Loading...
Certification of Contract - Enterprise Electrical Contracting, Inc. MIAMMEACH CgH CITY OF MIAMI BEACH E C RTIFICATION OF CONTRACT TITLE: 'For Electrical Service CONTRACT NO.: 2014-080-ITB-SW 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 renewed, at the sole discretion of the City, through its City Manager, for three (3) additional-one (1) year term. SUPERSEDES: N/A CONTRACTOR(S)-. Enterprise Electrical Contracting, Inc. (Tertiary) 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 February 12, 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 electrical services pursuant to City Invitation to Bid No. 2013-080-ITB-SW 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 2013-080-ITB-SW. 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, Steven Williams, Procurement Coordinator, at 305-673-7000 ext. 6650. 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 I 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 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 Citv: 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: Enterprise Electrical Contracting, Inc. 1740 N.W. 69th Avenue Miami, Florida 33126 Attn: James R. Bill Phone: 305-884-6540 Fax: 305-884-6541 E-mail: jbill a,enterpriseelectrical.net 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. 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 Y I f r I Certification of Contract IN WITNESS WHEREOF the City and Contractor ha a caused this ertification of Contract to be signed and attested on this day of Ft uG , 20_U,� by their respective duly - authorized representatives.-------. I CONTRACTOR CITY OF MIAMI BE. ,4 J/ By By " resident/Signature ayor Print Name Date -2Qi L4 I t Date ATT ATTEST: i i •I Secretary/ agnature City Clerk II ••,9 Print Name � INCOR ' 2- P ORATED: Date I F:\PURC\$ALL\Solicitations12014\2014-080-SW Electrical Services\Contract\2013-080-ITB Enterprise Electrical.doc 1 APPROVED AS TO FORM & LANGUAGE & FO ECUTION ,a' a - jAr 2 Attorn r Date r 5 COMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award A Contract To R&,D-Electric, AGC-Electric, and Enterprise.Electrical Pursuant To Invitation To Bid ITB) No. 2014-080,For Electrical Services. Key Intended Outcome Supported: Ensure Well-Maintained Facilities. Supporting Data (Surveys, Environmental Scan, etc.): N/A Issue: Shall the City Commission approve the award of Contract? Item Summa . /Recommendation: The purpose of this item is to approve contracts for the purchase of Electrical Services pursuant to ITB. 2014-080. This item is necessary in order-to meet the demands at various City facilities, shorten the response time and improve the efficiency of the quality of work for electrical services Citywide. The City requires qualified electrical contractors for the provision of various routine electrical services on an"as needed"basis, including emergency repairs and planned repairs or small projects. Thirty(30)vendors were notified of the solicitation,with seven(7)vendors downloading the solicitation. Six(6) 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 for Group l:R&D Electric, Inc., lowest responsive,responsive and responsible bidder, as primary vendor;AGC Electric, Inc., second lowest responsive, responsive and responsible bidder, as seconds vendor;and, Enterprise Electrical Contracting,third lowest responsive,responsive secondary P and responsible bidder,as tertiary vendor. For Group II.(Equipment and Parts), it has been determined that both bids received are non-responsive. RECOMMENDATION It is recommended that, for Group I: R& D Electric, Inc., be awarded as primary vendor;AGC Electric, Inc., be awarded as secondary vendor; and, Enterprise Electrical Contracting, be awarded as tertiary vendor. Advisory Board Recommendation: N/A Financial Information: Source of Amount I Account ; Funds- 1 Tota I I Financial Impact Summary: =The annual cost associated with electrical services is subject to funds availability approved through the City's budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services.Should additional funding be required due to increased need of services, it will be subject to the review and approval of the Budget Office. City Clerk's Office Legislative Tracking: Alex Denis, Director Ext#6641 Sign-Offs: DEWqMent Hire-ptor l Assistapt City Ma^ City M na er AD ETC KGB MT JLM. F:1T_Dr GENDA 120141Februay\Procurement�ITS 2lO v4-080-SW Electrica STEW,SUMMARY,doc MIAMIBEACH DATE AGENDA ITEM G� 154 M I AMI City of Miami Beach, 1700 Convention Center Drive,Miami Beoch,Florida 33139,wwrv.miamibeacnfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members of the City ommission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2014 SUBJ`CT: REQUEST FOR APPROVAL TO Al RD A CONTRACT PURSUANT TO INVITATION TO BID(ITB) NO.2014-080 FOR ELECTRICAL SERVICES ADMINISTRATION RECOMMENDATION Approve the award of the contract. KEY INTENDED OUTCOME Ensure Well-Maintained Facilities. FUNDING The annual cost associated with electrical services is subject to funds availability approved through the City's budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. Should additional funding be required due to increased need of services, it will be subject to the review and approval of the Budget Office. i BACKGROUND INFORMATION The purpose of Invitation to Bid (ITB) No. 2014-030 is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide various routine electrical services on an "as needed"basis, including emergency repairs and planned repairs or small projects Citywide. The ITB also requested bidders to provide pricing for parts and supplies for those cases in which City staff completes necessary repairs. The ITB states that the City may award up to _ three vendors (primary,secondary,tertiary). Secondary and tertiary vendors would only be used in the event that the primary vendor is unable to perform the work or the City has determined, due to prior performance, it would not be in the City's best interest to award ' additional work. The contract(s) entered into with the successful bidder(s) 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-ye a r p eriods on a year-to-year basis. During the renewal term,the City may consider an adjustment to price based on changes in the applicable GPI-U index. ITB PROCESS ITB No. 2014-080,was issued on December 20, 2013, with a bid opening date of January 16, 2014. A total of two (2) addenda were issued, to answer to questions submitted by prospective bidders.The Public Group issued bid notices and ten(10) prospective bidders accessed the advertised solicitation. Additionally, fifteen (15)firms were notified of the ITB 1155 Commission Memorandum 1T®2014-080 Elacfrical Services February 12, 2014 Page 12 through the Florida Purchasing Group website. Finally, the Department of Procurement Management sent the ITB document to five (5) firms not registered with the Public Group. The notices resulted in the receipt of six l6) bids from: • AGC Electric Inc. • Edd Helms.Electric • Enterprise Electrical Contracting, Inc. • Horsepower Electric • R & D Electric, Inc. • Thevenin Enterprises, Inc. 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. No bidders were eligible to receive veterans or local preference. In evaluating Group I (Equipment, Parts and Service) it has been determined that the bid received from R&D Electric, Inc. is the lowest responsive and responsible according to the bid requirements. The second lowest responsive and responsible bid for Group I is AGC Electrical Contracting,Inc., and the third lowest responsive and responsible bid for Group I is Enterprise Electrical. f In evaluating Group Il (Equipment and Parts only) it has been determined that both bids received from Edd Helms Electric and Horsepower Electric are non-responsive. The non- responsive determination is made based upon the fact that each vendor stated they are not willing to only sell equipment and parts if they are not also awarded Group I (Equipment, Parts and Service). In determining responsiveness and responsibility of the bidders, in addition to verifying compliance with the scope of the ITB,the Department of Procurement Management verified the following: • Minimum Requirements 1. Licensure/Certification: State Electrical Contractor or Miami-Dade Master Electrician. Current licenses must be provided with bid, and no personnel shall service City facilities without said licenses. R & D Electric,AGC Electric, and Enterprise Electrical each submitted copies of the State of Florida Electric Contractors License. 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). R & D Electric, AGC Electric, and Enterprise-Electrical each provided a minimum of three (3) verifiable references inclusive of government agencies in which all provided very positive feedback. i 156 Commission Memorandum ITS 2014-080 Electrical Services February 12, 2014 Page 13 + Past Performance R & D, located in Miami, Florida; has provided electrical services for twelve 0 2) years to various companies in the private and public sector. Specifically,they have provided electrical service work for the Miami Dade Police Department, City of Coral Gables, and the City of Tamarac. AGC Electric,located in Hialeah, Florida;has provided electrical services for sixteen (16)years to various companies in the private and public sector such as Miami-Dade County, City of Miami Beach, Miami Dade County Public Schools and the Florida Department of Transportation. Enterprise Electrical located in Miami, Florida, has provided electrical services for eight(8)years to various companies in the private and public sector inclusive of City of Opa-Locka, FPL, Central Florida Equipment, Inc., and the City of Miami Beach. Pricing received from R & D, Inc., AGC Electric and Enterprise Electrical is included in Appendix A. 