Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Certification of Contract with MRSE LLC d/b/a Roth Southeast
MIAMIBEAH got l — 3o17 CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: HVAC Controls,. Maintenance and Repairs CONTRACT NO.: ITB 2018-040-JC EFFECTIVE DATE(S): This Contract shall remain in effect for a period of three (3) years from date of execution by the Mayor and City Clerk of the City of Miami Beach, and may be extended at the sole discretion of the City, through its City Manager, for three (3) additional (1) year terms. SUPERSEDES: 2014-066 1 � CONTRACTOR(S): MRSE LLC DBA Roth Southeast For Group 5 as primary Contractor For Group 6 (Pool of pre-qualified Contractors for HVAC and related services projects, in future pricing competition, on an as needed,basis) - 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 ("City"), on January 16th, 2019, approving the award of this Contract, and upon execution thereof by the City and MRSE LLC DBA Roth Southeast a Florida corporation (the "Contractor"). B. EFFECT - This Contract is entered into to provide for HVAC Controls, Maintenance and Repairs pursuant to City Invitation to Bid No. ITB 2018-040-JC 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 purchaseorders shall be issued in accordancewith 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 2018-040-JC. 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, Adrian Morales /Property Management Director at 305-673-7000 ext. 2932. 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. Page 2 ITB-2018-040-JC Page 1 I Certification of Contract 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. 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 always 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 — Contractor acknowledges that the provisions of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute provides, in pertinent part, that 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. 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 Page 3 ITB-2018-040-JC Page 2 Certification of Contract 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. K. NOTICES Whenever either party desires to give notice to the,other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Adrian Morales City of Miami Beach Property Management Department 1833 Bay Road Miami Beach, Florida 33139 Phone:305-673-7000 ext 2932 Email: adrianmorales(ir)_miamibeachfl.gov With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: ' MRSE LLC DBA Roth Southeast 2260 Southwest 66 Terrace Davie, Florida 33317 Attn: Neil Caporale Direct : 954-423-6640 ext 2 or cell 954-520-4573 Fax: 954-423-6684 E-mail: dispatch(a,rothsoutheast.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An ITB-2018-040-JC Page 3 Page 4 Certification of Contract election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 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. INSURANCE & BONDS - 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. ORDER OF PRECEDENCE - 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. R. PURCHASE ORDER REQUIRED - Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any services, unless set forth in a written Purchase Order. S. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and • understood that the City may require additionalitems to be added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative'value of $50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. ITB-2018-040-JC Page 4 Page 5 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this day of 14- - , 20 ter, by their respective duly authorized representatives. MRSE LLC DBA ROTH SOUTHEAST CITY OF MIAMI BEACH Ale"' By _ .__ By e rent/ Signatu'e Jim" L. • ales, City Manager D, Avg. Print Name ATTEST: ATTEST: .41//) e,re ary/ Sign ure Rafae E. Gra ado, City Clerk ■ a 4. ,• 1 U Fes--ice. i Print Name ate 4.9-5/ I? APPROVED AS TO Date FORM &LANGUAGE &FOR EXECUTION a‘'N 1...L054/ City Attorney ruky Date ' INCORPI ORATED: / ITB-2018-040-JC r `zjpge S . ATTACHMENT,A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Resolutions - C7 J MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: January 16, 2019 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2018- 040-JC, FOR HVAC CONTROLS, MAINTENANCE AND REPAIRS, TO AWARD GROUP 1A, REPAIR, REPLACE AND INSTALL, TO MASTER MECHANICAL SERVICES, INC., THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS THE PRIMARY CONTRACTOR, AND TO ADVANCED ROOFING INC. D/B/A ADVANCED AIR SYSTEMS, THE SECOND LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS THE SECONDARY CONTRACTOR, AND TO HYVAC MECHANICAL SERVICES, INC., THE THIRD LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS THE TERTIARY CONTRACTOR; TO AWARD GROUP 1B, TESTING ADJUSTING AND BALANCING (TAB), TO ADVANCED ROOFING INC. AND TO COOL- BREEZE AIR CONDITIONING CORPORATION, THE LOWEST RESPONSIVE, RESPONSIBLE TIED BIDDERS FOR THE GROUP, AS CO- PRIMARY CONTRACTORS, TO BE UTILIZED ON A ROTATIONAL BASIS, AND TO HYVAC MECHANICAL SERVICES, INC., THE SECOND LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS SECONDARY CONTRACTOR; TO AWARD GROUP 1C, PREVENTATIVE MAINTENANCE, TO MASTER MECHANICAL SERVICES, INC., THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS PRIMARY CONTRACTOR, TO ADVANCED ROOFING INC., THE SECOND LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS SECONDARY CONTRACTOR, AND TO TEMPTROL AIR CONDITIONING, INC., THE THIRD LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS TERTIARY CONTRACTOR; TO AWARD GROUP 2, A/C DUCT CLEANING AND SANITIZING, TO COOL-BREEZE AIR CONDITIONING CORPORATION, THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS PRIMARY CONTRACTOR, AND TO TEMPTROL AIR CONDITIONING, INC., THE SECOND LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS SECONDARY CONTRACTOR; TO AWARD GROUP 3, INSULATION, TO THERMAL CONCEPTS, INC., THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS PRIMARY CONTRACTOR, TO MASTER MECHANICAL SERVICES, INC., THE SECOND LOWEST Page 844 of 2168 RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS SECONDARY CONTRACTOR, AND TO ADVANCED ROOFING INC., THE THIRD LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS TERTIARY CONTRACTOR; AND TO AWARD GROUP 5, CONTROLS REPAIRS, TO MRSE LLC D/B/A ROTH SOUTHEAST, THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER, AS PRIMARY CONTRACTOR; AND AUTHORIZING_ THE CITY MANAGER TO EXECUTE AGREEMENTS WITH THE - AWARDED BIDDERS FOR THE AFOREMENTIONED RESPECTIVE GROUPS; AND WITH RESPECT TO GROUP 6, AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONTRACTORS WITH ADVANCED ROOFING INC. D/B/A ADVANCED AIR SYSTEMS, COOL- BREEZE AIR CONDITIONING CORPORATION, HYVAC MECHANICAL SERVICES, INC., MASTER MECHANICAL SERVICES, INC., MRSE LLC D/B/A ROTH SOUTHEAST, THERMAL CONCEPTS, INC. AND TEMPTROL AIR CONDITIONING, INC., FOR FUTURE HVAC AND RELATED SERVICES PROJECTS; AND FURTHER AUTHORIZING THE CITY MANAGER TO AWARD FUTURE HVAC AND RELATED SERVICES PROJECTS PURSUANT TO THE POOL OF PRE-QUALIFIED CONTRACTORS FOR PROJECTS WITH A NOT TO EXCEED PROJECT AMOUNT OF $200,000. RECOMMENDATION The Administration recommends that the Mayor and City Commission approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2018-040-JC, HVAC Controls,Maintenance and Repairs. ANALYSIS The City of Miami Beach Property Management Department requires a Heating, Ventilating and Air Conditioning (HVAC) preventative maintenance, controls, and repair services to assure that the City's HVAC equipment remains efficient and fully functional. The HVAC equipment is located at multiple sites within the City of Miami Beach, and requires the professional capability to perform services on various HVAC brands and equipment types. Requirements of the scope of work include furnishing all labor, parts, tools, transportation, supervision, installation and equipment necessary for the performance of services under the ITB. The awarded contractor(s) shall be responsible to repair, replace and install HVAC equipment and components, provide routine maintenance, testing, adjusting and balancing (TAB), duct cleaning, insulation, and perform controls repairs of HVAC equipment for various City facilities and related'projects. ITB PROCESS ITB No. 2018-040-JC was