3 32503 RPDA 6” Ames 500N-BF mc-1550 TBD 4” Ames 3000SS 125085 GROUP C – HOOD SUPPRESSION Model PCL300 GROUP D – CLEAN AGENT FIRE SUPPRESION (Makes and model(s) will be identified after site inspection and provided via addenda) C3.2. RECORD KEEPING REQUIREMENTS The successful bidder(s) must provide and maintain inspection logs of all equipment maintained at each site and provide a detailed monthly report summary of inspections, maintenance and repairs to the City of Miami Beach, Property Management Division, Contract Administrator. All fire protection systems and equipment must be tagged as required by Florida Statue 633 and appropriate State Fire Marshal’s Rule (69A). The detailed report summary shall include at a minimum the following information: 1. Facility Address 2. Equipment Type 3. Tag # 4. Date Serviced, Tested, or Inspected 5. Date Due for Service, Testing or Inspection 6. Remarks (e.g. repairs or parts replaced) The successful bidder(s) of all categories of fire safety systems listed below shall be responsible for notifying the City of Miami Beach, Property Management Division’s Contract Administrator of obsolete, non-repairable, vandalized, or missing equipment requiring immediate or anticipated replacement within 24 hours of discovery. C3.3. MALFUNCTIONS DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 In the event of any life safety system (fire alarm control panel, annunciators, advisory any strobe lights) malfunctions at any of the below City facilities, whether due to malfunction, testing, maintenance, or repair, the contractor must immediately notify the Contract Administrator. 1. Police Department 911 Non-Emergency Operator 2. Fire Department Operations Office-Dispatch 3. Property Management 4. Risk Management 5. Property Management The contractor must restore the malfunction system to full function as soon as possible to minimize the time the City’s facility is unprotected by the system malfunction. Upon completion of any repairs or maintenance, the contractor must submit written confirmation/certification to the Property Management Division Director or designee that the system has been completely restored. C3.4. INTERVENING REPAIR CALLS Contract shall include repair calls made outside the normal inspection period. Such services shall be conducted during the contractor’s normal business hours, and within eight (8) working hours after receipt of repair request. Only repair requests originating from the City of Miami Beach’s Property Management Director or designee shall be responded to by the contractor. The contractor shall inform other City departments requesting maintenance and/or repair to forward their request directly to the City’s Property Management Division for disposition. This part of work will be quoted on a time (hourly labor rate) and materials (at cost) basis. C3.5. REPLACEMENT PARTS & EQUIPMENT Contract shall include request for replacement of parts and equipment. All replacement parts shall be submitted in writing, prior to purchase or installation by the contractor, for approval by the City’s Property Management Division, Contract Administrator. The request shall show part number, description, model number (if applicable), manufacturer or distributor, and cost to the City. Manufacturer and distributor price lists shall be supplied to the City of Miami Beach Property Management Division upon request. Bids for parts and supplies shall be submitted at the successful bidder’s cost. Evidence of said costs shall be submitted with invoice, for each repair, or service call. Proof of costs shall be printed, properly identified, and dated as to issuance and effectiveness. Parts will be at a pass through to the City. All replacement parts must be an exact replacement or equal, unless otherwise approved by City. All repair work shall have a one (1) year warranty. C3.6. INABILITY TO PERFORM REQUIRED TESTING The successful contractor shall inform the City’s Contract Administrator anytime required tests cannot be performed due to circumstances beyond the control of the contractor. No fees shall be charged to the City