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 that: R& D Electric be awarded as primary; and AGC Electric as secondary;and Enterprise Electrical as tertiary for Group I. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission award a contract pursuant to Invitation to Bid(ITB) No. 2014-080 for Electrical Services for Group I (Equipment, Parts and Service) to: R & D Electric, the lowest responsive, responsible bidder as the primary vendor;and AGC Electric,the second lowest responsive, responsible bidder as secondary vendor; and, Enterprise Electrical, the third lowest responsive, responsible bidder, as tertiary vendor. For Group li (Equipment and Parts) it has been determined that both bids received from Edd Helms Electric and Horsepower Electric are non-responsive as noted above. F:TURCI5ALL1Solicitations%201412014-080-SW Electrical ServicesVTB 2014-080-SW Electrical Services-MEMO.doe 157 O O O ip q N L Q mi d I n N O W 7 O u E Fu- y cr Z I y N� 'ids C i 2 o C W jv W r � C h �a m C `L trt ao e d Z 2 >.. Qx N Iz W y Z [ W Z L - C L N O O O O Ii! O O� O O X n to%a I W x .� rhi a0 x an N W y of W O Z U 0 7 W C 7 .s +- 'c u u u 3 C Y 3 G d O u CL d a `m M Yr N N Z c N C ck O S j C O I 7 v O ] a? U C O C ` �. y ry I ae ' N �, q Y GC C3 0 O O 6 n N 611 LA N N 1O a e u ` "' 7 m min O � y M w L61 W V W y N G W z L W N CL I `c 3' A:f o ? I LLL oc VI N :1 Y G W G M O H 6 d OI G H C Y y O H 11 O m ad a ms. a� .m+°e G Q � FM 4 n y4j d � r W N ~ M L 'A M 4 W O > W d ? Ccl h N N Y 2 A m O a° p Y � Y, N u, y 4� x .� • v�N y U x W 7 d W p � Q W cr 3 O W �") .0 z a4 v N G to Z G ¢ 7 d c m n d m C W O O d � r aCL = = S2`�u u° Q a d 3 N Y o ° z a O f vi O� V c uIC w U v Z „ W V. cr W p C C 7 C qJ .y N Cl C7 7 O W �I d V 3. f N Y m A I.- it N Q 158 i THIS PAGE INTENTIONALLY LEFT BLANK i i 159 a-- M BEACH IAMI -- City of Miami Beach, 1700 Convention Center Drive, Miami Beach,=Florida 33139, www.,miamibeachfi.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7497, Fax: 786-394-4330 PUBLIC NOTICE ITB No. 2014-080-SW Electrical Services ADDENDUM NO. 2 January 13, 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 16,2014 at 3:00 p.m. II. Question 1: Could you please let me know if we need to submit a Dun & Bradstreet Supplier Evaluation Report with the bid submittal, because we went to the link that was supplied and could not find anything, also I called DNB and they will get back to us with the cost. Answer 1: It is not necessary to request the D&B Supplier Evaluation Report at this time. You may wait until notification of results to determine if you will request. III Question 2: Also how bid submittal copies do we need to submit? Answer 2: Per Section 1, page 2; only one(1)original and one (1)copy needed for submission. M:1 iTes - Toll] Original Signed Proposal: Copies of Original Signed Proposal: Electronic Copies(CD-ROM or Flashdrive) 1 0 1 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 WEBSI T E: http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro.asp Steven Williams Procurement Coordinator Department of Procurement Management i MIA/01BEACH 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. 2014-080-SW Electrical Services ADDENDUM NO. 1 January 7, 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 16, 2014 at 3:00 p.m. 11. The Bid Price form, Section 5, has been revised. Please replace the original Bid Price form with the attached revised Bid Price Form dated 1/7/2014. The bid will be deemed non-responsive if the attached revised Bid Price form is not submitted. There have not been any additional items 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 (Items 1A:1 C)means 1A+1 B+1 C. The Bid Pace f=orm rs`now-separated Anto two (2} sections,':Section 5 1:, EQLtLP_MENT;PARTS AND SERVICE,,a.nd:Section 5 Z,: EQUIPMENT OR PARTS ONL°Y (N'0`;'8 E RVI CE) The revised :Bid Price Form allows for vendors who do not provitle service to submit'their,price_:proposal-for pa its and equipment only using Section 5.2.;6r►1y 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.N14-08MW Electrical Services and Parts Section 5—Bid Price Form SECTION 5.0 B11"J" PRICE FORM REVISED January 7, 2014 A /Vill AMI Bt`A(.�H" DEPARTMENT GE PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 305-673-7490 ITB No.2014-080-SW Electrical Services and Parts I Section 5-Bid Price Form SECTION 5.0 BID PRICE FORM • • •MIETREMI • • -• • •-.• r. • -• • • • • • •►, �,, • ••• • • • -• a •• • •° • -• 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 Estimated Total Group Annual (Quantity x Unit Item Description service hours U/M Unit Cost Cost)1 1A Hourly Rate-Regular 1600 Hourly Rate 1 B Hourly Rate- Non Regular 400 Hourly Rate Estimated Annual Net Cost Group Gross Costs % mark-up (Dealer Invoice Cost Item Description Dealer Invoice Cost SeeSpecial Condition 3.23 X% Mark-up) 1C Mark-up for Parts and Supplies I $135,000 % BiddeesAffimiation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITS No.2014-080-SW Electrical Services and Parts I Section 5-Bid Price Form SECTION 5.2—EQUIPMENT OR PARTS ONLY(NO SERVICE) Group 2 Estimated Annual Net Cost Group Gross Costs %mark-up (Dealer Invoice Cost Item Description Dealer Invoice Cost See Special Condition 3.23) X% Mark-up 2 Mark-up for Parts and Supplies $135,000 % Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: J� dralh ED MIAMI B EAR ITB NO.: 2014-080-SW INVITATION TO BID Electrical Services I IN.... .:M... .'. _ 5 `. ....,. ..<,v Table ofonents :.. . .x Section 1, Instructions to Bidders.............................................................................. p.2 Section 2,General Conditions.................................................................................... p.3 Section 3,Special Conditions ................................................................................... p. 7 Section 4,Specifications&Technical Requirements ..................................................... p. 12 Section 5, Bid Price Form*............................................................................................. p. 15 Section 6,Certification&Affidavits............................................................................ p.26 Section 7,"No Bid" Form ......................................................................................... p.32 5 ■ ITB 2014-080-SW ELECTRICAL SERVICES Section1-Instruction to Bidders MIAMI Bit '_ ACH SECTION 1, INSTRUCTIONS TO BIDDERS Procurement Contact Tel: Email: Steven Williams (305)673-7497 Stevenwilliams miamibeachfl. ov Original Signed Proposal: Copies of Original Signed Proposal: Electronic Copies(CD-ROM or Flashdrive) 1 I0 I1 Is ® . � Due Date&Time: Location for Bid Submittal: January 16, 2014, 3:OOp.M. City of Miami Beach Department of Procurement Management - • o . 1700 Convention Center Drive, 3RD Floor . . Miami Beach, Florida 33139 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.municod e.com/index.aspx?client[D=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 Bidders 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 oov/procuremenUscroll.aspx?id=23510 Form (Section 5) and Bid Certification and Affidavits (Section 6) 0 CONE OF SILENCE-CITY CODE SECTION 2-486 and any other information requested herein. Failure to submit a 0 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 6 LOBBYIST REGISTRATION AND DISCLOSURE OF FEES—CITY The Bid Price Form (Section 5) shall be completed mechanically CODE SECTION 2-481 THROUGH 2-486 — CITY CODE SECTION 407 or, if manually, in ink. Bid Price Forms (Section 5) completed in LIVING WAGE REQUIREMENT 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 i 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. ry e / e ITS 2014-080-SW ELECTRICAL SERVICES 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 MODIFICATION/WITHDRAWALS 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 govem. 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 be 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 fumished 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 fumished. 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 ITB 2014-080-SW ELECTRICAL SERVICES I 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 furnished 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 borne 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 copy to the City Clerk,at least ten(10)business days prior to 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 -4 - IT6 2014-080-SW ELECTRICAL SERVICES Section Meneral 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 bidders 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, tide 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 be 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 2,50 DELIVERY TIME. Bidders shall specify in the attached Bid Form, the other units of government or non-profit agencies may participate in purchases 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(Far 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 j ITB 2014-080-SW ELECTRICAL SERVICES 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 eam 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 INIfIE7NRtLl':LEFT BI;ANK' 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 ' - 6m I T B 2014-080-SW ELECTRICAL SERVICES Section 3—Special Conditions SECTION 3.0 SPECIAL CONDITIONS 3.1 PURPOSE: The City of Miami Beach, Florida (the City") is seeking bids from qualified electrical contractors for the provision of various routine electrical services on an"as needed" basis,including emergency repairs and planned repairs or small projects. Services contracted during any part of a term will continue through completion of the services without regard to the end of the term and without obligation to renew the agreement. 