issued on July 31, 2018, with a bid opening date of August 21, 2018. Seven (7)addenda were issued. The Procurement Department issued bid notices to 132 companies utilizing wwwpublicpurchase.com website. Forty-seven (47) prospective bidders accessed the advertised solicitation. On August 10, 2018, a voluntary pre-bid meeting was held. A voluntary facilities site visit was conducted on October 10, 2018, and was attended by five (5) firms. These efforts resulted in the receipt of seven (7) responses on November 9, 2018, from the following contractors: Advanced Roofing Inc., D/B/A Advanced Air Systems; Cool Breeze Air Conditioning Corporation, Hyvac Mechanical Services, Inc., Master Mechanical Page 845 of 2168 Services, Inc., MRSE LLC D/B/A Roth Southeast, Temptrol Air Conditioning, Inc., and Thermal Concepts, Inc. See tabulation sheet(Attachment A)for the bid totals. In order to efficiently service the City's HVAC needs, the Procurement Department has verified that the lowest responsive, responsible bids for each group are as follows: For Group 1 a: Repair, Replace and Install, to Master Mechanical Services, Inc., the lowest responsive bidder, as primary contractor; Advanced Roofing Inc., D/B/A Advanced Air Systems, as secondary contractor; and Hyvac Mechanical Services, Inc., as tertiary contractor; and, For Group 1 b: Testing, Adjusting and Balancing (TAB), to Advanced Roofing Inc., and Cool Breeze Air Conditioning Corporation, to both serve as co-primary contractors, to be utilized on a rotational basis; and Hyvac Mechanical Services, Inc, as secondary contractor; and, For Group 1c: Preventative Maintenance, to Master Mechanical Services, Inc., the lowest responsive bidder, as primary contractor; Advanced Roofing Inc., as secondary contractor; and Temptrol Air Conditioning, Inc., as tertiary contractor; and, For Group 2: A/C Duct Cleaning and Sanitizing, to Cool Breeze Air Conditioning Corporation, the lowest responsive bidder, as primary contractor; and Temptrol Air Conditioning, Inc., as secondary contractor; and, For Group 3: Insulation, to Thermal Concepts, Inc., the lowest responsive bidder, as primary contractor; Master Mechanical Services, Inc., as secondary contractor; and Advanced Roofing Inc., as tertiary contractor; and, For Group 4: Rentals, no award recommendation will be made for this group; and, For Group 5: Controls Repairs, to MRSE LLC D/B/A Roth Southeast, the lowest responsive bidder, as primary contractor; and, For Group 6: Pool of Pre-Qualified Contractors, all bidders have been deemed responsive and responsible. A copy of each proposal, with each firm's information, is available upon request. CONCLUSION After considering the bids received and staff's recommendation, pursuant to ITB 2018-040-J C, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of contracts to the following firms for each respective services group: For Group 1 a: Repair, Replace and Install, to Master Mechanical Services, Inc., the lowest responsive bidder, as primary contractor; Advanced Roofing Inc., D/B/A Advanced Air Systems, as secondary contractor; and Hyvac Mechanical Services, Inc., as tertiary contractor; and, For Group 1 b: Testing, Adjusting and Balancing (TAB), to Advanced Roofing Inc., and Cool Breeze Air Conditioning Corporation, to both serve as co-primary contractors, to be utilized on a rotational basis; and Hyvac Mechanical Services, Inc, as secondary contractor; and, For Group 1c: Preventative Maintenance, to Master Mechanical Services, Inc., the lowest responsive bidder, as primary contractor; Advanced Roofing Inc., as secondary contractor; and Temptrol Air Conditioning, Inc., as tertiary contractor; and, For Group 2: A/C Duct Cleaning and Sanitizing, to Cool Breeze Air Conditioning Corporation, the lowest responsive bidder, as primary contractor; and Temptrol Air Conditioning, Inc., as Page 846 of 2168 • secondary contractor; and, For Group 3: Insulation, to Thermal Concepts, Inc., the lowest responsive bidder, as primary contractor; Master Mechanical Services, Inc., as secondary contractor; and Advanced Roofing Inc., as tertiary contractor; and, For Group 4: Rentals, no award recommendation will be made for this group; and, N For Group 5: Controls Repairs, to MRSE LLC D/B/A Roth Southeast, the lowest responsive bidder, as primary contractor; and, For Group 6: Pool of Pre-Qualified Contractors, to all responsive bidders who elected to participate in a pool of pre-qualified contractors for HVAC and, related services projects, in future pricing competition, on an as needed basis. In the cases where the City needs to engage the pool of pre-qualified contractors for HVAC and related services projects, the requesting department shall invite the seven (7) pre-qualified bidders and request pricing for each project. The lowest, responsive, responsible pre-qualified contractor shall be selected and issued a purchase order in an amount not to e ceed $200,000 for each project; and, in the rare case when the lowest bidder is not selected, the reasons shall be documented, and the approval of the City Manager shall be required; and further authorize the City Manager and City Clerk to e ecute a contract with each of the preceding contractors in accordance with the award recommendation. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Grant funding will not be utilized for this project. Legislative Tracking Property Management/Procurement • ATTACHMENTS: Description D Resolution Page 847 of 2168 RESOLUTION NO: . A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF • MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER,. PURSUANT TO INVITATION TO BID (ITB) NO. 2018-040 • - JC, FOR HVAC CONTROLS, MAINTENANCE AND REPAIRS, TO AWARD GROUP 1A, REPAIR, REPLACE AND INSTALL, TO MASTER MECHANICAL SERVICES, INC., THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR• THE GROUP, AS THE PRIMARY CONTRACTOR, AND TO ADVANCED ROOFING INC. D/B/A ADVANCED AIR SYSTEMS, THE SECOND LOWEST • RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS THE SECONDARY CONTRACTOR, AND TO HYVAC MECHANICAL SERVICES, • INC., THE THIRD LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS THE TERTIARY CONTRACTOR; TO AWARD GROUP 1B, TESTING ADJUSTING AND BALANCING (TAB), TO ADVANCED ROOFING • INC. AND TO COOL-BREEZE AIR CONDITIONING CORPORATION, THE • • LOWEST RESPONSIVE, RESPONSIBLE TIED BIDDERS FOR THE GROUP, • • AS CO-PRIMARY CONTRACTORS, TO BE UTILIZED ON A ROTATIONAL • .BASIS, AND TO HYVAC MECHANICAL SERVICES, INC., ,THE SECOND LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS SECONDARY CONTRACTOR; TO AWARD GROUP 1C, PREVENTATIVE MAINTENANCE, TO MASTER MECHANICAL SERVICES, INC., THE LOWEST . • RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS PRIMARY •• CONTRACTOR, TO ADVANCED ROOFING INC., THE SECOND.LOWEST - • RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS SECONDARY . CONTRACTOR, AND•TO• TEMPTROL AIR CONDITIONING, INC., THE THIRD LOWEST .RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS TERTIARY CONTRACTOR•; TO AWARD GROUP 2, A/C DUCT- CLEANING •• AND SANITIZING, TO COOL-BREEZE AIR CONDITIONING CORPORATION, • THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS • PRIMARY CONTRACTOR, AND TO TEMPTROL AIR CONDITIONING, INC., THE SECOND LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE . GROUP, AS SECONDARY CONTRACTOR; TO AWARD GROUP 3, INSULATION, TO THERMAL CONCEPTS, INC., THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS PRIMARY CONTRACTOR; • TO MASTER MECHANICAL SERVICES,. INC., THE SECOND LOWEST • RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS SECONDARY CONTRACTOR, AND.TO ADVANCED ROOFING INC., THE THIRD LOWEST • RESPONSIVE, RESPONSIBLE BIDDER FOR THE GROUP, AS TERTIARY-- CONTRACTOR; ERTIARYCONTRACTOR; AND TO AWARD GROUP' 5, CONTROLS REPAIRS, TO MRSE LLC D/B/A ROTH SOUTHEAST, THE LOWEST 'RESPONSIVE, RESPONSIBLE BIDDER, AS PRIMARY CONTRACTOR; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENTS WITH THE AWARDED . BIDDERS FOR THE AFOREMENTIONED RESPECTIVE GROUPS; AND WITH RESPECT TO GROUP 6, AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONTRACTORS WITH ADVANCED ROOFING INC. D/B/A ADVANCED AIR SYSTEMS, COOL- BREEZE 'AIR CONDITIONING •CORPORATION, HYVAC MECHANICAL