for tests not performed. The successful contractor shall obtain an alternate date from the City’s Contract Administrator when the required test cannot be performed due to the circumstances stated above. C3.7. FINES If contractor is found to be non-compliant with the required services, the following fines may be imposed by the City. 1. Fire Pump certification expired (not tested by expiration date) $100.00 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 2. Fire Sprinkler certification expired (not tested by expiration date) $100.00 3. Not notifying the Property Management Contract Administrator or Fire $150.00 Department of a System impairment of a life safety system 4. Failure to maintain proper maintenance log of Life Safety Equipment $75.00 5. Failure to supply monthly and annual status reports to the Contract Administrator $150.00 *fines shall commence 90 days after contract execution* C3.8. HOURLY RATE The hourly rate quoted shall include full compensation for labor, equipment use, travel time, fuel and any other cost to the bidder. Hourly labor rates are specified as follows: Hourly Labor Rate (Regular) – hourly rate for straight time repairs; i.e. from 8:00 a.m. to 5:00 p.m., Monday thru Friday (rate to include labor and travel, parts are not included). Hourly Labor Rate (Non-Regular) – hourly rate for overtime repairs; i.e. before 8:00 a.m. or after 5:00 p.m., Monday thru Friday, or on weekends or holidays (rate to include labor and travel, parts are not included). Contractor will not be paid at the over-time hourly labor rate(s) unless specific authorization is obtained from the City’s Property Management Division’s Contract Administrator. C3.9. CONTRACTOR'S PERSONNEL Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor’s employee’s from performing maintenance on the City's grounds where the employee’s performance or actions are obviously detrimental to the program. Contractor’s personnel must wear photo identification at all times. C3.10. BACKGROUND CHECKS. The CONTRACTOR shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No CONTRACTOR employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement, if he or she: (1) has been convicted of o r was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The CONTRACTOR shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorneys' fees) or cl aims for injury or damages arising out of its failure to comply with this requirement. The Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor’s employee’s from performing work on the City’s grounds where the employee’s performance or actions are obviously detrimental to the program. Contractor’s personnel must wear photo identifications at all times. C3.11. WORK COMPLETION DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 The bidder shall remove all unusable materials and debris from the premises at the end of each workday, and dispose of in an appropriate manner. Upon final completion, the bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user department’s building manager/project manager. C3.12. EXPENDITURES All repair or replacement work exceeding $100 shall be authorized by the City of Miami Beach Property Management Director or Contract Administrator prior to any repairs or replacements. Contractor(s) shall be required to submit a written estimate on each project to include location, labor hours with h ourly rate and cost of each part. The actual charge to the City for a specific project shall not exceed the vendor’s initial estimate without the expressed prior approval from an authorized agent of the City C3.13. COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM. The City of Miami Beach utilizes a Computerized Maintenance Management System (CMMS) and will be sending their reactive, recurring, and preventative maintenance work requests to the bidder for this system. All interactions with The City of Miami Beach will be processed exclusively through this system and the bidder will need to register and establish an account at the bidders expense. C4. Special Conditions C4.1. TERM OF CONTRACT. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided i t shall only be from a month-to- month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. C4.2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Cost Proposal Form shall remain fixed and firm during the term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contract term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. C4.2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT. The contract may be extended at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms, if mutually agreed upon by both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 It is the Contractor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the Contractor’s request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The Contractor’s adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the Contractor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. C4.3. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty (30) calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the C ity in advance of the services being provided. In addition the invoice shall reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment. C4.4. PERFORMANCE BOND. Intentionally omitted. C4.5. RESPONSE TIME. A two (2) hour response time shall be required for emergency services. The response must result in the arrival of a work crew at the affected site within two (2) hours of notification by the City. At the discretion of the City of Miami Beach representative, this response time may be increased to one (1) calendar day. The invoice for this emergency service should list the name of the City representative that requested the emergency. C4.6. WARRANTY REQUIREMENTS. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its product and/or service against fa ulty 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 period identified above; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. Correcting Defects Covered under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within seven (7) calendar days after the City notifies the bidder of such deficiency in writing. If the bidder 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 bidder, in writing, that the bidder may be debarred as a City bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within seven (7) calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another bidder and charge the bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. C4.7. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successfu l bidder (s) under this contract shall be DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest responsible bidder(s) meeting specificatio n in the best interest of the City and a separate purchase order shall be issued by the City. C4.8. PARTS AND SUPPLIES AT COST. Bids for parts and supplies shall be submitted at the successful bidder’s cost. Evidence of said costs shall be submitted with invoice, for each repair, or service call. Proof of costs shall be printed, properly identified, and dated as to issuance and effectiveness. C4.9. ADDITIONAL SERVICES. While the City has listed all major items on the bid. However, there may be additional items or services that must be requested by the City during the term of this contract. Under these circumstances, the successful bidder(s) shall be invited to submit price quotes for the additional items or services. The City reserves the right to award these items to the lowest responsible bidder or to bid the items through a separate solicitation, as deemed in the best interest of the City. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 APPENDIX B ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of bids will result in bid submittal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal 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 Cost Proposal Form (Appendix B) shall be completed with electronic signature or scanned signature. All corrections on the Cost Proposal Form (Appendix B) shall be initialed. GROUP A1 - FIRE SPRINKLERS, FIRE PUMP, STANDPIPE SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fleet Management Maintenance Facility 1 Annual $ $ 2 South Pointe Park Buildings (3) bldgs 1 Annual $ $ 3 7th Street Municipal Parking Garage 1 Annual $ $ 4 Beach Patrol Headquarters/Art Deco/Auditorium 1 Annual $ $ 5 South Shore Community Center 1 Annual $ $ 6 Miami Beach Police Department 1 Annual $ $ 7 Historic Old City Hall 1 Annual $ $ 8 Pennsylvania Garage 1 Annual $ $ 9 16th Street Municipal Parking Garage 1 Annual $ $ 10 Miami Beach City Hall 1 Annual $ $ 11 1755 Meridian 1 Annual $ $ 12 Bass Museum 1 Annual $ $ 13 Public Works Maintenance Facility 1 Annual $ $ CONTINUED ON THE FOLLOWING PAGE. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 14 Fire Station No.2 (Rescue Building) 1 Annual $ $ 15 Fire Station No. 2 (Admin. Building) 1 Annual $ $ 16 Scott Rakow Youth Center 1 Annual $ $ 17 42nd Street Parking Garage 1 Annual $ $ 18 North Shore Park & Youth Center 1 Annual $ $ 19 Byron Carlyle Theatre 1 Annual $ $ 20 Fire Station No.4 1 Annual $ $ 21 Miami Beach Golf Club 1 Annual $ $ 22 Normandy Shores Golf Club 1 Annual $ $ 23 Sunset Harbor Garage 1 Annual $ $ 24 777 Building (City Hall Annex) 1 Annual $ $ 25 Colony Theatre 1 Annual $ $ 26 Collins Park Garage 1 Annual $ $ 27 Property Management Facility 1 Annual $ $ 28 Unidad Senior Center 1 Annual $ $ 29 Shane Rowing Center 1 Annual $ $ Sub- total Group A1 - (Items 1 – 29) $ GROUP A2 - REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 30 Hourly Rate - Regular 50 Hourly Rate $ $ 31 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item A2 - (Items 30 + 31) $ Total Group A (A1 & A2 Items1 - 30) $ DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 GROUP B1 – FIRE BACKFLOW PREVENTERS SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fleet Management Maintenance Building 1 Annual $ $ 2 7th Street Parking Garage 1 Annual $ $ 3 Beach Patrol Headquarters/Art Deco/Auditorium 1 Annual $ $ 4 South Shore Community Center 1 Annual $ $ 5 Miami Beach Police Department 1 Annual $ $ 6 16th Street Parking Garage 1 Annual $ $ 7 Miami Beach City Hall 1 Annual $ $ 8 Bass Museum 1 Annual $ $ 9 Fire Station No.2 (2) buildings 1 Annual $ $ 10 42nd Street Parking Garage 1 Annual $ $ 11 Byron Carlyle Theatre 1 Annual $ $ 12 Sunset Harbor Garage 1 Annual $ $ 13 Colony Theatre 1 Annual $ $ 14 Collins Park Garage 1 Annual $ $ 15 1755 Meridian 1 Annual $ $ 16 Pennsylvania Garage 1 Annual $ $ 17 777 Building (City Hall Annex) 1 Annual $ $ 18 Property Management Facility 1 Annual $ $ 19 Unidad Senior Center 1 Annual $ $ 20 Shane Rowing Center 1 Annual $ $ DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 21 South Pointe Park Buildings (3) bldgs 1 Annual $ $ Sub- total Group B1 - (Items 1 – 21) $ GROUP B2 - REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 22 Hourly Rate - Regular 50 Hourly Rate $ $ 23 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item B2 - (Items 22 + 23) $ Total Group B (B1 & B2 Items 1 - 23) $ CONTINUED ON THE FOLLOWING PAGE. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 GROUP C1 - HOOD SUPPRESSION SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fire Station No. 1 (Two (2) Buildings) 1 Annual $ $ 2 Fire Station No. 3 1 Annual $ $ 3 Fire Station No. 4 1 Annual $ $ 4 Bass Museum 1 Annual $ $ 5 Miami Beach Golf Club 1 Annual $ $ 6 Normandy Shores Golf Club 1 Annual $ $ 7 Fire Station No. 2 1 Annual $ $ Sub- total Group C1 - (Items 1 – 7) $ GROUP C2 – REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 7 Hourly Rate - Regular 50 Hourly Rate $ $ 8 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item C2 - (Items 7 + 8) $ Total Group C (C1 & C2 Items 1 - 8) $ CONTINUED ON THE FOLLOWING PAGE. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 GROUP D1- CLEAN AGENT FIRE SUPPRESSION SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fire Station No. 2 (2) bldg 4 Annual $ $ 2 Miami Beach City Hall 1 Annual $ $ 3 Public Works Maintenance Facility 1 Annual $ $ 4 MBPD – North End Substation 2 Annual $ $ 5 Parkview Towers 1 Annual $ $ 6 Council Towers 1 Annual $ $ 7 Miami Beach Police Department 4 Annual $ $ Sub- total Group D1 - (Items 1-7) $ GROUP D2 – REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 8 Hourly Rate - Regular 50 Hourly Rate $ $ 9 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item D2 - (Items 8 +9) $ Group D (D1 & D2 Items 1 - 9) DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 APPENDIX C ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Contractors’ Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage – Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. 