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@a.miamibeachfl.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: Monday, January 6, 2013 @ 3:00 PM City Manager's Large Conference Room Miami Beach City Hall, 4h Floor 1700 Convention Center Drive Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 888-270-9936 • Enter the Meeting Number: 1142644 and then press the pound (#) key 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: 7 ITB 2014-080-SW ELECTRICAL SERVICES Section 3—Special Conditions (1)The ability, capacity and skill of the bidder to perform the contract. •+ o a interference. (2)Whether the bidder can perform the contract within th,,time specified,without delay or in�.,rfere (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. 3.6 TERM OF CONTRACT: The Contract shall commence upon the date of notice of award and shall be effective for two(2)year. 3.7 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.bis.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: NIA 3.10 EQUAL PRODUCT: NIA 3.11 LIQUIDATED DAMAGES: NIA 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. ;Vd;=„%AJ BEA(1.h 8 ITB 2014-080-SW ELECTRICAL SERVICES .1 Section 3—Special Conditions 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 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. I,1,I!Jv1,JBE_AC`i 9 ITB 2014-080-SW ELECTRICAL SERVICES Section 3—Special Conditions 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 an and all claims arising out of this P 9 Y 9 Y 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 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: State Electrical Contractor or Miami-Dade Master Electrician 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 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. Q r`\AIA.AvAd BEACH 10 ITB 2014-080-SW ELECTRICAL SERVICES Section 3—Special Conditions 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 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: 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. ® ,\,�!A,' ly Ad BEACH 11 ITS 2014-080-SW ELECTRICAL SERVICES Section 3—Special Conditions 3.23 MANUFACTURER PRICE LISTS: Bid shall state,on the Bid Price Form,the mark-up against its invoice pricing that bidder will apply to any parts and supplies required under the scope of this ITB.With each payment application or invoice,-bidder shall submit documentation verifying the referenced invoice pricing for parts and supplies. BEACH 12 ITB 2014-080-SW ELECTRICAL SERVICES Section 4—Technical Specifications SECTION 4.0 TECHNICAL SPECIFICATIONS 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 I Certification.State Electrical Contractor or Miami-Dade Master Electrician. 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). 4.2 SCOPE OF WORK:The Contractor shall provide on-site electrical services for various City-owned or occupied locations on an as needed basis.Work may be performed on the exterior or interior of buildings.The Contractor shall: • Provide all personnel,equipment,tools, materials,supervision, labor and other items and services to perform maintenance, repair,renovations,installation or alteration of electrical systems including power, lighting, electrical related fixtures and any other components per drawings and specifications which will be provided by the Facilities Manager; • May not perform services without prior authorization from the Facilities Manager; • Be available for any and all electrical work required by the City.The Contractor shall have an organization proficient in carrying out multiple projects simultaneously for emergency and non-emergency calls. • Notify the Facilities Manager if during the course of work the Contractor experiences a conflict with the plans/scope of work or the NEC(National Electrical Code), before proceeding with said work. 4.3 WORKMANSHIP:Only the highest quality of work shall be performed and all materials furnished in carrying out this agreement shall be new and of character and quality as required by the project specifications.Where no standard is specified,for such work or materials,they shall be the best of their respective trade and be compliant with all applicable code requirements.The Contractor shall: C Provide only new materials and parts for all projects unless pre-approved by the Facilities ® Manager; ® At the conclusion of the project,demonstrate to the Facilities Manager that the work is fully operational and in compliance with contract specifications and codes.Any unsatisfactory work done or materials furnished at whatever time they may be discovered shall be promptly and permanently corrected at the sole expense of the Contractor prior to final acceptance of work when notified to do so by the Facilities Manager; ® At all times keep the adjacent areas of the work site free from rubbish and the accumulation of any waste materials. It is the Contractor's responsibility to properly dispose of all rubbish and waste materials according to applicable federal state and local health safety, and environmental laws,ordinances, rules and regulations. 4.4 WORKFORCE:Contractor and all employees shall perform the services in a timely,professional and efficient manner. The City reserves the right to remove any employee from City property for violation of federal,state, and local health, safety and environmental laws,ordinances, rules and regulations. The Contractor shall: • Assign to the City only courteous,neat,orderly, competent and licensed/certified(as required)workers,skilled in the performance of the services which they shall perform under the Agreement; • Require all employees to wear City issued badges in a visible manner at all times while on City property. Upon approval,the Facilities Manager shall provide site access to the Contractor and all required personnel. Im `'d^ ' IBEACH 13 ITB 2014-080-SW ELECTRICAL SERVICES Section 4—Technical Specifications 4.5 ELECTRICIAN I ELECTRICAL CONTRACTOR REQUIREMENTS:The following contains additional requirements and experience for electrical services required by the City.The Electrician/Electrical Contractor herein after"Contractor' shall ensure that ail personnel are skilled and qualified to perform the services as requested.The Contractor shall: • Be licensed to perform electrical work as required by the State of Florida, Miami-Dade County,or any other applicable regulation; • Master Electrician shall have at least five(5)years'experience with a minimum of three(3)years'commercial experience; • If a Journeyman Electrician is employed and will be assigned to any City projects,the Journeyman Electrician shall have at least three(3)years'experience with a minimum of two(2)years'commercial experience.All work performed by the Journeyman Electrician shall be inspected and approved-by the Contractor's Master Electrician. • Perform functions that include but not be limited to:adding additional circuits, replacing panels and sub-panels, adding dedicated lines and grounds,and replacing motors,and other electrical work as described by the Facilities Manager; Have access to and have a working knowledge of all the tools and equipment used to install and perform electrical repairs; • Be able to work unsupervised with full management of contractor crew. 4.6 DESIGNATED PERSONNEL: In order to maintain consistent standards of quality work performed across the City, the Contractor shall identify and designate crew leader, crew and point of contact for City projects. Contractor shall provide to the Facilities Manager a personnel list of the Designated Crew Leader/Supervisor and Crew before work commences. Said contact person, crew leader/supervisor and crew shall remain the same throughout the term of the contract or upon termination of the employee. If a change has been made in the personnel list due to termination, the Facilities Manager shall be notified by the Contractor immediately at the time of the change. NO substitutions of key personnel shall be permitted without written approval of the Facilities Manager. 4.7 SCHEDULING/RESPONSE TIME:All work shall be scheduled at the convenience of the City as not to interfere with the City's conduct of business. Man hours paid under this contract shall be only for productive hours beginning and ending at the job site.Response times shall be as follows: 4.7.1 Non-Emergency Service Calls: Regular business hours shall be from 7:00 AM to 6:00 PM, Monday through Friday(excluding weekends and holidays). Contractor shall provide a written estimate within twenty four(24)hours, if the job is simple and small enough that it does not require site verification or site visit. If the job is more complicated or requires site verification or site visit,the Contractor shall respond and provide a written estimate within forty eight(48) hours. All non-emergency work shall begin within five(5)days of the original request. 