SERVICES, -INC., MASTER MECHANICAL SERVICES, INC., MRSE LLC •D/B/A ROTH SOUTHEAST, THERMAL CONCEPTS, INC. AND TEMPTROL - AIR CONDITIONING, INC., FOR FUTURE HVAC AND RELATED SERVICES PROJECTS; .AND FURTHER AUTHORIZING THE CITY MANAGER TO Page 848 of 2168 AWARD FUTURE HVAC'AND RELATED SERVICES PROJECTS PURSUANT TO THE POOL OF PRE-QUALIFIED CONTRACTORS FOR PROJECTS WITH A NOT TO EXCEED PROJECT AMOUNT OF $200,000. WHEREAS, the.City currently owns Heating, Ventilating and Air Conditioning (HVAC) equipment and system controls across all City facilities; and WHEREAS, the City's existing HVAC systems and components experience regular wear and tear do to normal and prolonged usage; and WHEREAS, the City requires routine maintenance, repairs, installation and ancillary services of its HVAC systems in order to maintain optimal operational performance; and WHEREAS,"on July 31, 2018, the City issued ITB No. 2018-040-JC to establish contracts to provide routine HVAC repairs, replacements, installation, testing, preventative maintenance, insulation, controls repairs, duct cleaning and sanitizing, and to establish a pool of pre-qualified contractors for future projects on an as-needed basis;;and WHEREAS, a voluntary pre-proposal meetingwas held on August 10, 2018; and WHEREAS, a voluntary facilities site visit was held on October 10, 2018; and WHEREAS, on November 9, 2018, the City received a total of seven.(7) bids; and WHEREAS, the ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions and specifications of the ITB will be submitted to the City Manager for consideration of award by bid item, bid group, or for the entirety of all bids, as deemed in the best interest of the City; and . WHEREAS, for Group 1 a, Repair, Replace and Install, Master Mechanical Services, Inc, has-been deemed the lowest responsive, responsible bidder; and .: WHEREAS, for Group 1 b, Testing Adjusting and Balancing (TAB), Advanced Roofing Inc., and Cool-Breeze Air Conditioning Corporation, have been deemed the lowest responsive, • responsible bidders; and . WHEREAS, for Group 1c, Preventative-Maintenance, Master Mechanical Services, Inc., has been deemed the lowest responsive, responsible bidder; and • WHEREAS, for Group 2, A/C Duct Cleaning and Sanitizing, Cool-Breeze Air • Conditioning Corporation, has been deemed the lowest responsive, responsible bidder; and WHEREAS, for Group 3, Insulation, Thermal Concepts, Inc., has been deemed the lowest responsive, responsible bidder; and I WHEREAS, for Group 4, Rentals, no award recommendation will be submitted; and • . WHEREAS, for Group 5, Controls Repairs, MRSE LLC"d/b/a Roth Southeast, has been , deemed the lowest responsive, responsible bidder; and WHEREAS, with respect to Group 6, the ITB allowed for the establishment of a pre- qualified pool of contractors for future projects; and • ' Page 849 of 2168 WHEREAS, on November 14, 2018, the Mayor and City Commission approved the recommendation of the Finance and City-Wide Projects Committee, pursuant to Resolution • 2018-30605, to establish prequalified pools of contractors to expedite City projects; and WHEREAS, Advanced. Roofing Inc. d/b/a Advanced Air Systems, Cool-Breeze Air Conditioning Corporation, Hyvac Mechanical Services, Inc., Master Mechanical Services, Inc., MRSE LLC d/b/a Roth Southeast, Thermal Concepts, Inc., and Temptrol Air Conditioning, Inc., submitted a bid to be considered for the pool of pre-qualified contractors for future projects, and have all been deemed to be qualified per the requirements of the ITB; and WHEREAS, in cases where the City needs to engage the pool of pre-qualified contractors for HVAC and related services projects, the requesting department shall invite the • seven (7) pre-qualified contractors and request pricing for each project; and WHEREAS, the lowest pre-qualified contractor shall be selected and issued a purchase order in an amount not to exceed $200,000 for each project; and WHEREAS, in the rare case when the lowest bidder is not selected, the reasons shall be documented, and the approval of the City Manager shall be required;and WHEREAS, to expedite HVAC and related services projects, it is beneficial to authorize the City Manager to award the above referenced future projects from the pool of pre-qualified contractors, for projects with a not to exceed•amount of$200,000 each. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No, 2018-040-JC for HVAC controls, maintenance and repairs, to award Group 1A, Repair, Replace and Install, to Master Mechanical Services, Inc., the lowest responsive, responsible bidder for the group, as the primary contractor, and to Advanced Roofing Inc. d/b/a Advanced Air Systems, the second lowest responsive, responsible bidder for the group, as the secondary contractor, and to Hyvac Mechanical Services, Inc., the third lowest responsive, responsible bidder for the group, as the.tertiary contractor; to. award Group 1B, Testing Adjusting and Balancing (TAB), to Advanced Roofing Inc. and to Cool-Breeze Air Conditioning • Corporation, the lowest responsive, responsible tied bidders for the group, as co-primary contractors, to be utilized on a. rotational basis, and to Hyvac Mechanical Services, Inc., the second lowest responsive, responsible bidder for the group, as secondary contractor; to award Group 1C, Preventative Maintenance, to Master Mechanical Services, Inc., the lowest • • responsive, responsible bidder for the group, as primary contractor, to Advanced Roofing Inc., the second lowest responsive, responsible bidder for the group, as secondary contractor, and to Temptrol Air Conditioning, Inc., the third lowest responsive, responsible bidder for the group, as tertiary contractor; to. award Group 2, NC.Duct Cleaning and Sanitizing, to Cool-Breeze Air Conditioning Corporation, the lowest responsive, responsible bidder for the group, as primary contractor, and to Temptrol Air Conditioning, Inc., the .second lowest responsive, responsible bidder for the group, as secondary contractor; to award Group 3, Insulation, to Thermal Concepts, 'Inc., the lowest responsive, responsible bidder for the group, as primary contractor, to Master Mechanical Services, Inc., the second lowest responsive, responsible bidder for the group, as secondary contractor, and to Advanced Roofing Inc., the third lowest responsive, responsible bidder for the group, as tertiary contractor; and to award Group 5, Controls Repairs, to MRSE LLC d/b/a Roth Southeast, the lowest responsive, responsible bidder, as primary contractor; and authorize the City Manager to execute agreements with the awarded bidders for Page 850 of 21.68 { the aforementioned respective groups; and with respect to Group 6, authorize the Administration to establish a pool of pre-qualified contractors with Advanced Roofing Inc., d/b/a Advanced Air Systems, Cool-Breeze Air Conditioning Corporation, Hyvac Mechanical Services, Inc.., Master Mechanical Services, Inc., MRSE LLC d/b/a Roth Southeast, Thermal Concepts, Inc., and Temptrol Air Conditioning, Inc., for future HVAC and related services projects; and further authorize the City Manager to award future HVAC and related services projects pursuant to the pool of pre-qualified contractors for projects with a not to exceed project amount of $200,000. • • PASSED AND ADOPTED this ' . day of 2019. Dan Gelber, Mayor ATTEST: Rafael.E.Granado, City Clerk. • • • APPROVED AS TO FORM & LANGUAGE & OREX CLITION • • ` 19 City Attorney to Page 851-of 21,68 ��` ATTACHMENT B INVITATION TO BID (ITB) 2018-040-JC AND ADDENDUMS M I BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 7 INVITATION TO BID (ITB) 2018-040-JC HVAC CONTROLS, MAINTENANCE AND REPAIRS November 1, 2018 This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by the City. The.ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). NEW ATTACHMENT(S). Exhibit A: HVAC Filters and Belts Citywide II. REVISION(S). Delete and replace Appendix E, Cost Proposal Form from Addendum No. 2 with the herein attached Exhibit B:.REVISED Appendix E Cost Proposal Form. Submit the attached Revised Cost Proposal Form. Failure to do so shall render proposal non-responsive. .. III. ANSWERS TO QUESTIONS RECEIVED. City monthly, quarterly, and semi-annual pricing basis? Q1: Does the still want a Al: No. Instead, the City is seeking time and materials pricing. Please see changes in attached Exhibit B, Appendix E, Group 1C, Lines 6-8 of Revised Cost Proposal Form. Q2: What Building Management System (Control System) does the City of Miami Beach use? A2: The City uses BACnet. Q3: On the preventative maintenance inspection listed are burners and flue pipe but I did not see any boilers listed. Is there an equipment list for those? A3: The City does not have any boilers. Please disregard any reference to burners or flue pipes. Q4: On the preventative maintenance of centrifugal chiller maintenance I see there is a vibration analysis what information are looking to have submitted once the analysis is taken. Also I see an eddy current analysis what information are you looking to have submitted once analysis Is performed? A4: Please disregard as chiller• maintenance is not required under this contract. 1,ADDENDUM NO.7 ITB 2018-040-JC HVAC • Exhibit A:,;HVAC Filters and Belts Citywide - LOCATION ' AIR FILTERS - BELTS ti1yyyyyyP yP 1 's' ,yti ' ti ti1' 4.D. ti1 4tio,15q1,4 +ti }P1 .} 6 +1 O 0 01''''.P } + } c}• ', 01+ Eh 0. P4 t . 1, , Ati oy. ,.,,NN' ry;^1". "h 70 tib y6 40 by .:. ^4-w0 ti O ''LO 12 ,yO ,y0 .y O -O 1 1 .,yP ,yP ,yP h yJ 4 ,., - �'§ . 4.0 - 1755 Building 6 1 11 1 12 1 3 4 2 41 225 Washington Ave q _ 1 5 _ - _ - Anchor Garage 2 2 City Hall - 3 24 1 7 2 16 . 4 ; . 1 58` Colony Theater(not complete list•) 4 3 - 2 1 8 1 19 Fire Station#1 8 4772-7 Fire Station#1 8 2 2 12 Fire Station#2 : 4 12 6 2 2 4 2 2 1 :35 Fire Station#2(Admin Building) 6 2 _ 8 Fire Station#3 - : • 8 " �. , 1 4 _ r 4 Fire Station#4 4 6 10 Flamingo Tennis - -x ,_.2' : . q _ - - _ .--‘1 _- :371 Miami Beach Botanical Garden 2 1 3 6 Ness Police N.Substation - - --- - North Police Sub Station 2 2 Ocean Front Auditorium _.-. 1; 3 __. -3 `_ 6 22 -' c- - - 2 - - 7.:37-7. Police Station 18 12 3 16 49 South Point Park' :b South Point Park 2 3 '1 6 _2 TOTAL _ ., ' -1 3 2 3 10. 1 16 "4 8 50_17 6 1 -4 54 1 6' 24 33.-12 12:3 -4 24 4 12 2 1 -1' 10 1 -9 3 3 1 1 - f-. _ - ., F:\PROP\$ALL\EMPLOYEE FILES\Cade)\HVAC FILTERS AND BELTS I . Q5: Will the City require the preventative maintenance program contractor to provide monthly, quarterly, and semi-annual services? A5: The City now seeks for the preventative maintenance program contractor to provide serviceson an as-needed basis, rather than at pre-established service intervals. As the department's budget" allows, PM services will be requested of the awared contractor(s). Refer to Exhibit B, Revised Cost Proposal Form. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at.RafaelGranado(a miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000,ext. 6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a bid. ' I Sinc: I , Ale iD-'Is P ..urement Director . • • VSSCCEMAZZONEIMMiSTUI 2 S ADDENDUM N0.7 ITB 2018-040-JC HVAC EXHIBIT B . APPENDIX E . i • • w 8 .rf r ti' ..3 'fit ' c' a A Its I `� ,�,j¢ k� k 33 5,F i '3. �p4.'.-,ate ;.d ;..y tx i2a' Y 7C P.b�T.'2Mru. 14 ' taesv'.+� t 1 Revised Cost Proposal Form 2018-040-JC HVAC Controls, Maintenance and Repairs Submit the attached,Revised.Cost Proposal Form. Failure.to.do.sa may render,proposal'non-responsive PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 3 ` ADDENDUM NO.7 ITB 2018-040-JC HVAC APPENDIX E REVISED COST PROPOSAL FORM Submit the attached Revised Cost Proposal Form. Failure to do so shall render proposal non-responsive. Bidder affirms that the prices stated on the Cost.Proposal Form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually; in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E)shall be initialed. 0 fto So •, ° S6; r °id= . I!a Le a rt`s l}uer D ° 04., .1,1)Qd ° .�e e , U °oe °. 9 fi ,mac 6„ ?i.-+.'-i ' ''s .. ; 'c . +'+Y }9 X h,.9 v'a :• e-n��6.o,s dere. Wards o ,1i eac o ' � © iat bi 1c�� I i_;,,;!,,,,...:.-4.r° a 1 s o,e hi" �.- "FB yF „,X b 9 `!. 4�„ t! R. ..0. 4110:- Ezru"'S �S:—..41'14 is £., V.,,� 5 �.. acig. ,`..��r,:i.,.31-,?... T.. 'eft•et`f ,ix" at-xa",. 1.k, . C ; . m..; M •. �Mfji ?'k.-- .•k �,y,'...'. ..� - �i;" GROUP:1 a ;Re i'1 Retplace 1 Install,,(WQtomk`Not Covered B..y_..Maintenance Conr}act) . - Est.Qty U/M Cost per U/M Annual Cost a b (c) =a_x_c 1 Hourly Labor Rate Regular 200 Hours $ $ 2 Hourl Labor Rate Non-re•ularhours 40 Hours $ $ . ���r � 0�,�`� - . ,. � Ati>1�lal �� �, °�-�, � � .,�4.���prtai+��� . .4 s A x i.t '' 2 R l 02 j s-3s• v 3 ° s-a.r- .,'-.. ! tt ,'a� '4�. � � ,,,, ,_.,,_::.r,"z.. .1. ",--;;C, ...,3., .1 .4x § k .17,-..-:'Es O ....,x-Mi! a v'T%1MarI.( me ,�.. a X �_+r 4-.x,,}..g 3 Cost of Parts/Materials $3,000 N/A % $ 17 f o- 73 t.F 6 .•t', t r -� TAL 1, . . ..,.... a a . ..._... . .. . . , . ._, . .._. . _. SUB=TOr _ (Linea ,7,3):� $ GROUP 1 b Testin Ad ustin and.Balancing (TAB HVAC a ui ment ,., ., ( ) g1 1 9 t9( ) q P s Est.Qty UIM Cost per UIM Annual Cost a) b c a_x_c 4 Hourl Labor Rate Re'ular 200 Hours $ $ 5 Hourly Labor Rate(Non-regular hours 40 Hours $ $ ,1 .: . Y ' u <= = ..::� x SUB, TOTAL(Lines 4,5) $ I . GROUP 1(c),Preventative Maintenance ,t - Est.:Qty U/M_ Cost per UIM Annual Cost I - I. a (b (c) =a_x_c) 8 t.. 42 Month $ $ I Quart: 4 > $ $ 8 2 Seam-Annual $ $ I 6 Hour( Labor Rate Re.tiler 200 Hours i i I 7 Hourl Labor Rate Non•re.ular hours 40 Hours $ t I x;5 x +xt^`r^,. =nS t .§�..[ i �y `'_ ,t,,,:,, - .� .Si .,s�. f q"1 2 � 4 �ge t * I . n- std " k'3a- z • F ,. .y>'y I .d a d r 8,; ,�I A, •s r t�' ..cam „# } g c te" t z" '..1.,,,,, � V � `,. �,�31Es,t'C Rrk•' .f �'U!I..,/, i -viAtA,,Mair= .„:47z,:* :4-6, 8 Cost of Parts/Materials $3,000 N/A V % $ 4 ADDENDUM NO.7 , ITB 201 8-040-JC HVAC • I • : . ... . . `SUB-TOTAL s 6,7;8) $ . . - . -GRAND TOTALGROUP 1 (a,1,c;) $ GROUP2 Ale Duct•Cleaning&'Sanitizing: Est.Qty U/M Cost per UIM Annual Cost a b c =a_x_c 9 Hourl Labor Rate Re•ular 200 Hours $ $ 10 Hourl Labor Rate Non-re•ularhours 40 Hours $ $ AY ry ¢ rc x � f� I5n 5 r3 .s., vv � ,Ana og , -: e. , - r - , z;� � :e s . UiM _M slltatk,i i-. « - 11 Cost of Parts/Materials $3,000 N/A % $ .... . ... ',...-.-,f,;.. :: -:.£ -' .. . . . , .' TOTAb ROUP 2(Lines'9;;10,1.1)• $ GROUP 3 Insulation . . ; x ,, Est.Qty UIM Cost per U/M Annual Cost a - b c) =a_x_c 12 Hour! Labor Rate R-.ular 200 Hours $ $ ' , 13 Hourl Labor Rate Non-re.ular hours) 40Hours $ $ i N I 'a bpi s T3 _ °" l -'- nz :'-':r x x, ,«++ t �t 4 1 , .Lz : st} i s ._ t111�` aI..INa k i• .T M,` w_ pg ,,,,v: ..Q. Vis` . , �.•a.a mss t _ ;- i 4 - .. ,.. 14 Cost.of Parts/Materials $3,000 N/A % $ ` iir, : s R, . -.: ,TOTAL GROUP 3•,(Lirnes'12,13,,14)- '$ , GROUP4fRental ; `j .. _ r xx , : ` ' �y ' ,; 41- r t 6 > ,E' .i ,i:: ' x -1 ; . t: ::::1;:,;f1:.,..§,-- ,; � am , ire.,. X ' Quantity UIM Cost per UIM Annual Cost a b c =a_x_c 15 E•ul•ment Rate Boom Truck 35-40 Ton 8 Hourl $ $ 16 E.ui.ment Rate Crane 55—60 Ton 8 Hourl $ $ 17 S.ot Cooler Rental 1 TON 8 Hour! $ $ 18 S sot Cooler Rental 12 TON 8 Hourl $ $ 19 S.ot Cooler Rental 1,5 TON 8 Hourl $ $ 20 S•ot Cooler Rental 2 TON 8 Hail $ $ 21 S.ot Cooler Rental 3 TON 8 Hour! $ $ 22 S.ot Cooler Rentals TON 8 Hourl $ $ 23 S.ot Cooler Rental 7 TON 8 Hourl $ $ 24 S•otCooler Renta112TON. 8 Hourl $ $ 25 Spot Cooler Rental 25 TON ,, 8 Hourl $ $ �-�- '� d ! :`° TOTAL GROUP 4_(Li nes_45 25j.;" $ • 5 ADDENDUM NO.7 ITB 2018-040-JC HVAC I y 1 GROUP 5:CONTROLS:Repairs " ' ' ' " • • „ . Est.Qty U/M Cost per U/M Annual Cost a b c. =a_x_c 26 Hourl Labor Rate Ref ular) 200 Hours $ $ 27 Hourl Labor Rate Non-res ular hours 40 Hours $ $ .0,4,,u,;-,L.--0,;:ze ,0tfix a � �, ;t wt" ut,_„ (� N , $. - ,. 28Cost of Parts/Materials $3,000 N/A % $ ' ' ` ' - TOTAL'GROUP.5(Lines 26,27;28). $ _ GROUP 6:Pool of Pre=Qualified Contractors '' Does your firm wish to participate in a pool of pre-qualified HVAC and related services projects,on an as-needed basis? YES No ` *Requires compliance with Section 2-408, LivingWage Requirements,of the City Code. APPENDIX E Bidder's Affirmation ,. • Company: Authorized Representative: Address: Telephone: I Email: Authorized Representative's Signature: 11 1 I { I 6IADDENDUM NO.7 ITB 2018-040-JC HVAC ‘ "12562227 .01.911•11.100351 • Exhibit A: HVAC Filters and Belts Citywide LOCATION , AIII FILTERS 'P,-" �' �•:.";'C.as.tqir�r I- �r'q$ "'''+i`.YS- `s'-•cT ..:�.. "f�n'+r'rtrjtst om:•'o✓..:mo����xE�r a'n':h'�a'k t Yh�L tzBELTS v� Piiir lI rb 4'70' � a : it } f7,44.:7 y ( tro-. yr erriaf � t 4 � �� { 0 +.a} < Q : w r w n 1755 Building . mennEnor. iiii1. _'S M_.