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. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 6/2/2021 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ABFIREEQUIPM…1/3 Department of State / Division of Corporations / Search Records / Search by Entity Name / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Florida Profit Corporation A. B. FIRE EQUIPMENT, INC. Filing Information M46120 59-2804075 02/05/1987 FL ACTIVE AMENDMENT 08/20/2003 NONE Principal Address 2759 NW 19TH ST POMPANO BEACH, FL 33069 Changed: 03/14/2005 Mailing Address 2759 NW 19TH ST POMPANO BEACH, FL 33069 Changed: 03/14/2005 Registered Agent Name & Address KANTER, JACK 11075 N.W. 21ST STREET CORAL SPRINGS, FL 33071 Name Changed: 01/18/2017 Address Changed: 11/15/1988 Officer/Director Detail Name & Address Title P KANTER, LINDA 11075 NW 21ST CORAL SPRINGS, FL D 6/2/2021 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ABFIREEQUIPM…2/3 Title V KANTER, JACK 11075 NW 21ST CORAL SPRINGS, FL 33071 Title S RANDOLPH, DAVID 9915 NW 48 DRIVE CORAL SPRINGS, FL 33076 Title T Randolph, David 9915 NW 48 Drive Coral Springs, FL 33076 Annual Reports Report Year Filed Date 2019 04/23/2019 2020 04/13/2020 2021 04/02/2021 Document Images 04/02/2021 -- ANNUAL REPORT View image in PDF format 04/13/2020 -- ANNUAL REPORT View image in PDF format 04/23/2019 -- ANNUAL REPORT View image in PDF format 01/15/2018 -- ANNUAL REPORT View image in PDF format 01/18/2017 -- ANNUAL REPORT View image in PDF format 01/18/2016 -- ANNUAL REPORT View image in PDF format 01/19/2015 -- ANNUAL REPORT View image in PDF format 03/14/2014 -- ANNUAL REPORT View image in PDF format 03/15/2013 -- ANNUAL REPORT View image in PDF format 03/09/2012 -- ANNUAL REPORT View image in PDF format 02/28/2011 -- ANNUAL REPORT View image in PDF format 02/26/2010 -- ANNUAL REPORT View image in PDF format 03/20/2009 -- ANNUAL REPORT View image in PDF format 04/14/2008 -- ANNUAL REPORT View image in PDF format 03/22/2007 -- ANNUAL REPORT View image in PDF format 01/17/2006 -- ANNUAL REPORT View image in PDF format 03/14/2005 -- ANNUAL REPORT View image in PDF format 04/07/2004 -- ANNUAL REPORT View image in PDF format 08/20/2003 -- Amendment View image in PDF format 03/31/2003 -- ANNUAL REPORT View image in PDF format 02/19/2002 -- ANNUAL REPORT View image in PDF format 03/08/2001 -- ANNUAL REPORT View image in PDF format 05/23/2000 -- ANNUAL REPORT View image in PDF format DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 6/2/2021 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ABFIREEQUIPM…3/3 04/22/1999 -- ANNUAL REPORT View image in PDF format 04/27/1998 -- ANNUAL REPORT View image in PDF format 04/10/1997 -- ANNUAL REPORT View image in PDF format 02/23/1996 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 %/'%%URZDUG&RXQW\%RDUGRI&RXQW\&RPPLVVLRQHUV %LG6\QFS Ron De s a n t i s , G o v e r n o r S T A T E O F F L O R I D A H a l s e y B e s h e a ~ . S e c , e t a ~ d f ) ~ r DEP A R T M E N T O F B U S I N E S S A N D P R O F E S S I O N A L R E G U L A T I O N E L E C T R I C A L C O N l e T = - - I C E N S I N G B O A R D T H E A L A R M S Y S T E C , · C E T I F I E D U N D E R T H E P R O V I S I O ' · U T E S E X P I R A T I O N D A T E : A U G U S T 3 1 , 2 0 2 2 A l w a y s v e r i f y l i c e n s e s o n l i n e a t M y F l o r i d a l i c e n s e . c o m D o n o t a l t e r t h i s d o c u m e n t i n a n y f o r m . This i s y o u r l i c e n s e . I t i s u n l a w f u l f o r a n y o n e o t h e r t h a n t h e l i c e n s e e t o u s e t h i s d o c u m e n t . DocuSign Envelope ID: 477AD5C6-6366-45D B - 9 4 3 F - A E 2 D 1 D 6 C 7 8 B 4 %/'%%URZDUG&RXQW\%RDUGRI &RXQW\&RPPLVVLRQHUV %LG6\QFS J i m m y P a t r o n l a C H I E F F I N A N C I A L O F F I C E R J u l i a s H a l a s D M S I O N D I R E C T O R • C a s l a S i n c o B U R E A U C H I E F K e i t h M c C a r t h y S A F E T Y P R O G R A M M A N A G E R F L O R I D A D E P A R T M E : N T O F F I N A N C I A L S E R V I C E S D M S I O N O F S T A T E F I R E M A R S H A L 2 0 0 E a s t G a i n e s S t r e e t - T a l l a h a s s c : e , F l o r i d a 3 2 3 9 9 - 0 3 4 2 · T e l . 