4.7.2 Emergency Service Calls: If the Primary Contractor cannot meet the City's need for the emergency request the City will then contact the Secondary Contractor.The City reserves the right to contract with any contractor in the case of an emergency, and no response or untimely response has been made with either the Primary or Secondary Contractors. Contractor shall: • Respond to emergency calls within two(2)hours after the request is placed. Be on site at the location of required service within four(4)hours after notification by the City. • Provide a twenty four(24)hour emergency contact phone number. For emergency calls,outside regular business hours a voice mail paging system is acceptable on the condition that a call back is initiated within thirty(30) minutes from the time that the page is placed. 4.8 WORK HOURS: Regular business hours are from 7:00 am to 6:00 pm, Monday through Friday(excluding weekends and holidays). Non-Regular hours consist of hours outside the City's regular business hours,weekends,and .; A,1BEAC—H 14 ITB 2014-080-SW ELECTRICAL SERVICES Section 4—Technical Specifications holidays.Overtime pay will be allowed by the City,only upon approval of the Facilities Manager in advance of work. Overtime work shall be based on the rate of regular-labor not to exceed one and one half(1 %Z)times the fixed hourly rate for the tradesman performing the service. 4.9 PARTS AND SUPPLIES. The City may provide supplies, materials or parts necessary for the work performed by the contractor or may require contractor to provide said materials in accordance with the pricing established herein. It shall be the responsibility of the contractor to supply all necessary tools, equipment and transportation to perform the work as requested. The contractor may be requested to obtain supplies, materials or parts from time to time which should be of good quality.The�cost of such shall be billed as per the requirements of this ITB. 4.10 PLANNED PROJECTS. From time to time, the County may request an estimated project cost from one or more contractors(irrespective of order of award) prior to authorizing.At its own expense, the contractor shall visit the site and prepare a detailed hourly rate bid, based on the contractor's contract rates for accomplishing the work. Each bid prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. Work Orders requesting hourly rate bids should not be performed by the contractor until approval of such Work Order has been given by the City. all risk and financial liability for any services rendered without such proper authorization. 4.11 PERMITS. Contractor shall be responsible for attaining permits for any work which requires permits. The City will reimburse the Contractor 100% of the cost of the permits only. No administrative fee is allowed to be assessed to the cost of the permits. 4.12 WARRANTY: Contractor shall fully guarantee all repair work for a period of not less than one year. For new installations, Contractor shall additionally provide full manufacturer warranty to the City. 4.13 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. hAlAAAdBEArH 15 ITB 2014-080-SW ELECTRICAL SERVICES I Section 5—Bid Price Form SECTION 5.0 BID PRICE FORM • e • • o • -• • •-.• • •• • 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 nonresponsive.All corrections on the Bid Price Form (Section 5)shall be initialed. Group._- ,.. .... e Estimated Total Group Annual (Quantity x Unit Item Description service hours UIM Unit Cost. Cost)l 1A Hourly Rate- Regular 1600 Hourly Rate s j 4 V- 1B Hourly Rate-Non Regular 400 Hourly Rate -15 3 Estimated Annual Net Cost Group Gross Costs % mark-up (Dealer Invoice Cost Item Description Dealer Invoice Cost) (See Special Condition 3.23 ,, X% Mark-up) 1C Mark-up for Parts and Supplies $135,000 5 % pig •e - • Company: ✓1 Authorized Representative: \C2t Address: `� j ,� a � Telephone: g-5 Email: , `I I % Y•i tp, e— Authorized Representative's Signature: t 01 i 16 DATE(MM/DDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 5/8/2013 N ONL AND CONFERS NO THIS CERTIFICATE IS ISSUED AS A MATTER OF INFO VE CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMENDYEXTEND OR ALTER TIHE OVERAGE AFFORDEDABY THE FOLIC EIS BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE 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). CONTACT PRODUCER NAME: PHONE (954)943-5050 WC No:(954)942-6310 Frank H. Furman, Inc. E-MAIL 1314 East Atlantic Blvd, ADDRESS: INSURERS AFFORDING COVERAGE NAIC# p, O. BOX 1927 Pompano Beach FL 33061 INSURERA:Zurich American Insurance Co. INSURED INSURER B:North River Ins. Co. Enterprise Electrical Contracting, Inc. INSURERCBrid efield Employers Ins. Co. 1740 NW 69 Ave. INSURER D: INSURER E: Miami FL 33126 INSURER F COVERAGES CERTIFICATE NUMBERkMSTER - NO FORM # REVISION NUMBER: PERIO THIS IS TO CERTIFY THAT THE POLICIES OF I SURA TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOLIWHICH THIS WI INDICATED. NOTTH STAN DING ANY 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 Y CLAIMS. INSR A D D L SUER pOLICY NUMBER MM/DD/YYYY MMIDD LIMITS LTR TYPE OF INSURANCE IN SR EACH OCCURRENCE S GENERAL LIABILITY DAMAGE TO RENTED 300,000 PREMISES Ea occurrence S X COMMERCIAL GENERAL LIABILITY 10,000 CLAIMS MADE a OCCUR MED EXP(Anyone person) S A 3/27/2013 /27/2014 1,000,000 LO5747045 PERSONAL&ADV INJURY S GENERAL AGGREGATE 5 2,000,000 PRODUCTS-COMP/OP AGG S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: S POLICY X PRO- LOC COMBINED SINGLE LIMIT S 1 000 OOO AUTOMOBILE LIABILITY Ea accident BODILY INJURY(Per person) $ A X ANY AUTO 3/27/2013 3/27/2014 BODILY INJURY(Per accident) 5 ALL OWNED SCHEDULED BA P5747044 AUTOS AUTOS PROPERTY DAMAGE $ NON-OWNED Per accident X HIRED AUTOS X AUTOS $ X Hired car physic.. 4,000,000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE s EXCESS LIAB 5811014799 3/27/2013 /27/2014 AGGREGATE s 4,000,000 B CLAIMS-MADE $ DED X RETENTIONS NI WC STATU- OTH- WORKERS COMPENSATION X T Y AND EMPLOYERS'LIABILITY Y 1 N $3044953 05/21/2013 05/21/2014 E.L.EACH ACCIDENT $ 1 000 000 ANY PROMEMBER/EXCLUDR/EXECUTIVE NIA C OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYE $ 1 000 000 (Mandatory in NH) If yes,describe under E.L.DISEASE-POLICY LIMIT $ 11000-1000 DESCRIPTION OF OPERATIONS below i DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE S THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Miami Beach 1700 Convention Center Dr AUTHORIZED REPRESENTATIVE Miami Beach, FL 33139 l Dirk DeJong/AM �J 2010105) ©19882010 ACORD CORPORATION, All rights reserved. ACORD 25 INS025 ninn.ri Thn &rr1Rr)nam and Innn ara rnni¢tornrl m�rl�c of A(Cl�?rl ro m e I = e ITB 2014-080-SW ELECTRICAL SERVICES Section 6—Bid Certification& Affidavits SECTION 6.0 BID CERTIFICATION &AFFIDAVITS .• -• e - e • e e • •• •• e e ••o e- a e- -• • e e e e- • •• 6.1,General Proposer Information. FIRM NAME: NO OF YEARS IN BUSINESS: NO OF YEARS IN BUSINESS LOCA Y: NO.OF EMPLOYEES: OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADAUARTERS): °7 L/D M v� CITY: Q' STATE: FL T EPHONE NO.: (3Da) °-�a �f� TOLL FREE NO.: NO.: 0_57� Egg -� FIRM LOCAL ADDRESS: CITY: STATE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: fA/� i �� i ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: 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 l proposer to perform in accordance with contract requirements. biz 26 I T B 2014-080-SW ELECTRICAL SERVICES Section 6—Bid Certification& Affidavits 6.2. Acknowledgement of Addendum. After issuance of solicitation, the City may have released one or more addenda to the solicitation, 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 Confirm Confirm Confirm Receipt 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 proposer a veteran owned business? 0 YES L V J 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: https:/lsupplierportal.dnb.com/webapp/wcs/stores/servIeVSupplierPortal?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. PJtIAVII SLEACH 27 ITB 2014-080-SW ELECTRICAL SERVICES 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? / 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 cancellation(s). 6.8. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign i P Finance Reform laws, as codified in Sections 2-487 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 of Mayor or City Commissioner for the City of Miami Beach. 6.9. Code of Business 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/. r �I,;;M;l BEANCH 28 ITS 2014-080-SW ELECTRICAL SERVICES Section 6—Bid Certification& Affidavits 6.10. 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 2012-13 (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 required. 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 f Miami Beach limits who are direct) performing work on the Y YP 9 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? i YES 0 NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestjepartners of employees? YES 0 NO C. Please check all benefits that apply to your answers above and list in the"others 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 y Sick Leave Family Medical Leave 'V_ Bereavement Leave V ® n�1IA 1B-A .1 29 ITB 2014-080-SW ELECTRICAL SERVICES � 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 handbook. If documentation for a particular benefit does not exist,attach an explanation. 6.12. Other Submittal Requirements. 