�^+a F i-a ll 41 FR 6iseMEN: Anchor Quoin 11.11.1.1111.11....M —Mi. 2 �yk n' F COW ?Mater(not Com lets list) ■■■■■■e.■■ ©Mii■©Mi..1B1■.■e..®■■■■■■■-■Mi■Mi. © 18 1111111.1 4171.74M Fire Station N3 ���e �� ���©Mi��Mi�����������t� p�� �-� ERE S2 '�: "`'' ...F4 w' Fag I L" .'-. a-" O14'„ 9 -:'2® k,- IS'mb ``i Fire Station B3(dmin Building) NOM u B rBB EgRinglarime '� , : MIAMI . City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachfi.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. _ ADDENDUM NO. 6 INVITATION TO BID (ITB)2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS October 29,2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS. • 1.. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 PM, on Friday, November 9, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. A,.FORTHCOMING`ADDEN J.M WILL,BE•ISSUED WITH RESPONSES TO ANY ADDITIONAL QUESTIONS • Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with \a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000,ext. 6694 JasonCrouch@miamibeachfl.gov Prsers are reminded to acknowledge receipt of this addendum as part of your ITB submission. rc>lc refy, lex De ' Procur� rent Director I ADDENDUM NO.6 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS MIAMiBEACH City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139,www.miamibeachfi.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. • ADDENDUM NO. 5 INVITATION TO BID (ITB) 2018.040-JC HVAC CONTROLS, MAINTENANCE AND REPAIRS October 23,2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or • other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I: MODIFICATIONS. 1. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 PM, on Friday, November 2, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave,.3rd Floor, Miami Beach, FL 33139. A FORTHCOMING ADDENDUM WILL BE ISSUED WITH RESPONSES TO ANY ADDITIONAL QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office. at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to.acknowledge receipt of this addendum as part of your ITB submission. Sind rely, AI x De ' Procurement Director I ADDENDUM NO.5 ITB2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 4 INVITATION TO BID (ITB)2018-040-JC HVAC CONTROLS, MAINTENANCE AND REPAIRS October 5, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. NEW ATTACHMENTS: The following attachments have been added to the ITB, and incorporated as requirements to the ITB. Attachment A: Revised HVAC Inventory List II. MODIFICATIONS. 1. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 PM, on Friday, October 26, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139.. III. SITE VISITS. Voluntary site visits.will be conducted on Wednesday, October 10, 2018 10:00 AM-11:00 AM, assembling at 9:45 AM in front of Miami Beach City Hall, 1700 Convention Center Drive, Miami Beach, FL 33139. Please meet in the 1st Floor breezeway, outside the City Hall main entrance. The following sites will be visited: MIAMI BEACH CITY HALL 1700 Convention Center Drive Miami Beach, Fl 33139. CITY HALL GARAGE/OFFICE BLDG. 1755 Meridian Ave. Miami Beach, FL 33139 IV. ANSWERS TO QUESTIONS RECEIVED. Q1: Looking over Bid form and PM info, seems like pricing sheet does match PM info on pg. 37. All items say bi monthly, but bo price code for bi monthly? Al: The bi-monthly PM frequency for HVAC Equipment Inventory on page 37 of the ITB is a description of the City's current service frequency. Through this ITB, the City is seeking to establish a monthly, quarterly, and semi-annual preventative maintenance program, 1 ADDENDUM NO.4 ITB 2018-040-JC HVAC ATTACHMENT A HVAC INVENTORY LIST(REVISED) ZONE BRAND/LOCATION MODEL : SERIAL# ' CONVENTION TB8 TBD TBO CENTER ACORN THEATER CARL FISHER UNDER CONSTRUCTION -UNDER CLUBHOUSE CONSTRUCTION BOTANICAL CARRIER A.H.U. 50BZN01651 3507B47359 GARDEN CENTER BOTANICAL CARRIER CONDENSER ' 09DE-016-521 4407G10079 GARDEN CENTER BOTANICAL BARD P.UNIT PA13361-A 281J072378051-1 GARDEN CENTER BOTANICAL BARD P.UNIT PA13361-A 281P062276747- GARDEN CENTER 1 BOTANICAL BARD P.UNIT PA13361-A 281H0732354422 GARDEN CENTER -1 BASS MUSEUM 1st FLOOR FHP-A.C.E3 MODEL EM096-3VTN SERIAL FA024071 (CAFETERIA) BASS MUSEUM 2nd FLOOR FHP-A.C.E4 MODEL EM096-3VTN SERIAL GL005061 BASS MUSEUM 1ST FLOOR FHP-A.C.#5 MODEL EM096-3VTN SERIAL FA024070 BASS MUSEUM 1ST FLOOR FHP A.C.#6 MODEL EM024-1VTN SERIAL FA023796 BASS MUSEUM 1ST FLOOR FHP A.C.#4 MODEL EM048-3VTN SERIAL FA024535 BASS MUSEUM 1ST FLOOR FHP A.C.#2 MODEL EM042-3VTN SERIAL FA023885 (CAFETERIA) BASS MUSEUM FHP A.C.E2 MODEL EM144-3VTN SERIAL FA024347 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM210-3VTN SERIAL FA024265 FHP A.C.#3 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM024-1VTN SERIALJDO07204 FHP A.C.#7 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM168-3VTN SERIAL FA024236 _ _FHP A.C.#1 BASS MUSEUM DAYTON OA#1 MODEL DK-080-203 SERIAL 15039 Colony Theater RTU#1 AAON 30 Ton MODEL RN-031-8-0-AA84-142 200310- ANEU00006 Colony Theater RTU#2 AAON 10 Ton n MODEL RK-10-2-EI-1B2 200310- _ AKEJ10247 Colony Theater RTU#3 AAON 5 Ton MODEL RK-05-2-EI-1A1 AKED10248 Colony Theater AHU#1 CARRIER MODEL 39MNO8B005OWZ11S 2803F41449 Colony Theater COND#1 CARRIER MODEL 38ARD016-500 2303F35172 Colony Theater AHU#2 MODEL 39MN17B0050XO11SX5 2803F41439 Colony Theater COND#2 MODEL 38ARD014-500 2803F41441 Colony Theater AHU#7 AAON MODEL V2-C4-2-56-000D000A0 200306- CBCC01417 Colony Theater COND#7 AAON MODEL CA-20-2:ADAPOAX 200306- CCCJ02806 Miami City Ballet TRANE A.H.U. MCCAO3AGAVOBBB000 K99A38753M JOCCAOOCOA000AC000 CAA000000 _ Miami City Ballet TRANE CONDENSER CUI MODEL TTA 180B300FA SERIAL (ROOFTOP) 6234ZY7AD Miami City Ballet TRANE CONDENSER CUZ MODEL TTA180B300FA SERIAL (ROOFTOP) 623479XAD Miami City Ballet TRANE(ROOFTOP)(P.UNIT) RTU-1-MODEL SERIAL TCD480AE000A7MB100000 CO6E05298 F00000000 Miami City Ballet TRANE(ROOFTOP)(P.UNIT) RTU-2-MODEL SERIAL TCD420AE000A7FB100000 CO6E05297 F000000000 1 ATTACHMENT A HVAC INVENTORY LIST(REVISED) Miami City Ballet TRANE(ROOFTOP)(P.UNIT) RTU-3-MODEL Not available TCD420AE000A7FB100000 F000000000 Zone 2 South , UNIT LOCATION BRAND , UNIT TYPE MODEL/,SERIAL# 10TH BEACH CLIMATE GCV030BHC40CRTS PATROL OFFICE 1ST FLOOR MASTER AHU /M10822594 10TH STREET CLIMATE TRC18AGRFMMHC AUDITORIUM OFFICE 1ST FLOOR MASTER AHU FRS/M11027719 CLIMATE GCV060BHC40CLTS OFFICE 2ND FLOOR MASTER AHU /M10822603 CLIMATE GLV160AHD4BEFBS OFFICE 2ND FLOOR MASTER AHU /M10721870 CLIMATE GLV240AHD44BEBT OFFICE 2ND FLOOR MASTER ' AHU S/M10721873 CLIMATE GLV 100AH D4 BE BTS OFFICE 2ND FLOOR MASTER AHU /M10721865 CLIMATE TRCO9AGRFM HCF R OFFICE 2ND FLOOR MASTER AHU S/M11027631 I CLIMATE TRC18AGRFMHCFR OFFICE 2ND FLOOR MASTER AHU S/M11027720 CLIMATE GCV048CH D40ELTS • OFFICE 1ST FLOOR MASTER AHU /M10822598 CLIMATE GCV060BHC4OCLTS OFFICE 1ST FLOOR MASTER AHU) /M10822604 CLIMATE GSH070AHC40CLBS , OFFICE 1ST FLOOR MASTER AHU /M10822582 CLIMATE GHC012BGC4OCRB OFFICE 1ST FLOOR MASTER AHU S/'M10822296 i FLAMINGO PARK TWE090B300DA/ TENNIS CENTER • OFFICE TRANE AHU 3121J1X5H 2TTA0048A3000AA OFFICE / TRANE CONDENSER /3145WKBF ' 2TTA0048A3000AA OFFICE TRANE CONDENSER /3145WMY3F FLEET 2TEE3F62A1000AA MAINTENANCE OFFICE TRANE AHU /6463WT31V 2TTA0036A4000AA OFFICE TRANE CONDENSER /6372KN3F 2TTA0036A4000AA OFFICE TRANE ' CONDENSER /6372KT53F RHSA- FLEET HM4221JA/M3609 MAINTENANCE 2 WAREHOUSE RHEEM AHU 01258 13A1A42A01/7656 WAREHOUSE RHEEM CONDENSER N330903939 SANITATION • TWE180B400EL/42 ADMIN OFFICES OFFICE TRANE AHU 33R1YHD TTA180B400FA/ OFFICE TRANE CONDENSER 346256CAD HISTORIC CITY MCCB012UAOAOUA • HALL FIRST FLOOR-THEATER TRANE AHU#18 /K06M46757A MCCB006UAOAOU FIRST FLOOR-STAIRWAYS TRANE AHU#17 A/K06M46752A MCCB01OUAOAOU SECOND FLOOR-COURT TRANE AHU#20 A/K06M46747A MCCA0089ANOABA THIRD FLOOR-OUTSIDE TRANE AHU 000ECECA/ K97C33043 2 ATTACHMENT A HVAC INVENTORY LIST(REVISED) THIRD FLOOR TRANE AHU#21 MCCB006UAOAOU A/K06G85090 MCCB006UAOAOU FOURTH FLOOR TRANE AHU#22 A/K06G85085 MCCB006UAOAOU FIFTH FLOOR TRANE AHU#23 A/K06G85095 MCCB006UAOAOU SIXTH FLOOR TRANE