8 5 0 - 4 1 3 - 3 6 4 4 F a x . 8 5 0 - 4 1 0 - 2 4 6 7 F I R E P R O T E C T I O N I N S P E C T O R O F F I C I A L C O P Y T H I S C E R T I F I E S T H A T : J e r r y C T h o m a s E M P L O Y E R : L I C E N S E # : 2 7 5 9 N W 1 9 t h S t r e e t P o m p a n o B e a c h F L 3 3 0 6 9 A B F i r e S p r i n k l e r s , L L C F P C 1 8 - 0 0 0 1 1 4 W a t e r - B a s e d F i r e P r o t e c t i o n I n s p e c t o r i s l i m i t e d t o t h e i n s p e c t i o n o f w a t e r s p r i n k l e r s y s t e m s , w a t e r s p r a y s y s t e m s , f o a m - w a t e r s p r i n k l e r s y s t e m s , f o a m - w a t e r s p r a y s y s t e m s , s t a n d p i p e s , c o m b i n a t i o n s t a n d p i p e s a n d s p r i n k l e r s y s t e m s , a l l p i p i n g t h a t i s a n i n t e g r a l p a r t o f t h e s y s t e m b e g i n n i n g a t t h e p o i n t w h e r e t h e p i p i n g i s u s e d e x c l u s i v e l y f o r f i r e p r o t e c t i o n , s p r i n k l e r t a n k h e a t e r s , a i r l i n e s , t h e r m a l s y s t e m s u s e d i n c o n n e c t i o n w i t h s p r i n k l e r s , a n d t a n k s a n d p u m p s c o n n e c t e d t h e r e t o , e x c l u d i n g p r e - e n g i n e e r e d s y s t e m s . I s s u e D a t e : 0 7 / 0 1 / 2 0 2 0 T y p e : 1 4 C l a s s : · 0 5 C o u n t y : B r o w a r d L i c e n s e / P e r m i t # : F P l 2 0 - 0 0 0 0 5 3 E x p i r a t i o n D a t e : 0 6 / 3 0 / 2 0 2 2 ~ ~ C h i e f F i n a n c i a l O f f i c e r D o c u S i g n E n v e l o p e I D : 4 7 7 A D 5 C 6 - 6 3 6 6 - 4 5 D B - 9 4 3 F - A E 2 D 1 D 6 C 7 8 B 4 %/'%%URZDUG&RXQW\%RDUGRI &RXQW\&RPPLVVLRQHUV %LG6\QFS J i m m y P a t r o n l s C H I E F F I N A N C I A L O F F I C E R J u l i u s H a l a s D I V I S I O N D I R E C T O R • C a s i a S i n c o B U R E A U C H I E F K e i t h M c C a r t h y S A F E T Y P R O G R A M M A N A G E R F L O R I D A D E P A R T M E N T O F F J N A N C I A L S E R V I C E S D M S I O N O F S T A T E F I R E M A R S H A L - 2 0 0 E a s t G a i n e s S t r e e t • T a l l a h a s s e e , F l o r i d a · 3 2 3 9 9 - 0 3 4 2 T e l . 8 5 0 - 4 1 3 - 3 6 4 4 F a x . 8 5 0 - 4 l 0 - 2 4 6 7 F I R E E Q U I P M E N T D E A L E R L I C E N S E O F F I C I A L C O P Y T H I S C E R T I F I E S T H A T : A B F I R E E Q U I P M E N T I n c . 2 7 5 9 N W 1 9 t h S t r e e t P o m p a n o B e a c h F L 3 3 0 6 9 - 5 2 3 2 Q U A L I F I E R : D a v i d A R a n d o l p h H a s C o m p l i e d w i t h F l o r i d a s t a t u t e s a n d h a s q u a l i f i e d f o r t h e t y p e a n d c l a s s s h o w n h e r e o n t o s e r v i c e , r e c h a r g e , r e p a i r , i n s t a l l , o r i n s p e c t a l l t y p e s F i r e E x t i n g u i s h e r s e x c e p t r e c h a r g i n g c a r b o n d i o x i d e u n i t s a n d t o c o n d u c t h y d r o s t a t i c t e s t s o n w a t e r , w a t e r c h e m i c a l , a n d d r y c h e m i c a l t y p e s o f e x t i n g u i s h e r s o n l y . E x c l u d e s a n y s e r v i c e , r e c h a r g e , . r e p a i r , i n s t a l l a t i o n o r i n s p e c t i o n o f a n y t y p e o f H a l o n E x t i n g u i s h e r . I s s u e D a t e : T y p e : C l a s s : C o u n t y : L i c e n s e / P e r m i t # : E x p i r a t i o n D a t e : 0 1 / 0 1 / 2 0 2 0 0 7 0 3 B r o w a r d 7 2 2 4 4 2 - 0 0 0 1 - 2 0 0 6 1 2 / 3 1 / 2 0 2 1 ' 8 ¥ ~ C h i e f F i n a n c i a l O f f i c e r D o c u S i g n E n v e l o p e I D : 4 7 7 A D 5 C 6 - 6 3 6 6 - 4 5 D B - 9 4 3 F - A E 2 D 1 D 6 C 7 8 B 4 %/'%%URZDUG&RXQW\%RDUGRI &RXQW\&RPPLVVLRQHUV %LG6\QFS J i m m y P a t r o n i s C H I E F F I ~ A : \ ' C I A L O F F I C E R C a s i a S i n c o B U R E A U C H I E F K e i t h M c C a r t h y J u l i u s H a l a s D I V I S I O N D I R E C T O R ' " < z _ ~ S A F E T Y P R O G R A M M A N A G E R T H I S C E R T I F I E S T H A T : F L O R I D A D E P A R T M E N T O F F I N A ~ C I A L S E R V I C E S D I V I S I O N O F S T A T E F I R E M A R S H A L 2 0 0 E a s t G a i n e s S t r e e t - T a l l a h a s s e e , F l o r i d a 3 2 3 9 9 - 0 3 4 2 T e l . 