30 \ 1 ' RORISE H ECTRiCAL CQNTR'ACTING,INC. 1740 NW 69th Avenue, Miami, FL 33125 305-854-6540 office 305-884-6541 fax City Of Miami Beach 1700 Convention Center Dirve Miami Beach, FL 33139 RE: Geberal Building and Specialty Trade Services Dear City of Miami Beach: Enterprise Electrical Contracting, Inc. (EEC) is pleased to respond to the City of Miami Beach's Invitation to Bid (iTB No. 44-11/12)regarding Electrical Repairs and Contract workwithin the Miami Beach City Limits. EEC has a successful record in providing excellent electrical services in South Florida and looks forward to offer similar services to the City of Miami Beach. Since 2005, EEC has been providing street lighting services to FPL and other customers including the City of Miami Beach. We have maintained FPL's street lights in Palm Beach County and are currently the exclusive contractor for FPL's Miami-Dade& Broward Counties street lights maintenance &repair, completing over 4,000 repairs monthly. EEC also provides electrical repairs and service to residential clients and contractors such as FPL, CIVIC Construction, Central Florida Equipment and numerous others as you will see on our reference list. r EEC is strongly committed to providing excellent customer service to its clients as well as to the r constituents its clients serve. We have processes and controls in place to ensure jobs are repaired in a 1 timely, safe&cost effective manner. We recognize electrical repairs are vent'important to its customers and their constituents and as such our employees conduct their work with the urgency and commitments our clients expect EEC has a strong working relationship with the City of Miami Beach having worked on various City � projects. We currently support the City by providing parking lot lighting maintenance services, `- demonstrating our operational experience in this field. We have also worked with other municipality's electrical needs such as Pembroke Pines &Opa Lccka. EEC assisted the City in its installation of the City-Wide Wi-Fi infrastructure.We are unique in our intimate knowledge of the Wi-Fi facilities throughout the City. Also, we are-currently providing similar services to FPL regarding its smart metering(AMT) infrastructure. We provide maintenance and repair services to the smart metering infrastructure which has similar equipment to that found within the city. �. The City of Miami Beach is a unique working environment. EEC is sensitive to the historic, urban, commercial,tourist and residential components found within the City. Our employees are knowledgeable and sensitive to the varied field conditions that can be encountered at any particular site. 1 We are confident that we can provide excellent service to the City regarding this project: General Building and Specialty Trade Services; ITB#66-11112 and look forward to answer any questions you may have. ----Sin,A rely --- --- - ------------- ----- Ja es R. Bill, President t� 1 � ENTERPRISE ELECTRICAL CONTRACTING,INC. 1740 NW 69"' Avenue, (Miami, FL 33125 305-384-6540 office 305-384-6541 fax `COMPANY PROFILE EXECUTIVE SUMMARY Enterprise Electrical Contracting(EEC) is a privately owned, fast growing full services electrical contracting company. Founded by James Bill in 2005, EEC has been able to provide its customers with excellent service from a highly talented and experienced team. EEC is able to provide electric utilities and local governments services In expanding, upgrading and restoring electric distribution systems. Its management team's knowledge and experience of electric distribution systems enables EEC to work productively on all types of projects. Areas of specialty include: — Streetlight maintenance, repairs &construction — Seriice and meter work — Over-Head line maintenance&construction — Severe weather restoration work — Underground primary and secondary fault location and repair — Automated iMetering Infrastructure (ANTI) network support services — Cable puffing — Site restoration: sod, asphalt, concrete, fencing, etc. — Pad mounted transformer change-outs — Traffic signalization services — Backhoe&operator rental EEC also offers municipal, governmental, institutional, commercial and residential customers a full range of turn-key electrical contracting services with experience on multiple commercial and residential projects. Areas of specialty include: — Wi-Fi infrastructure installation (City of Miami Beach WkFi project) — Lighting installations and retrofitting — Parking-lot lighting installation and maintenance — Generator installations and servicing — New construction, upgrades, repairs — Electrical engineering, design & permitting services — FPL Claims inside electrical repair 2 ENTERPRISE ELECTRICAL-CONTRACTING,INC. 1740-NW 691h Avenue, Miami, FL 33126 305-884-6540 office 305-884-6541 fax EXECUTIVE SUMMARY(continued) j Other benefits and services EEC can provide include: - Permitting services: EEC can offer turn -key services regarding the pulling of electrical permits which may be required. - Electrical design services: EEC can offer turn-key electrical design services from a licensed professional electrical engineer for any projects which may be required. - 2 locations: EEC has 2 operations yards: Miami Airport& Deerfield Beach. Through these 2 locations: c We can service Miami-Dade, Broward and Palm Beach counties o We can offer a faster response rate as well as uninterrupted service to our customers should one area be severely affected during a severe weather event. EEC is licensed to operate in Florida, Miami-Dade, Broward, and Palm Beach Counties and their municipalities. EEC is a certified GSA contractor for the Federal Government and a State of Florida DOT contractor. COMPANY RESOURCES j FLEET&'EQUIPMENT*: - Bucket Trucks: 22 - Dynatel's: 11 - Material Handlers: 5 - Frisbee Locators: 10 - Digger Derrick: 4 - Backhoe: 1 - Trailers: 33 - Bobcat: 1 - Trucks: 22 - Mini-excavator: 9 - Vans: 7 - Forklift: 3 - Pumps: 3 - Air compressor: 7 - Test truck(w/thumper)- 3 - 2 sets of manhole safety gear INVENTORY OF SENSITIVE EQUIPMENT: - EEC has a secure warehouse at its Miami Airport of ice site where it has the ability to safely and securely store equipment. As a full services electrical contractor we currently operate under such tight standards for inventory, etc. - Our security systems include 24-hr camera surveillance, alarm system, etc. - Access to all of our facilities are strictly monitored and critical fleet equipment is monitored via GPS devices, etc. EMPLOYEE TALENT*: - Management 11 - Helpers 49 - Administrative 10 - Apprentices 04 - Journeymen 32 - Streetlight Tech 37 °"EC employee&equipment as of May,2012. 3 i ENTVRP RISE ELEC TRICAL CONTRACT ING.!NC. °1740 NW 6J`h Avenge, Miami,EL 33126 305-884-5540-office 305-884-6541 fax KEY PERSONNEL& MANAGEMENT TEAM James Sill, President: EEC's management team is led by James Bill. Mr. Bill has over 25 years'experience in the electrical distribution system and electrical contracting business. Mr. Bill's 20 years' experience with FPL's distribution system include working as a journeyman cable splicer, designing and several management positions culminating as a Service Center Lead Supervisor. After that, he has 6 years' experience running an electrical contracting services company, servicing utilities and institutional, cornmercial, residential customers, He founded EEC in 2005 and has spearheaded its rapid expansion. Alexander Yermakov,Master Electrician: Mr. Yermakov has over 20 years of experience as an electrical engineer and in the electrical contracting business, He received his Diploma e3 Electrical Engineering from the Institute of chemical Technology, Moscow, Russia. He has been with Enterprise Electrical Contracting since 2006. Ernie Damers, Utility Manager: Mr. Damers'experience with the electrical distribution system includes 24 years with FPL. His career includes experience as a Senior Line Specialist as well as four years of experience supervising contractors and FPL crews. He has managed EEC's utility division since 2006. He leads EEC's safety initiatives and is also a Total Safety Culture training facilitator. Danilo Ortega,Street Light Supervisor: Mr. Ortega has over seven years'experience in street lighting services. He currently supervises EEC's field crews in the Street light Department which includes the City of Miami Beach parking lot lighting services. He is a certified Journeyman Lineman and has worked at EEC since 2006. FINANCIAL STRENGTH EEC is financially sound and its revenues reflect a fast growing, well run electrical contracting company. Certified audited financials confirm the company is financially healthy, growing and is profitable despite the fact that the industry has been economically challenged. Revenues: > 2011: $10,053,755 > 2010: $8,024,590 > 2009: $5,696,248 4 ENTERPRISE ELECTRICAL CON I RACTING,IINC. 1740 NW 68th Avenue, Miami, FL 33126 305-884-6540 office 305-884-6541 fax MUNICIPAL_�CLISTOIVIERS - City of(Miami Beach - City of Ft. Lauderdale City of Pembroke Pines - City of Miami - City of Homestead - City of Coral Gables City of Opa Locka City of Hollywood STATE &FEDERAL CERTIFICATIONS GSA Contractor for repair and maintenance of electrical facilities,GSA Contract number GS-21 F-0039T. Approved for SIN 811-004 Facilities Maintenance& Management(Electrical and All Utility Services). Approved for SIN 811-004RC Disaster Recovery for Facilities Maintenance & Management. This designation allows state and municipal governments to take advantage of GSA's Disaster Recovery Purchasing Program for Presidentially declared emergencies. DOT certified contractor for the State of Florida SAFETY EEC is strongly committed to a safe and secure workplace for its employees, its customers and the general public. - Hiring Practices: - All new hires of EEC are required to go through a thorough back-ground check, license and certification checks and drug-testing - Drug Testing/Drug Free Work Place: - EEC is a drug free work place and has strict guidelines in place to ensure compliance with its policies, including random drug testing for all its employees - Certifications: All-new hires requiring licenses or certification have them checked as a condition of employment. EEC has a high ratio of journeymen in its work force; currently we have 32 certified journeymen on staff. All employees requiring certification for other type of work such as forklift, man-hole, CPR, etc. is certified to do so before any work is begun. - Training: EEC has a strong safety and training program. In-house training certifications �,ludL_forklif, CPR aerial.devices,..confined spaces, leader,_pole_top and rran- hole rescue. 