AHU#24 _ A/K06G85101 MCCB006UAOAOU SEVENTH FLOOR TRANE AHU#25 A/K06G85105 MCCB006UAOAOU EIGTH FLOOR TRANE AHU#26 A/K06G85110 NINTH FLOOR MITSUBISHI AHU PKAA336FA MITSUBISHI CONDENSER PUYA36NHA TWE090B300EL/ NINTH FLOOR-IT ROOM TRANE AHU 7306PGPBD 2TTA3048A3000AA TRANE CONDENSER /7313P884F 2TTA3048A3000AA TRANE CONDENSER /7313RA24F SOUTH SHORE COMMUNITY VW 0D048040R/B0 CENTER DAYCARE/KITCHEN C.A.P AHU __42108001 LPCAF08D4FOFKOO 0000100DAHA/ DAYCARE/CLASSROOM TRANE AHU T08C18662 LPCAF08D4FOEL00 0000100CAFA/ DAYCARE/CLASSROOM TRANE AHU T08C18661 60CWA200/R07300 MIAMI DADE COUNTY AHU#6 70111 60CWA2- _ MIAMI DADE COUNTY AHU#5 00/R0730070110 MCCB021UAOAOUA _ LUNCH AREA TRANE AHU#11 /K04A08962 SOUTH—SHORE COMMUNITY LPCAF08D4FOFN00 CENTER 2ND 0000100CAFA/ FLOOR WORK FORCE TRANE AHU#7 T08C18664 LPCAF10D4FOEK00 0000100FAFA/ WORK FORCE TRANE AHU#8 T08C18666 LPCAF10D4FOFJOO 0000100EAEA/ WORK FORCE TRANE AHU#10 T08C18665 LPCAF08D4FOEM0 00000100CAGA/ WORK FORCE TRANE AHU#9 T08C18663 RTUA110CYGO1R3 DOVFN/ WORK FORCE TRANE CHILLER UO4B04476 210 2nd ST 1AH106501C01/ COLLINS CT , OFFICE ICECO EVAPORATOR Tm3204 20937 TWE180B300EL/ FIRE STATION#1 TRANE ' AIR HANDLER 5133T6UHD TTA180B300FA/51 TRANE CONDENSER 63YUDAD PACKAGED 50TFF006V311/250 CARRIER UNIT 4G40088 3 ATTACHMENT A HVAC INVENTORY LIST(REVISED) PACKAGED RLKAA085CL000/ PAL BUILDING ROOF TOP RHEEM UNIT 6225F130115263 PACKAGED 50TJ008V521/ ROOF TOP(GYM) CARRIER UNIT 1200G30322 ' PACKAGED 50TJ008V521/ ROOF TOP(GYM) CARRIER UNIT 1200G30320 PACKAGED 50TJ.008V521/ ROOF TOP(2ND FLOOR) CARRIER UNIT 1200G30321 POLICE STATION CCDB06BLOD/ , -5ST FLOOR OFFICE TRANE A HU#12 K85M82061 POLICE STATION -ROOF MCCB010UAOAOUB MECHANICAL GUN RANGE TRANE AHU#13A /K05K28381A POLICE STATION MCCB017UAOAOUB • -4TH FLOOR OFFICE TRANE AHU#10 /K06G84907 POLICE STATION MCCB014UAOAOUB -4TH FLOOR OFFICE TRANE AHU#7 /K06G84897 POLICE STATION MCCB017UAOAOUB -3RD FLOOR OFFICE TRANE AHU#6 /K06G84902 POLICE STATION MCCB021UAOAOUB -3RD FLOOR OFFICE TRANE AHU#5 /K05K30354A POLICE STATION MCCB021UAOAOUB -2ND FLOOR OFFICE TRANE AHU#4 /K05K30348A POLICE STATION MCCB014UAOAOUB -2ND FLOOR OFFICE TRANE AHU#3 /K05K28376A POLICE STATIONCSAA021UAL00/ ' -1ST FLOOR _ OFFICE TRANE AHU#1 K16609627 POLICE STATION CSAA008UAL00/ -1ST FLOOR NEIGHBORHOOD CONF. TRANE AHU#2 K16609634 POLICE STATION CCDB06BLOD/ -1ST FLOOR CSU CSU TRANE AHU#14 K85K82063 POLICE STATION LPCAD10F2FOEK/ -911 OFFICE TRANE AHU#8 TO8L70022 ' POLICE STATION TWE120B300EL/43 -911 BACKUP OFFICE TRANE AHU#8BK 74KH180 POLICE STATION -MAINTENANCE CCDB06BLOD/ OFFICE OFFICE TRANE AHU#15 K85K84077 POLICE STATION -RADIO ROOM OFFICE LIEBERT AHU#8A POLICE STATION -IT ROOM OFFICE LIEBERT AHU#9 POLICE STATION -IT ROOM TWE240B400EL/41 BACKUP OFFICE TRANE AHU#9BK 84UDCHD SOUTH POINT ' XTI042X066BAHAO • POLICE/PARK OFFICE YORK AIR HANDLER 17A/CETMXT0193 H5CE240A25A/NOB • OFFICE YORK CONDENSER 8629920 SOUTH POINT MW12C1F/LGAC01 ' LIFEGUARD OFFICE FRIEDRICH AIR HANDLER 993 MR12C1F/LGAC145 OFFICE FRI EDRICH. CONDENSER 6 MBPD INTERNAL RHGE100ZK/152G4 AFFAIRS OFFICE RHEEM AHU 2932568 RANL060CAZ/ RHEEM CONDENSER 7394W341000386 RANL06OCAZ/ RHEEM CONDENSER 7394W341000390 4 ATTACHMENT A HVAC INVENTORY LIST(REVISED) . CITY HALL-4TH 39ED57/ FLOOR OFFICE CARRIER AHU#11 760695036 ' CITY HALL-3RD 39ED39/ FLOOR OFFICE CARRIER AHU#9 760595035 CITY HALL- COMMISION 39BA060/ CHAMBERS OFFICE CARRIER' AHU#12 755273230 CITY HALL- COMMISION 39BA060/ CHAMBERS OFFICE CARRIER AHU#10 755273229 CITY HALL 2ND 39BA050/ FLOOR OFFICE CARRIER AHU#7 755273227 CITY HALL - ADMINISTRATIO 39BA060/ N OFFICE CARRIER AHU#8 755273228 ' CITY HALL - 39LD1032JA1221-L SPECIAL MASTER OFFICE CARRIER AHU#2 /2195T68710 . CITY HALL-1ST ' FLOOR CONFERENCE MCCA006GAKOBBB ROOM OFFICE TRANE AHU#4 0005/K95F44510 ' 39LA08GA-AD- CITY HALL- AKP122/ CASHIERS OFFICE OFFICE CARRIER 'AHU#3 2016U30072 CITY HALL 2ND CSAA025UAC00/ FLOOR OFFICE TRANE AHU#5 K11L21437A CITY HALL CITY 39BA060/ CLERK OFFICE CARRIER AHU#1 755273224 PACKAGED • CHA166515P/ 777 BLDG ROOFTOP LENOX UNIT 5693C04261 PACKAGED CHA166515P/ 777 BLDG ROOFTOP LENOX UNIT 5693C04045 CHHN050TKGON05 777 BLDG ROOFTOP TRANE CHILLER 7A/UA9A4146 CHHN060TKGN069 777 BLDG. ROOFTOP TRANE CHILLER. A/UA9A4147 1 MSYA24NA/600374 777 BLDG ELEVATOR ROOM MITSUBISHI AHU 6 MUYA24NA/ 777 BLDG ELEVATOR ROOM MITSUBISHI CONDENSER 6004012 • MCCB025UAOCOUB 777 BLDG FIFTH FLOOR TRANE AHU#5 /K08M31855A • MCCB021UAOCOU 777 BLDG THIRD FLOOR TRANE AHU#1 A/K08J96227 CSAA017UAA00/ 777 BLDG SECOND FLOOR TRANE AHU#2 K09L51347 YLA0135ZE46XBAS 1755 MERIDIAN X7XH/TXBLXCXX44 • AVENUE ROOFTOP YORK CHILLER SXTXXXHXHXHXA XXCXX7XXXXXJ/2M ROOFTOP YORK CHILLER TM002273 XT1045X072BAKA0 FIFTH FLOOR YORK AHU#5 86/CMTMXT0129 XT1045X072BAKA0 FOURTH FLOOR YORK AHU#4 86//CMTMXT0127 XT1045X081BAKA0 THIRD FLOOR YORK AHU#3 46A/CMTMXT0128 XT1033X048BAFA0 THIRD FLOOR YORK AHU#3A 46A/CBXMXT0041 XT10458072BAKA0 SECOND FLOOR YORK AHU#2 46A/CMTMXT0126 r . 5 • • ATTACHMENT A HVAC INVENTORY LIST(REVISED) SECOND FLOOR-PARKING YORK AHU#1 A XT1030X027BADA0 46A/CMTMXT0125 XT1042X081BAKAO FIRST FLOOR YORK AHU#1 46A/CMTMXT0124 555 BLDG- OFFICE OF HOUSING, HOMELESS TWE240E300BB/ OUTREACH SPLIT TRANE AHU 12271PNYWA TTA240E300AA/ SPLIT TRANE CONDENSER 12264N80TA 555 BLDG-CODE COMPLIANCE TWE240E300BB/ DEPT. SLIT TRANE AHU 12272K3VWA Zone 3 North UNIT LOCATIONBRAND UNIT TYPE MODEL/SERIAL# BYRON CARLYE TTA0120E300/1120 THEATER LOBBY TRANE PACKAGE 3XMLYA TCH240F300BA/12 TRANE RTU 2 0410387D T5C036E1EAA1AA/ TRANE RTU4 1204105716 TCH240F300BA/12 TRANE RTU 1 041036D 4TTM3030A1000A TRANE CU A/10402FYOAA TCD150F300BA/12 BACKSTAGE TRANE PACKAGE 0410241D 24ABB360A520/38 FIRE 2 ADMIN West Side CARRIER CU 11e04563 24ABB360A520/28 West Side CARRIER CU 11E22749 24ABB360A520/39 West Side CARRIER CU 11E01322 24ABB360A520/39 West Side CARRIER CU- 11E01321 24ABB360A520/39 West Side CARRIER CU 11E01323 38MVC018301/101 IT ROOM CARRIER CU 11V08523 FB4C_NF060/4211A 2nd floor CARRIER AHU 84117 FB4CNF060/4211A 2nd floor CARRIER AHU 84063 FB4CNF060/4211A 1st Floor CARRIER AHU 84105 FB4CNF060/4211A CARRIER AHU 84102 FB4CNF060/4211A CARRIER AHU 84007 50TFF014AY511/07 FIRE STATION 2 FIRST FLOOR CARRIER RTU#1 06G20801 50HJ009AV541/ FIRST FLOOR CARRIER RTU#2 0806G30732 50TFF005AV511/ SECOND FLOOR CARRIER RTU#3 0706G30162 50TFF006AV511/ THIRD FLOOR-EOC CARRIER RTU#4 0706G20316 50TFF005AV511/ THIRD FLOOR-EOC CARRIER RTU#5 0706G30161 6 ATTACHMENT A HVAC INVENTORY LIST(REVISED) TSC09ZE3CAOYA/ THIRD FLOOR-911 TRANE RTU#6 103412519L SOTCE09A2A5A0A0 THIRD FLOOR-IT CARRIER RTU#7 A1/3014P89017 TAM7A0C48H41EA THIRD FLOOR-IT BACK UP TRANE AHU 1 A/160741LXAV TAM7AOC36A31EA THIRD FLOOR-IT BACK UP TRANE AHU 2 A/16203M8MAV 4TTA3048D3000CA THIRD FLOOR-IT BACK UP TRANE CU 1 /16265NL23F 4TTA3036B000AA/ THIRD FLOOR-IT BACK UP TRANE CU 2 16224NML3F 4TTV8048A1000BA FIRE STATION 3 ROOF TRANE CONDENSOR /17121KCR1F 4TTV8036A1000BA TRANE CONDENSOR /17035U1M1F THC036E1E0A1L00 00000000000000B 0000000000/ TRANE PACKAGE 170211153L THC048F1E0A1L00 00000000000000C 0000000000/ TRANE PACKAGE 165110417L • THC036E1EOA1L00 00000000000000B 0000000000/ TRANE PACKAGE 170511631L TH00048F1EOA1L0 000000000000000 C0000000000/ TRANE PACKAGE 165110367L TAM8COC48V41EA • GYM TRANE AHU H/171456UM1V TAM8COC36V31GA RESCUE TRANE AHU A/17135NMN1V • CFA018C08DCOOK/ FIRE STATION 4 West Side AAON AHU#1 201512CNCN00279 CFA018C08DCOOK/ AAON AHU#2 201512CNCN00278 MARINE PATROL 13AJN42A01/8393 BLDG. 1st Floor RUUD AHU W281320842 MIAMI BEACH TWE120D300AB/16 GOLF CLUB CLUBHOUSE TRANE AHU 3 482SASBA TW E120D300AB/16 , MAINTENANCE TRANE CONDENSOR 173YXWBA PACKAGED D M09000OA2AAA3 ROOF TOP YORK UNIT C/NFNM079342 PACKAGED D M102COOA2AAA3 ROOF TOP YORK UNIT C/NFNM084272 K3EU180A33A/ CLUBHOUSE YORK AHU#1 NFNS003533 H3CE120A25A/ CLUBHOUSE YORK CONDENSOR NFNM084272 NORMANDY SHORES GUARD HOUSE&GATES WALL FRIEDRICH WALL UNIT POLICE NORTH END SUB GAMSBOC60M51E STATION OFFICE TRANE AHU 1 AA/16472N1XAV 4TTR6061C1000AA TRANE CU 1 /17078038RF 7 ATTACHMENT A HVAC INVENTORY LIST(REVISED) TRANE AHU 2 GAMSBOC60M51E AA/17084REJOV 4TTR6061C1000AA TRANE CU 2 /17025MPH2F PROPERTY XT1051X081JAKA04 MANAGEMENT 2ND FLOOR YORK AHU 1 6A/ACCMXT0182 YCAL0052EE46XEE4 6XEBBXTXHXXRL/ ROOFTOP YORK CHILLER 11531E53578116 TWE090B300EL/52 PUBLIC WORKS - ADMIN TRANE AHU 