8 5 0 - 4 1 3 - 3 6 4 4 F a x . 8 5 0 - 4 1 0 - 2 4 6 7 C E R T I F I C A T E O F C O M P E T E N C Y O F F I C I A L C O P Y E n r i q u e E s t r a d a 2 7 5 9 N W 1 9 t h S t r e e t P o m p a n o B e a c h F L 3 3 0 6 9 B U S I N E S S O R G A N I Z A T I O N : A B F i r e S p r i n k l e r s , L L C C o n t r a c t o r I I i s l i m i t e d t o t h e e x e c u t i o n o f c o n t r a c t s r e q u i r i n g t h e a b i l i t y t o l a y o u t , f a b r i c a t e , i n s t a l l , i n s p e c t , a l t e r , r e p a i r , a n d s e r v i c e w a t e r s p r i n k l e r s y s t e m s , w a t e r s p r a y s y s t e m s , f o a m - w a t e r s p r i n k l e r s y s t e m s , f o a m - w a t e r s p r a y s y s t e m s , s t a n d p i p e s , c o m b i n a t i o n s t a n d p i p e s a n d s p r i n k l e r r i s e r s , a l l p i p i n g t h a t i s a n i n t e g r a l p a r t o f t h e s y s t e m b e g i n n i n g a t t h e p o i n t o f s e r v i c e , s p r i n k l e r t a n k h e a t e r s , a i r l i n e s , t h e r m a l s y s t e m s u s e d i n c o n n e c t i o n w i t h s p r i n k l e r s , a n d t a n k s a n d p u m p s c o n n e c t e d t h e r e t o , e x c l u d i n g p r e - e n g i n e e r e d s y s t e m s . I s s u e D a t e : 0 7 / 0 1 / 2 0 2 0 T y p e : 0 7 . . . . . . . ~ . , , C l a s s : 1 2 " , 1 C o u n t y : B r o w a r d , : . L i c e n s e / P e r m i t # : F P C l 8 - 0 0 0 1 1 4 - 1 I E x p i r a t i o n D a t e : 0 6 / 3 0 / 2 0 2 2 - ~ ; , , - > ~ j 1 i ; , } f / . ~ - - - ! 1 ✓ : ? i . t / ) . _ ' . / . / C h i e f F i n a n c i a l O f f i c e r D o c u S i g n E n v e l o p e I D : 4 7 7 A D 5 C 6 - 6 3 6 6 - 4 5 D B - 9 4 3 F - A E 2 D 1 D 6 C 7 8 B 4 Enrique E Estrada Inspection and Testing of Water-Based Systems Level II 127056 2021-10-01 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 Enrique E Estrada Fire Alarm Systems Level II 127056 2021-10-01 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of bids will result in bid submittal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal 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 Cost Proposal Form (Appendix B) shall be completed with electronic signature or scanned signature. All corrections on the Cost Proposal Form (Appendix B) shall be initialed. GROUP A1 - FIRE SPRINKLERS, FIRE PUMP, STANDPIPE SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fleet Management Maintenance Facility 1 Annual $ $ 2 South Pointe Park Buildings (3) bldgs 1 Annual $ $ 3 7th Street Municipal Parking Garage 1 Annual $ $ 4 Beach Patrol Headquarters/Art Deco/Auditorium 1 Annual $ $ 5 South Shore Community Center 1 Annual $ $ 6 Miami Beach Police Department 1 Annual $ $ 7 Historic Old City Hall 1 Annual $ $ 8 Pennsylvania Garage 1 Annual $ $ 9 16th Street Municipal Parking Garage 1 Annual $ $ 10 Miami Beach City Hall 1 Annual $ $ 11 1755 Meridian 1 Annual $ $ 12 Bass Museum 1 Annual $ $ 13 Public Works Maintenance Facility 1 Annual $ $ CONTINUED ON THE FOLLOWING PAGE. 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 225 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 14 Fire Station No.2 (Rescue Building) 1 Annual $ $ 15 Fire Station No. 2 (Admin. Building) 1 Annual $ $ 16 Scott Rakow Youth Center 1 Annual $ $ 17 42nd Street Parking Garage 1 Annual $ $ 18 North Shore Park & Youth Center 1 Annual $ $ 19 Byron Carlyle Theatre 1 Annual $ $ 20 Fire Station No.4 1 Annual $ $ 21 Miami Beach Golf Club 1 Annual $ $ 22 Normandy Shores Golf Club 1 Annual $ $ 23 Sunset Harbor Garage 1 Annual $ $ 24 777 Building (City Hall Annex) 1 Annual $ $ 25 Colony Theatre 1 Annual $ $ 26 Collins