5 I H E A L T H.AvMm P L A NS Amendment DOMESTIC€ARTNER As of the Effective Date, Part IV. ELIGIBILITY, of the Group Medical and Hospital Service Contract is amended by the addition of the following provision: Dependent Eligibility will be added for a Domestic Partner and his or her children. Definition of Domestic Partner: A Domestic Partner means an unmarried adult who: ■ Cohabits with you in an emotionally committed and affectional relationship that is meant to be of lasting duration; ■ Is not related by blood or marriage; ■ Is at least eighteen years of age; • Is mentally competent to consent to a contract; • Has filed aDomestic Partnership agreement or registration with the Employer,if available, in the state (and/or city)of residence; • Has shared financial obligations including basic living expenses for the twelve month period prior to enrollment in the plan; • Will provide documentation that will be satisfactory to the Employer as evidence of a Domestic Partner relationship;and ■ Meets the dependents eligibility requirements of the Employer's health benefits plan. i 11 . S `T V AV-DP-12-R-02 M, P-3147(1/04) :s• GROUP CONTRACT FOR PREPAID SERVICES between SAFEGUARD HEALTH PLAINS, INC., a MetLife company, a Florida corporation and Enterprise Electrical Contracting, Inc. GROUP CONTRACT FOR PREPAID SERVICES between SAFEGUARD HEALTH PLANS, INC., a MetLife-company, and Enterprise Electrical Contracting, Inc. TABLE OF CONTENTS I . 'REFERENCE TO ATTACHMENTS.................................................................................................1 Il . DEFINITIONS ........................................................... ...1 .................................................................... Ill . PREPAYMENT FEE................................................................. ........2 IV , OTHER CHARGES..........................................................................................................................2 V. ELIGIBILITY.....................................................................................................................................2 V1 . CHOICE OF PROVIDERS...............................................................................................................3 VII . FACILI TIES......................................................................................................................................4 VIII . ADMINISTRATION..........................................................................................................................4 Ix. DENTIST-PATIENT RELATIONSHIP..............................................................................................5 X. DURATION OF THIS CONTRACT..................................................................................................5 X1 . TERMINATION OF BENEFITS........................................................................................................5 XII . CANCELLATION OR NONRENEWAL OF CONTRACT.................................................................6 X111 . REINSTATEMENT...........................................................................................................................7 XIV. RENEWAL PROVISIONS................................................................................................................7 XV . EXTENSION OF BENEFITS............................................................................................................7 XVI . BENEFITS TO BE PROVIDED-BENEFITS,COPAYMENTS, LIMITATIONS, EXCLUSIONS AND ADMINISTRATIVE POLICIES.............................................. ...7 XVII . INDIVIDUAL CONTINUATION OF BENEFITS................................................................................8 XVIII . GENERAL PROVISIONS...............................................................................................................10 I- GKPPS-SHPFL-M i 06/09 whom the Subscriber is required to provide dental care pursuant to a court or administrative order.) Children of the Subscriber who are incapable of self-sustaining employment and support due to a developmental disability or physical 'handicap. Attainment of age 25 shall not operate to terminate the coverage of this child while the child is and continues to be both (1)incapable of self-sustaining employment by reason of mental retardation or physical handicap and(2) chiefly dependent upon the subscriber for support and maintenance, provided proof of the incapacity and dependency is furnished to SAFEGUARD-by the member within 31 days of the request for the information by SAFEGUARD, but not mcre frequently than annually after the two-year period following the child's attainment of the limiting age. Other dependents if the Organization provides benefits for these dependents. 5.3 In order for coverage to become effective, a written and signed enrollment application must be received by SAFEGUARD and any required prepayment fees must be paid. SAFEGUARD must receive such enrollment application within 30 days of the date that each eligible person becomes eligible for coverage. Dependent spouses are eligible for coverage from the moment of marriage. Newborn children and newborn adopted children are eligible for coverage at birth. Legally adopted children, foster children, and step-children are covered from the day they are placed with the employee. SAFEGUARD will also honor any court ordered coverage for any other dependents. 5.4 ORGANIZATION shall also send an eligibility list via hard copy,magnetic tape or other electronic medium to SAFEGUARD specifying the names and other identifying data for each Member to be covered for the succeeding month. Said eligibility list shall: (a) Specifically identify those Members who are newly eligible to receive services. (b) Specifically identify those Members who are no longer eligible to receive services. (c) Be provided to SAFEGUARD no later than the twentieth(20th)day of the month preceding the month during which Members will be eligible for benefits. 5.5' Should a Subscriber be terminated or leave ORGANIZATION, the Subscriber shall continue to be eligible to receive services, and SAFEGUARD shall be entitled to its monthly prepayment fee for such Members until such time as SAFEGUARD is notified in writing of the Subscriber's termination and the Subscriber is removed from the eligibility list specified above. Should SAFEGUARD be notified of a Subscriber's termination after the eligibility list is provided by ORGANIZATION to SAFEGUARD, coverage for the Subscriber shall continue until the end of the applicable monthly period, if any, and SAFEGUARD shall retain or must be paid the applicable prepayment fee to the end of the monthly period for the Subscriber. 5.6 Subscribers are eligible to become Members of SAFEGUARD at the time designated by the ORGANIZATION as of the effective date of this Contract. For the Subscribers of the ORGANIZATION who become eligible as determined by the ORGANIZATION after the effective date of this Contract, the effective date-of-eiigibility-shall-be-subject-to the eligibility rules of the ORGANI-Z-ATiON-.----- - - --- -- - - - V1. CHOICE OF PROVIDERS To-receive covered-dental-benefits,-when a Member enrolls in the SAFEGUARD-,plan,-he-ar-she must choose a Participating General Dentist from-the SAFEGUARD network. Each family member may select a different dental office. The Directory of Participating Providers contains a complete listing of Participating Dentists. Participating Dentists may aiso be located by accessing wmv.metlife.com/mybenefits to view General Dentists by zip-codes. GKPPS-SHPFL-M 3 06/09 I Ill. PREPAYMENT FEE 3.1 As set forth in the Acceptance Agreement, ORGANIZATION shall pay SAFEGUARD the appropriate monthly prepayment fee per month for each covered Member, as applicable, commencing on the effective date of this Contract, which sum shall be the guaranteed monthly prepayment fee until contract renewal date. 3.2 The prepayment fee is paid by ORGANIZATION. The payment -of this sum shall relieve ORGANIZATION and Subscribers of any further liability for payment of a prepayment fee hereunder. 3.3 ORGANIZATION acknowledges and understands that this Contract provides solely and exclusively for services to be performed at dental facilities with whom SAFEGUARD has a contractual relationship. This Contract provides for the provision of services only. This Contract is not an insurance policy and does not indemnify or reimburse any Member or ORGANIZATION in cash in any manner whatsoever, except as set forth in Paragraph 11.3. 