83TM2BD 2TWA0048A4000A ADMIN TRANE CONDENSOR B/5293X674F 2TWA0036A4000A ADMIN TRANE CONDENSOR B/5281PUN4F TWE090E300A/172 OPERATION TRANE AHU 352PXBA TTA090H400AA/17 OPERATION TRANE CONDENSOR 215S5SYA TW E090E300AA/ CONTROL ROOM TRANE AHU 16474XY4BA TTA0901-1400AA/17 CONTROL ROOM TRANE CONDENSOR 114J9FYA TEM4AOC48S41SA 1ST FLOOR M.ROOM TRANE AHU A/15433L0D2V 4TWA3048B4000B TIME KEEPER TRANE CONDENSOR B/15433JPM4F XT1051X075BAHA0 SCOTT RAKOW 40A/ YOUTH CENTER FIRST FLOOR YORK AHU#4 CBWMXT0265 XT1102X096BALA0 SECOND FLOOR YORK AHU#2 46A/CBRMYT0184 XT054X081BAKA04 ROOFTOP YORKAHU#3 6A/CBWMXT0031 XT075X111BAMA0 46A/ ROOFTOP YORK AHU#1 CBWMXT0030 J15YCCOOA4AAA1A ROOFTOP JOHNSON CU4A /N1D0808680 J15YCCOOA4AAA1A ROOFTOP JOHNSON CU4B /N1D0808681 DDHU55DW6000A C460/ ICE SKATING ROOF BMIL PACKAGE UNIT 20951170020 COOLING ICE SKATING ROOF EVAPCO TOWER LSCB150/T021886 COOLING ICE SKATING ROOF EVAPCO TOWER ICT4912/T002845 YCW L0074H E46XA BBXT/ ROOFTOP YORK CHILLER 1 2AWM005141 YCW L0074H E46XA BBXT/ ROOFTOP YORK CHILLER 2 2AWM005142 FXDNF061/ OFFICE CARRIER AHU 1416A82926 5UZKA09NA/3SP00 ROOFTOP MITSUBISHI MINI SPLIT 642 5UZKA15NA/ ROOFTOP MITSUBISHI MINI SPLIT 48P01125 5UZKA15NA/ ROOFTOP MITSUBISHI MINI SPLIT 46P01025 MUYGE124NA/ ROOFTOP MITSUBISHI MINI SPLIT 4003838T 8 ATTACHMENT A HVAC INVENTORY LIST(REVISED) PUYA18NHA3/9140 ROOFTOP MITSUBISHI MINI SPLIT 11016 PUYA12NHA3/ ROOFTOP MITSUBISHI MINI SPLIT 92U01707B ROOF OF LOCKER ROOM AAON PACKAGE UNABEL TO ACCESS NORMANDY (ISLE PARK 24ABB30A520/ POOL) OFFICE CARRIER CONDENSOR 1416E14458 TTA090G300AA/15 NORTH SIDE TRANE CONDENSOR 1910J4YA NORMANDY TCGD3054351A/ GOLF COURSE PRO SHOP YORK CONDENSOR W0A9320747 IN ROOF PRO SHOP YORK AHU UNREACHABLE TTA126D300AA/ SOUTH TRANE CONDENSOR • 15103WW3YA TTA090G300AA/ SOUTH TRANE CONDENSOR 1543419SYA 85221344646000/ SOUTH SANYO MINI SPLIT 0132674 85221344646000/ SOUTH SANYO MINI SPLIT 0097581 NC09000OC6AAA1 NORTH SIDE TRANE AHU A/NOA9169478 TWE120D300AB/ SOUTH TRANE AHU 15142P48BA CHDX07263/00070 EASTSIDE SANYO SPLIT 3 NORTH SHORE 39MA50010001/ BAND SHELL 1ST FLOOR CARRIER AHU 1. 5102E95850 NORTH SHORE 39MA50010001/ YOUTH CENTER 2ND FLOOR CARRIER AHU 2 5102E95849 M PS020BYDL/ EAST GYM DAIKIN PACKAGE F181401389 M PS020BYDL/ WEST GYM DAIKIN PACKAGE F181401388 RCS1SF180D/ 1ST FLOOR DAIKIN CU 1 ''r F141400275 RCS1SF180D/ DAIKIN CU 2 F141400957 RCS1SF180D/ DAIKIN CU 3 F141400276 RCS1SF180D/ DAIKIN CU 4 F141400956 TTA180H3ORAA/ 1ST FLOOR TRANE CU 1 16262KAYTA RAUJC3OEBC1300D UNIDAD . 000000/ BUILDING 2ND FLOOR _TRANE CU 2 C16H05212 RAUJC3OEBC1300D 000000/ TRANE CU 3 C16H05213 TWE180E300AA/ TRANE AHU 1 16244SWLWA K16H61238/ TRANE AHU 2 CSAA025UALOO CSAH010UAL00/ TRANE AHU 3 K16H61940 Zone 4.Parking UNIT LOCATION • BRAND: UNIT TYPE MODEL/SERIAL# , 5TH ST&ALTOPI 413,PARK.ING GARAGE 4.B0 TBD TBD TOD 9 ATTACHMENT A • HVAC INVENTORY LIST(REVISED) TEM 4AOB24521SA /17451Y1L3V 7TH ST.PARKING (installed GARAGE OFFICE TRANE AHU 12/15/17) 4TTR4024L1000B/ 17475K8YAF (installed OFFICE TRANE CONDENSOR 12/15/17) 13A1N60A01/8395 STORAGE UNDER RAMP RUDD CONDENSOR W321317683 GOLDMAN STORAGE UNDER RAMP RUDD AHU PROPERTIES 4TTR4018L100A/17 203679AF installed: COLLINS AVE VESTABULE TRANE CONDENSOR 11/2017 TMM4AOA18S21SA /17206062M COLLINS AVE VESTABULE TRANE AHU installed:11/2017 TTAO4273300AA/1 NW ELEVATOR TOWER TRANE CONDENSOR 22886fY4A TWE240E300BB/ NW ELEVATOR TOWER TRANE AHU 12272K3VWA 4TTR4048L10000A/ 17332T1Y3F (INSTALLED SE ELEVATOR TOWER TRANE CONDENSOR 9/20/17) GAM5BOC48M41A /17274ERD1V (INSTALLED SE ELEVATOR TOWER TRANE AHU 9/20/17) 12TH ST. PARKING 2TTR2018A1000AA GARAGE OFFICE TRANEXR12 CONDENSOR /54414DG3F OFFICE TRANE - AHU IN CEILING ELEVATOR ROOM WINDOW UNIT 13TH ST. 4TYK1624A10NOA/ PARKING 170105681X GARAGE OFFICE TRANE CONDENSOR installed 5/10/17 4MYW1624A10N0 A/170105541X OFFICE _ TRANE AHU installed 5/10/17 ELEVATOR ROOM CLASSIC MINISPLIT MRHNC24AS 16TH ST. PARKING XB132TTB3024A10 GARAGE ELEVATOR TOWER TRANE CONDENSOR 00AA/7382L045F 2TGB3F25A1000AC ELEVATOR TOWER TRANE AHU /7302UAG6V XB132TTB3024A10 ELEVATOR TOWER TRANE CONDENSOR 00AA/7325TFU5F • 2TGB3F25A1000AC ELEVATOR TOWER TRANE AHU /7333G6E6V PARKING OPS OFFICE TBD MINISPLIT TBD 06C130601CB/110 WEST LOBBY , GOODMAN CONDENSOR 8544125 FB4ANBO70/3498A WEST LOBBY CARRIER AHU 22918 17TH ST. — _ • — _ _ PARKING 13AJA42A01/7656 GARAGE PARKING OPS OFFICE RHEEM CONDENSOR W360902847 RHSA- H M4221JA/M 1009 .PARKING OPS OFFICE RHEEM AHU 01390 2ND FLOOR OFFICE LG CONDENSOR LGELSU120HXV 2ND FLOOR OFFICE LG EVAP LGELSN120HXV 10 ATTACHMENT A HVAC INVENTORY LIST(REVISED) RAN D-036CAZ/ GRESHAM STORAGE RHEEM CONDENSOR 7295 M4806 06070 RI-ISA- HM3617JA/M3509 GRESHAM STORAGE RHEEM AHU 01177 14AJM36A01/7996 ON STREET STORAGE RHEEM CONDENSOR W260901927 ON STREET STORAGE RHEEM AHU _ _ 13AJA36A01/ AUDITORS OFFICE RHEEM CONDENSOR 7655N310903283 AUDITORS OFFICE RHEEM AHU W30A2- A00/298 M 1734836 69-02(NEW ELEVATOR ROOM 4&5 BARD CONDENSOR 11/28/17) ELEVATOR ROOM 3 WINDOW UNIT ELEVATOR ROOM 1 WINDOW UNIT ELEVATOR ROOM 2 WINDOW UNIT 1755 PARKING TCGD18S21S1A/W GARAGE PARKING OPS OFFICE TRANE CONDENSOR 0F7929174__ AHP18B3XH21H/A0 PARKING OPS OFFICE TRANE AHU A9558759 13ADN60A01/8404 COIN ROOM RHEEM CONDENSOR W351110661 COIN ROOM RHEEM AHU M W 1803 F/U DC03 NE ELEVTOR TOWER FRIEDRICH MINISPLIT 706 MW18C3F/UDC03 NW ELEVATOR TOWER FRIEDRICH MINISPLIT 723• TTA894B385FA/ SW ELEVATOR TOWER TRANE _ CONDENSOR 847256CAD TEM4AOB30S31SA SW ELEVATOR TOWER TRANE AHU A/1638571W2V PENNSYLVANIA ' AVENUE • PARKING 38AUDA14AOB6A0 GARAGE ROOFTOP/RETAIL CARRIER _ CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO MU- ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR AO9WA/9000936T MU- ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR AO9WA/8002923T MU- ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR AO9WA/8003000T MU-A09WA/MS- ENTERANCE RAMP/OFFICE MITSUBISHI_ MINI SPLIT AO9WA RANL- 049JAZ/7842 W 150 ELECTRICAL ROOM RHEEM CONDENSOR 904923 11 ATTACHMENT A HVAC INVENTORY LIST(REVISED) RHSL- HM4821JA/W0710 ELECTRICAL ROOM RHEEM AHU 10212 42nd ST. PARKING GARAGE EAST ELEVATOR TOWER WINDOW UNIT WEST ELEVATOR TOWER WINDOW UNIT YCJD60544S3EA/W • ENFORCEMENT OFFICE YORK CONDENSOR 1F2923291 MA20DN41H/W1F ENFORCEMENT OFFICE YORK AHU 2880579 MC60D3Xh1h/W1K ENFORCEMENT OFFICE YORK Heat pump 2187384 SUNSET HARBOR `PARKING " MU- GARAGE SE ELEVATOR ROOM MITSUBISHI MINISPLIT AO9WA/1002205T SE ELEVATOR VESTABULE COMFORT AIRE MINISPLIT A-DVH12SF-0 SE ELEVATOR VESTABULE COMFORT AIRE MINISPLIT/AHU BDVH12SF-0 13A1N24A01/8390 PARKING OPS OFFICE RHEEM CONDENSOR W131215280 PARKING OPS OFFICE RHEEM AHU IN CEILING 13AJN18A01/8389 _ FISHING STORAGE RHEEM CONDENSOR W021200422 MAINTAINED BY SCOTT ROBBINS FISHING STORAGE RHEEM AHU PROPERTIES NW ELEVATOR ROOM MITSUBISHI MINISPLIT MU-A09WA _ NW ELEVATOR VESTABULE MITSUBISHI MINISPLIT MU-A09WA 12 covering each HVAC unit. Q2: The following Locations do not have Equipment Inventory listed -and therefore can not be quoted as part of the proposal: • Convention Center • Bass Museum • Acorn Theatre • Colony Theatre • Carl Fisher Club House • Garden Center • Miami City Ballet A2: Please refer to Attachment A, Revised HVAC Inventory for equipment specifications. The Convention Center, Acorn Theatre, Carl Fisher Club House, 5th St & Alton Rd. Parking Garage have been removed from the inventory list. No bid is required for these locations. The remaining locations have been updated. Q3: You have buildings that do not have equipment listed so it is impossible to provide a cost for preventative maintenance. A3: Please see Q2/A2 above. Q4: Addendum 2- it does not clearly answer what the City is,requesting in Groupl(C). You are requiring a cost for preventative maintenance but do not clearly specify what locations and what equipment is to be serviced during the PM. Appendix E Groupl(c) has 3 different service intervals yet has no reference to locations. A4:, Please see Q2/A2 above, each unit requires a monthly, quarterly, and semi-annual preventative maintenance service program. Q5: There is no Inspection/Maintenance Task List to base pricing on Group 1(c) Preventative Maintenance? A5: Please see to pages 29-34 of the ITB.