Park Garage 1 Annual $ $ 27 Property Management Facility 1 Annual $ $ 28 Unidad Senior Center 1 Annual $ $ 29 Shane Rowing Center 1 Annual $ $ Sub- total Group A1 - (Items 1 29) $ GROUP A2 - REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 30 Hourly Rate - Regular 50 Hourly Rate $ $ 31 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item A2 - (Items 30 + 31) $ Total Group A (A1 & A2 Items1 - 30) $ 180 180 180 180 225 225 225 225 225 225 225 225 225 225 225 225 225 225 67 100 3350 5000 8350 225 225 225 225 225 225 225 225 225 225 225 225 225 225 6435 14785 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 GROUP B1 FIRE BACKFLOW PREVENTERS SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fleet Management Maintenance Building 1 Annual $ $ 2 7th Street Parking Garage 1 Annual $ $ 3 Beach Patrol Headquarters/Art Deco/Auditorium 1 Annual $ $ 4 South Shore Community Center 1 Annual $ $ 5 Miami Beach Police Department 1 Annual $ $ 6 16th Street Parking Garage 1 Annual $ $ 7 Miami Beach City Hall 1 Annual $ $ 8 Bass Museum 1 Annual $ $ 9 Fire Station No.2 (2) buildings 1 Annual $ $ 10 42nd Street Parking Garage 1 Annual $ $ 11 Byron Carlyle Theatre 1 Annual $ $ 12 Sunset Harbor Garage 1 Annual $ $ 13 Colony Theatre 1 Annual $ $ 14 Collins Park Garage 1 Annual $ $ 15 1755 Meridian 1 Annual $ $ 16 Pennsylvania Garage 1 Annual $ $ 17 777 Building (City Hall Annex) 1 Annual $ $ 18 Property Management Facility 1 Annual $ $ 19 Unidad Senior Center 1 Annual $ $ 20 Shane Rowing Center 1 Annual $ $ 58 58 58 58 58 58 58 58 116 58 58 58 58 58 58 58 58 58 58 58 58 58 58 58 58 58 58 58 116 58 58 58 58 58 58 58 58 58 58 58 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 21 South Pointe Park Buildings (3) bldgs 1 Annual $ $ Sub- total Group B1 - (Items 1 21) $ GROUP B2 - REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 22 Hourly Rate - Regular 50 Hourly Rate $ $ 23 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item B2 - (Items 22 + 23) $ Total Group B (B1 & B2 Items 1 - 23) $ CONTINUED ON THE FOLLOWING PAGE. 174 174 67 100 1392 3350 5000 8350 9742 DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 GROUP C1 - HOOD SUPPRESSION SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fire Station No. 1 (Two (2) Buildings) 1 Annual $ $ 2 Fire Station No. 3 1 Annual $ $ 3 Fire Station No. 4 1 Annual $ $ 4 Bass Museum 1 Annual $ $ 5 Miami Beach Golf Club 1 Annual $ $ 6 Normandy Shores Golf Club 1 Annual $ $ 7 Fire Station No. 2 1 Annual $ $ Sub- total Group C1 - (Items 1 7) $ GROUP C2 REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 7 Hourly Rate - Regular 50 Hourly Rate $ $ 8 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item C2 - (Items 7 + 8) $ Total Group C (C1 & C2 Items 1 - 8) $ CONTINUED ON THE FOLLOWING PAGE. 134 134 67 67 67 67 67 67 67 67 67 67 67 67 536 67 100 5000 3350 8350 8886 NFPA 17A requires service twice per year. Bid is for one service per year. Links, caps, other parts and repairs are not included in price. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 GROUP D1- CLEAN AGENT FIRE SUPPRESSION SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fire Station No. 2 (2) bldg 4 Annual $ $ 2 Miami Beach City Hall 1 Annual $ $ 3 Public Works Maintenance Facility 1 Annual $ $ 4 MBPD North End Substation 2 Annual $ $ 5 Parkview Towers 1 Annual $ $ 6 Council Towers 1 Annual $ $ 7 Miami Beach Police Department 4 Annual $ $ Sub- total Group D1 - (Items 1-7) $ GROUP D2 REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 8 Hourly Rate - Regular 50 Hourly Rate $ $ 9 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item D2 - (Items 8 +9) $ Group D (D1 & D2 Items 1 - 9) DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 ATTACHMENT D INSURANCE REQUIREMENTS DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Contractors’ Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4 A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage – Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. 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. DocuSign Envelope ID: 477AD5C6-6366-45DB-943F-AE2D1D6C78B4