3.4 ORGANIZATION shall send payment covering all Members to SAFEGUARD at the address specified in the Acceptance Agreement, and continuing each month thereafter on said date, for the duration of this Contract. IV. OTHER CHARGES 4.1 Late Fees: ORGANIZATION acknowledges that any late payment of the prepayment fee by ORGANIZATION under the terms of this Agreement will cause SAFEGUARD to incur costs not contemplated under this Contract, the exact amount of such costs being extremely impractical to fix. Such costs include, without limitation, processing and accounting charges, and other administrative costs associated with the collection of the late payment of the prepayment fee. Therefore, if the prepayment fee is not received from the ORGANIZATION by the tenth (10'") day of each month, ORGANIZATION shall pay to SAFEGUARD an additional sum of five percent (5%) of the monthly prepayment fee then due. SAFEGUARD and ORGANIZATION agree that this charge represents a reasonable estimate of such costs and expenses and is fair compensation to SAFEGUARD for its loss suffered by such nonperformance by ORGANIZATION. Acceptance of this charge shall not constitute a waiver of ORGANIZATION's default with respect to such nonperformance by ORGANIZATION nor prevent SAFEGUARD from exercising all other rights and remedies available to SAFEGUARD. 4.2 Interest: Interest on late prepayment fees from the date such fees are due will be charged at a rate equal to eighteen percent (18%) per year. Unpaid interest will be due and payable upon notice thereof to ORGANIZATION from SAFEGUARD. V. ELIGIBILITY 5.1 The determination of who is eligible to participate and who is actually participating in the Plan shall be determined by ORGANIZATION and SAFEGUARD shall have the right to rely upon that determination. Any disputes or inquiries regarding eligibility, including rights regarding renewal, —reinstatement-an-d-th-e-like,–if-any,–shall-be referred-by-SAFEGUARD-tT OR"GANIZATION—which shall"then _ -- advise SAFEGOA�D o�i s determination. 5:2 in the absence of a determination of eligibility by-ORGANIZATION, SAFEGUARD defines eligible dependents to be: a The lawful spouse or domestic partner of the Subscriber, if the Organization permits such coverage. The unmarried children or grandchildren of the Subscriber up to age 25 for whom the Subscriber provides care(including adopted children,step-children, or other children for GKPPS-SHPFL-M 2 06/00, CITY OF MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Division ONLY IF you: a. Have taken all reasonable measures to end discrimination in benefits; and b. Are unable to do so; and c. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 1. The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 2. The dates on which such benefits providers were contacted; 3. Copies of any written response(s)you received from such benefits providers,and if written responses are unavailable, summaries of oral responses; and 4. Any other information you feel is relevant to documenting your inability to end discrimination in benefits,including, but not limited to,reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) r Mailing Address of Company Z�Z,. = M�all I ignature City, State, Zip P n 1 L)U (/�4 Name of Signatory(please print) Telephone Number Title 'Date 9/5/12 iTB No.66-11/12 City of Miami Beach Page 54 of 57 Definition of Terms A. REASONABLE MEASURES The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: (1)The number of benefits providers identified and contacted, in writing, by the City Contractor; and written documentation from these providers that they will not provide equal benefits; (2) The existence of benefits providers willing to offer equal benefits to the City Contractor; and (3) The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. CASH EQUIVALENT "Cash Equivalent"means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable)in lieu of providing Benefits to the employees'Domestic partner(or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: a. For bereavement leave,cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. b. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee,to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. c. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment --.--would-be-in-the-forr-,a-of wages-of the-domestic-partner employee for-the n umber.of-days-al lowed, - - - 9/5/12 ITB No.66-11/12 City of Miami Beach rage 55 of 57 "ACH QU,CK 12EF E R E N C E GUIDE TO EOUAI BCNC! 5 CONtPLIAINCE STEP l:UNDERSTANDING THE LAW STEP 2: HOW TO COMPLETE THE DECLARATION: NON-DISCRIMINATION IN CONTRACTS AND What does the law require? BENEFITS FORM The proposed Ordinance will requira cartcin contractors doing business with the City of Miami Beach, who are awarded a Saction 1 asks for iniormatten about your company. If the contract pursuant to competitive bids, to provide'Equal Benefits' company employs 50 or less employees in the to their employees with domestic partners, as they provide to U.S.,skip to Section 4,date and sign. employees with spouses. Sadion 2. Question TA asks whether your company Who is covered by this Ordinance? prohibits discrimination against people based on the Compefttively bid City contracts valued at over$100,000 whose categories fisted, contractors maintain 51 or more full Nme employees on their . Answer 'YES' if your company does have such a payrolls during 20 or more calendar work weeks. For more policy. information,see Equal Benefits Ordinance Summary. . Answer'NO"If your company does not have such a policy. What benefits are covered? The Ordinance applies to all benefits offered by a contractor to its Question 1$asks whether your company agrees to include employees who have spouses or domestic pariners and all benefits a nondiscrimination clause in ail subcontracts entered into offered directly to such spouses or domestic partners, even when for the performanca of a substantial portion of the any the amployee pays the antire cost of the benefit.This includes but contracts you have with the City, This clause must include is not limited to: sick leave, bereavement leave, family medical ail of the categories listed in question 1A.You must answer leave,and health benefits. this question even if your company will not ba enfering into any subcontracts associated with work performed for the What is a Domestic Partner? City. A'Domestic Partner"shall mean any two(2)adults of the same or A.nswar 'YES' if you will agree to include a different sex who nave registered as domestic partners with a nondiscrimination clause in subcontracts. government body pursuant to state and local law authorizing such Answer 'NO' If you will not agrea to inciude a registration, or with an internal registry maintained by the nondiscrimination cicusa in subcontracts. employer of at least one of the domestic partners. Question 2A asks whether your company offers benefits What if a contractor is unable to offer benefits (such as medical Insurance) to employees' spouses or to equally? employees because they are married(such as bereavement Some contractors are unable to find an insurance company willing leave which can be taken because of the death of a to offer domestic partner coverage. When a contractor takas all spouse, or family medical leave which can ba taken reasonable:measures to stop discriminating, but can't for reasons because of a spouse having a serious medical condition(. outside Its control,it can comply wtlh the Equal Benefits Ordinance Answer'YES'If you offer any such benefits. IF it agrees 'a Fay a cash equivalent. A cash equivalent is the . Answer'NO'if you do not offer any such benefits. amount of money paid by an employer for the spousal benefit that is unavailabla for domestic partners, or vice versa. For more MOTE: You are considered as offering a benefit even if Information,sea Reasonable Measures Application. you don't pay for it. if access to the benefit is offered,but the cost must be paid in whole or in part by the employee, What if a company will comply but needs time to do you should still answer'YES'. it? Once a contractor makes it dear that it will comply with the Questton 2B asks whether you company offers benefits Declaration, In certain situations ending discrimination in benefits (such as medical insurance) to employees' domestic may be delayed.For instance,offering medical insurance may be partners or to employees because they ore in a domestic _ delayed until the contractors next enrollment.periods other partnership(such-as-bereavement-leavQ-Which-can-be-taken - benefits. such as bereavement leave, may be delayed until the toacause-of-the-death-of-e-domestle-peFtner-ar-family contractor's personnel policies can be revised. For more medical leave which can be taken because of a domestic information,see Rules of Procedure of the SubsItantial Compliance parmar having a serious medical--onditioni. Form. t Answer'YES'if you offer any such benefits. . Answer"NO'if you do not offer any such benefits 9/5/12 ITB No.66-11/12 City of Miami Beach Page 50 of 57 NOTE: To comply, your answers to quesfions 2A and 26 should Family .Leave Your company's Family and Medical be the same. In very limited circumstances, you may comply I Leave Act policy. All companies with 50 or more without on"aring benefits equally. See Reasonable Measures employees must oiler this benefit. Your policy should Application Form. indicate that employees may take leave because of the serious medical condition of their spouse or domestic Question 2C should be filled out Ot,lLY if you have answered partner. "YES" to question 2A and/or 28. It asks you to indicate which benefits you offer to spouses (or employees because they are Parental leave Your company's policy Indicating that married), which benefits you offer to domestic partners (or employees may take leave for the birth or adoption of a employees because they are in a domestic partnership), and child, to care for a child who is ill,and/or to attend school which benefits you do not offer.Please indicate only these benefits appointments. If leave is available for step-children (the offered.If you offer benefits net already listed, write them in where spouse's child) then leave also should be available for the it says "other". Remember, offering access to a benefit is still child of a domestic partner. considered a benefit,even if your company does not pay for it. Employee Assistance Program Your company's !Vote: If you can't offer all benefit in a nondiscriminatory manner employee assistance program policy confirming that because of reasons outside your control, (e.g. there are no spouses, domestic partners and their parents and children insurance providers willing to offer domestic partner coverage) are equally eligible(or ineligible)for such benefits. you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cosh equivalent, Relocation &Travel Your company's policy confirming submit a completed Reasonable Measures Application Form with that expenses for travel or relocation will be paid on the all necessary attachments and have your application approved by -same basis for spouses and domestic partners of the Procurement Division of the City of Miami Beach. employees. Discounts, Facilities & Events Your company's policy Step 3:ATTACH THE NECESSARY DOCUMENTATION confirming that discounts, facilities (e.g. gym) and events (e.g. holiday party) are equally available to spouses and Section 3 states that you must submit documentation that verifies domestic partners of employees. ail benefits marked in your answer to Question 2C are offered in a nondiscriminatory manner.When passible, it is best if you submit Credit Union Documentation from the credit union -- this documentation along with your Declaration form. For policies indicating that spouses and domestic partners have equal that are unwritten, submit a letter to the Procurement Division access to credit union services, indicating this. Use the list below as a guide for the type of Child Care Documentation that the children of spouses documentation needed. F (stepchildren)and children of domestic artners have a uai P q Medical Insurance A statement from your medical insurance access to child care services. provider that confirms spouses and domestic partners (as defined under this Ordinance) receive equal coverage in your medical Other Benefits Documentation of any other benefits listed plan. This may be in a letter from your insurance provider, or to indicate that they are offered equally. reflected in the eligibility section of your official insurance plan document. Similar documentation is needed ,or other types of For medical insurance companies providing domestic insurance plans. partner coverage in the State of Florida, refer to the Domestic Partner Insurance Coverage Search available Retirement Plans(including 401k&pension plans) online at: www.miamibeachfi.gov under. Business, The sections of your pension plan detailing how employees Procurement drop down list. receive benefits. This should cover joint annuity options and pre retirement death benefits. Documentation should indicate that For any questions on the City of Miami Beach Equal employees with domestic partners and employees :vith spouses Benefits Ordinance or how to complete the applicable receive-the-same benefits-and.paynent_options. forms,please contact_ Bereavement Leave Your bereavement leave of funeral leave Cristina Delvat,Contracts Compiiance Specialist policy indicating the benefit is offered equally. If your polity PROCUREMENT DIVISION 1700 Convention Center Drive,Miami Beach,FL 33139 allows employees time off from work because or'the death of a ;e1:305-673.7496/Fax:786.3944000/ spouse, it should also allow for time off because of the death of a cristtnadelvaQemiamibeochfl.aov domestic partner. If the policy allows for time off due to the death of a parent in-law or other relative of a spouse,it must include time We are committed to providing excallonf public service and safety off for the death of a domestic partner's equivalent relctive. to ail who live,work and play in our vibrant,tropical,historic community. 9/5/12 iTB No.66-11/12 City of Miami Beach Page 57 of 57 -9071,RA �'`i".R vd # 6317275 STATE OF FLORIDA DEPARTMENT OF BUSINESS AN� RLICS�� L REGULATION ELECTRICAL CONTRACTORS LICENSING CE( #L12082903515 _ 1 r - LICENSE NBR !92012 118204023 EC13004436. � The ELECTRICAL CONTRACTOR Named. below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2014 YERMAKOV, ALEKSANDR ENTERPRISE ELECTRICAL CONTRACTING INC 1740 NW 69TH AV ENTERPRISE ELECTRICAL CONTRAC`T'ING, INC. -�.. MIAMI FL 33126 KEN LA`'7SON RICK SCOTT SECRETARYM GOVERNOR DISPLAY AS REQUIRED BY LAW v C� C i®TPIE ELECTRICAL CON i RACING,INC. 1740 NVI169" Avenue, Miami, FL 33125 305-884-6540 office 305-884-6541 fax REFR.ENCES City of Miami Beach FPL Mike Alvarez, Assistant Public Works` Melissa Ebel Director ` 9250 W. Flager St 1700 Convention Center Drive Miami, FL 33174 Miami Beach, Florida 33139 xxx-xxx-xxxx 305-673-7080 mikeaivarez @miamibeachfl.gov k x f FOL ;,City of Opa Locke Hector Niebla, Cable Rehabilitatio-n Initiative E AL ,,,Starex Smith, v ' �' 9250 W. Flagler Street ''/,( ° 777 Sharazad Boulevard`' Miami, Florida 33174 Opa Locka, Florida 33054 954-321-2155 II v 305-953-2821 � Central Florida E ui m nt� �'c. �j FPL . q p � Bob Baer, President r1', Albert Quinones, Smart Metering (A IV]1) 9030 NW 97th Terrace U �� Project rt,a"r Medley, Florida 33178 9250 VIJ, Fla ler Street 305-888-3344 Miami, Florida 33174 : i bbaer @centralfloridaequip.com 305-552-4821 #�N Albert.quinenes @fpi.com Florida Department of Transportation Mary Lou Karner, Operations Manager FPL 14622 SW 122 Avenue Mark Sherwood, Claims Miami, Florida 33186 3020 NW 19 Street � ���€� ' Street , ..'' i 305-256-6374 Ft. Lauderdale, FL 33311 0 1. " 954-717-2137 " F" 9 b F CMC Construction Art Murphy, Vice President z . 5 701 Back.,((Avenue, Suite.. 3150 Miami, Florida 33130 786-553-9502 FPL f Joe Hancock, ,r , 2455 Port West Blvd. West Palm Beach, FL 33407 561-845-3339 Joe.Harcock @fpl.corn ,= ` _,� ;IA t -'AV fi kkkk ��E V 1 C, N1 1 Iry 6 v ENTERPRISE cL�CTRICA.�CGNTRACTING,iMC. 1740 NW 69`h Avenue, Miami, FL 33126 305-884-6540 office 305-884-6541 fax METHODOLOGY&APPROACH Electrical :maintenance and repairs is part of EEC's currant business and customers.We are confident in our ability to provide excellent serf ice to the City of Miami Beach on this project. Dedicated Management Team: spear headed by our Construction Manager: Aieksandr Yermakov and by Katherine Amezola, Project Administrator. Emergencies and Response Time: e EEC offers 24-7 crew availability to support any electrical emergency. 9 We respond within less than 48 hour time frame for non-emergency situations to evaluate and supply estimate of repairs to the City of Miami Beach. 9 Urgent/emergency conditions can be responded to within a 2 hour time frame. EEC is confident of its ability to meet this requirement due to its 24-7 operations currently in place in Miami Dade County. Inventory, Equipment and its Disposal: ® A robust supply of standard materialis stored and maintained at our Miami-Airport Office warehouse. ® Securing material and equipment is not an issue. EEC has excellent credit and bond ratings and has existing purchasing agreements with numerous electrical supply vendors already in place. Regulatory Guidelines: ® All state,federal and National Electric Code guidelines and requirements will be met and adhered to at all times. EEC follows all DOT specifications as well as any additional.requirements from the City. ® All permit requirements will be met to complete any work within the City. Billing Process: EEC currently conducts parking lot lighting for the City of Miami Beach. A similar billing method would be established, invoicing monthly basis at an agreed upon date. All invoices would include any of the City's requirements including time sheets, patrol logs, GIS coordinates, etc. 7 ITB 2014-080-SW ELECTRICAL SERVICES Section 6-Bid Certification& Affidavits SUBMITTAL CERTIFICATION 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 ITB, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the ITB, 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 Requirements Affidavit are true and accurate. Name of Proposers Authorized Representative: Title of Proposer's Authorized Representative: �Sm e5-Z., k . &a t dfn�— Signature of Proposer's Authorized Re resentative: Date: ILI Sta of -� County of 10.16c This instrument was signed before me on --�IRr { Print name of Signer(s) �- ��'`1G ry Sig ature Rr PU ' o�P, &, TWAR E E. * MY COMMISSION#EE 150324 EXPIRES;December 1,2015 Notary Printed 4 w Notary Public for the State of T�-L Affix seallstamp as close to My Commission expires: -- , 20_ �2 signature as possible. n,,llAA4,!BEACH 31 ITB 2014-080-SW ELECTRICAL SERVICES 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: 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 Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do_ do not want to be retained on your mailing list for future bids of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a bid or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Steven Williams BID #2014-080-SW 1700 Convention Center Drive MIAMI BEACH, FL 33139 a� NAIANAI BEACH 32