`R. Q6: It would also be difficult to price Group 1(c) Preventative Maintenance without a site inspection to determine accessibility for servicing? A6: Please see Site Visits, Section III, above. Q7: In Appendix E (Cost Proposal) Group 1(c) Preventative,Maintenance, you are asking for monthly, quarterly, and semi-annual PM's. What equipment are we basing our pricing on? A7: Preventative Maintenance must cover all of the equipment identified in Attachment A, HVAC Inventory. A FORTHCOMING ADDENDUM WILL BE ISSUED WITH RESPONSES TO ANY ADDITIONAL QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. 2 ADDENDUM NO.4 ITB 2018-040-JC HVAC Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Alex Denis Procurement Director 3 ADDENDUM NO.4 ITB 2018-040-JC HVAC 1 • 1 ATTACHMENT A HVAC INVENTORY LIST(REVISED) ZONE ' BRAND/LOCATION MODEL ' SERIAL#_ CONVENTION TOO TBO • T613 CENTER ACORN THEATER CARL FISHER UNDER CONSTRUCTION UNDER CONSTRUCTION UNDER CL-413•14844SE CONSTRUCTION BOTANICAL CARRIER A.H.U. 50BZN01651 3507647359 GARDEN CENTER BOTANICAL -'CARRIER CONDENSER 09DE-016-521 4407G10079 GARDEN CENTER • BOTANICAL BARD P.UNIT PA13361-A 281J072378051-1 GARDEN CENTER BOTANICAL BARD P.UNIT PA13361-A 281P062276747- GARDEN CENTER 1 BOTANICAL BARD P.UNIT PA13361-A 281H0732354422 GARDEN CENTER -1 BASS MUSEUM 1st FLOOR FHP-A.C.E3 MODEL EM096-3VTN SERIAL FA024071 (CAFETERIA) BASS MUSEUM 2nd FLOOR FHP-A.C.E4 MODEL EM096-3VTN SERIAL GL005061 BASS MUSEUM 1ST FLOOR FHP-A.C.#5 MODEL EM096-3VTN SERIAL FA024070 BASS MUSEUM 1ST FLOOR FHP A.C.#6 MODEL EM024-1VTN SERIAL FA023796 BASS MUSEUM 1ST FLOOR FHP A.C.#4 MODEL EM048-3VTN SERIAL FA024535 BASS MUSEUM 1ST FLOOR FHP A.C.#2 MODEL EM042-3VTN SERIAL FA023885 (CAFETERIA) BASS MUSEUM FHP A.C.E2 MODEL EM144-3VTN SERIAL FA024347 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM210-3VTN SERIAL FA024265 FHP A.C.#3 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM024-1VTN SERIALJD007204 FHP A.C.#7 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM168-3VTN SERIAL FA024236 FHP A.C.#1 BASS MUSEUM DAYTON OA#1 MODEL DK-080-203 SERIAL 15039 Colony Theater RTU#1 AAON 30 Ton MODEL RN-031-8-0-AA84-142 200310- ANE000006 Colony Theater RTU#2 AAON 10 Ton MODEL RK-10-2-EI-1B2 200310- AKEJ10247 Colony Theater RTU#3 AAON 5 Ton MODEL RK-05-2-EI-1A1 AKED10248 Colony Theater AHU#1 CARRIER MODEL 39MNO8B0050WZ11S 2803F41449 Colony Theater COND#1 CARRIER MODEL 38ARD016-500 2303F35172 Colony Theater AHU#2 MODEL 39MN17B0050X011SX5 2803F41439 Colony Theater COND#2 MODEL 38ARD014-500 2803F41441 Colony Theater AHU#7 AAON MODEL V2-C4-2-56-000D000A0 200306-. CBCC01417 Colony Theater COND#7 MON MODEL CA-20-2:ADAPOAX 200306- CCCJ02806 Miami City Ballet TRANE A.H.U. MCCAO3AGAVOBBB000 K99A38753M JOCCAOOCOA000AC000 CAA000000 Miami City Ballet TRANE CONDENSER CUI MODEL TTA 180B300FA SERIAL (ROOFTOP) 6234ZY7AD Miami City Ballet TRANE CONDENSER CUZ MODELTTA180B300FA SERIAL (ROOFTOP) 623479XAD Miami City Ballet TRANE(ROOFTOP)(P.UNIT) RTU-1-MODEL SERIAL TCD480AE000A7 M B100000 CO6E05298 F00000000 Miami City Ballet TRANE(ROOFTOP)(P.UNIT) RTU-2-MODEL SERIAL TCD420AE000A7FB100000 CO6E05297 F000000000 1 ATTACHMENT A HVAC INVENTORY LIST(REVISED) Miami City Ballet TRANE(ROOFTOP)(P.UNIT) RTU-3-MODEL Not available TCD420AE000A7FB100000 F000000000 Zone 2 South, UNIT LOCATION • , , BRAND UNIT TYPE. .MODEL/SERIAL#' 10TH BEACH CLIMATE GCV030BHC40CRTS PATROL OFFICE 1ST FLOOR MASTER AHU /M10822594 10TH STREET CLIMATE TRC18AGRFMMHC AUDITORIUM OFFICE 1ST FLOOR MASTER AHU FRS/M11027719 ' CLIMATE GCV060BHC40CLTS OFFICE 2ND FLOOR MASTER AHU /M10822603 CLIMATE GLV160AHD4BEFBS OFFICE 2ND FLOOR MASTER AHU /M10721870 CLIMATE GLV240AHD44BEBT OFFICE 2ND FLOOR MASTER AHU S/M10721873 CLIMATE GLV100AHD4BEBTS OFFICE 2ND FLOOR MASTER AHU /M10721865 CLIMATE TRC09AGRFMHCFR OFFICE 2ND FLOOR MASTER AHU S/M11027631 CLIMATE TRC18AGRFMHCFR OFFICE 2ND FLOOR MASTER AHU S/M11027720 CLIMATE GCV048CHD40ELTS OFFICE 1ST FLOOR MASTER AHU /M10822598 CLIMATE GCV060BHC40CLTS OFFICE 1ST FLOOR MASTER AHU /M10822604 CLIMATE GSH070AHC40CLBS OFFICE 1ST FLOOR MASTER AHU /M10822582 CLIMATE GHC012BGC40CRB OFFICE 1ST FLOOR MASTER AHU S/M10822296 FLAMINGO PARK TWE090B300DA/ TENNIS CENTER OFFICE TRANE AHU 3121J1X5H 2TTA0048A3000AA OFFICE TRANE CONDENSER /3145WKBF 2TTA0048A3000AA OFFICE TRANE CONDENSER /3145WMY3F , FLEET 2TEE3F62A1000M. MAINTENANCE OFFICE TRANE AHU /6463WT31V 2TTA0036A4000AA OFFICE TRANE CONDENSER /6372KN3F 2TTA0036A4000AA OFFICE TRANE CONDENSER /6372KT53F RHSA- FLEET HM4221JA/M3609 MAINTENANCE 2 WAREHOUSE RHEEM AHU 01258 13'AJA42A01/7656 WAREHOUSE RHEEM CONDENSER . N330903939 SANITATION TWE180B400EL/42 ADMIN OFFICES OFFICE TRANE AHU 33R1YHD TTA180B400FA/ OFFICE TRANE CONDENSER 346256CAD HISTORIC CITY • MCCB012UAOAOUA HALL FIRST FLOOR-THEATER TRANE AHU#18 /K06M46757A MCCB006UAOAOU FIRST FLOOR-STAIRWAYS TRANE AHU#17 A/K06M46752A MCCB01OUAOAOU SECOND FLOOR-COURT TRANE AHU#20 A/K06M46747A MCCA0089ANOABA THIRD FLOOR-OUTSIDE TRANE AHU ) 000ECECA/ K97C33043 2 ATTACHMENT A HVAC INVENTORY LIST(REVISED) THIRD FLOOR TRANE AHU#21 MCCB006UA0AOU A/K06G85090 MCCB006UAOAOU FOURTH FLOOR TRANE • AHU#22 A/K06G85085 MCCB006UAOAOU FIFTH FLOOR TRANE AHU#23 A/K06G85095 MCCB006UAOAOU SIXTH FLOOR TRANE AHU#24 A/K06G85101 MCCB006UAOAOU SEVENTH FLOOR TRANE AHU#25 A/K06G85105 MCCB006UAOAOU EIGTH FLOOR TRANE AHU#26 A/K06G85110 NINTH FLOOR MITSUBISHI AHU PKAA336FA MITSUBISHI CONDENSER PUYA36NHA • TWE090B300EL/ NINTH FLOOR-IT ROOM TRANE AHU 7306PGPBD 2TTA3048A3000AA TRANE CONDENSER /7313P884F 2TTA3048A3000AA TRANE CONDENSER /7313RA24F SOUTH SHORE COMMUNITY VWOD048040R/B0 CENTER DAYCARE/KITCHEN C.A.P AHU 42108001 LPCAFO8D4FOFK00 0000100DAHA/ DAYCARE/CLASSROOM TRANE AHU T08C18662 LPCAF08D4FOEL00 0000100CAFA/ DAYCARE/CLASSROOM TRANE AHU TO8C18661 60CWA200/R07300 M_IA_M_I DADE COUNTY AHU#6 70111 60CWA2- MIAMI DADE COUNTY AHU#5 00/R0730070110 M CCB021UAOAOUA LUNCH AREA TRANE AHU#11 _ /K04A08962 SOUTH SHORE COMMUNITY LPCAF08D4FOFNOO CENTER 2ND 0000100CAFA/ FLOOR _ WORK FORCE_ _TRANE AHU#7 T08C18664 LPCAF10D4FOEK00 • 0000100FAFA/ WORK FORCE TRANE AHU#8 T08C18666 LPCAF10D4FOFJ00 0000100EAEA/ WORK FORCE TRANE AHU#10 T08C18665 LPCAF08D4FOEM0 00000100CAGA/ WORK FORCE TRANE AHU#9 T08C18663 RTUA110CYGO1R3 DOVFN/ WORK FORCE TRANE CHILLER UO4B04476 210 2nd ST 1AHJ06SO1C01/ COLLINS CT OFFICE ICECO EVAPORATOR Tm3204 20937 TWE180B300EL/ FIRE STATION#1 TRANE AIR HANDLER 5133T6UHD TTA1808300FA/51 • TRANE CONDENSER 63YUDAD PACKAGED 50TFF006V311/250 CARRIER UNIT 4G40088 • 3 I ATTACHMENT A HVAC INVENTORY LIST(REVISED) PACKAGED RLKAA085CL000/ PAL BUILDING ROOF TOP RHEEM UNIT 6225F130115263 PACKAGED 50TJ008V521/ ROOF TOP(GYM) CARRIER UNIT 1200G30322 PACKAGED 50TJ008V521/ ROOF TOP(GYM) CARRIER UNIT 1200G30320 PACKAGED 50TJ008V521/ ROOF TOP(2ND FLOOR) CARRIER UNIT 1200G30321 POLICE STATION CCDB06BLOD/ -5ST FLOOR OFFICE TRANE AHU#12 K85M82061 POLICE STATION -ROOF MCCBO10UAOAOUB MECHANICAL GUN RANGE TRANE AHU#13A /K05K28381A POLICE STATION MCCB017UAOAOUB -4TH FLOOR OFFICE TRANE AHU#10 /K06G84907 POLICE STATION MCCB014UAOAOUB -4TH FLOOR OFFICE TRANE AHU#7 /K06G84897 POLICE STATION MCCB017UAOAOUB -3RD FLOOR OFFICE TRANE AHU#6 /K06G84902 • POLICE STATION MCCB021UAOAOUB -3RD FLOOR OFFICE TRANE AHU#5 /KO5K30354A POLICE STATION MCCB021UAOAOUB -2ND FLOOR OFFICE TRANE AHU#4 /K05K30348A POLICE STATION MCCB014UAOAOUB -2ND FLOOR OFFICE TRANE AHU#3 /K05K28376A POLICE STATION CSAA021UALOO/ -1ST FLOOR OFFICE TRANE AHU#1 K16B09627 POLICE STATION CSAA008UAL00/ -1ST FLOOR NEIGHBORHOOD CONF. TRANE AHU#2 K16B09634 POLICE STATION CCDB06BLOD/ -1ST FLOOR CSU CSU TRANE AHU#14 K85K82063 ' POLICE STATION LPCAD10F2FOEK/ -911 OFFICE TRANE AHU#8 T08L70022 POLICE STATION TWE120B300EL/43 -911 BACKUP OFFICE TRANE AHU#8BK 74KH180 POLICE STATION -MAINTENANCE CCDB06BLOD/ OFFICE OFFICE TRANE AHU#15 K85K84077 POLICE STATION -RADIO ROOM OFFICE LIEBERT AHU#8A POLICE STATION -IT ROOM OFFICE LIEBERT AHU#9 POLICE STATION -IT ROOM TWE240B400EL/41 BACKUP OFFICE TRANE AHU#9BK 84UDCHD SOUTH POINT XTI042X066BAHA0 POLICE/PARK OFFICE YORK AIR HANDLER 17A/CETMXT0193 H5CE240A25A/NOB OFFICE YORK CONDENSER 8629920 • SOUTH POINT MW12C1F/LGAC01 LIFEGUARD , OFFICE FRIEDRICH AIR HANDLER 993 MR12C1F/LGAC145 OFFICE FRIEDRICH CONDENSER 6 MBPD INTERNAL RHGE100ZK/152G4 AFFAIRS OFFICE RHEEM AHU 2932568 RANL060CAZ/ RHEEM CONDENSER 7394W341000386 RANL060CAZ/ RHEEM CONDENSER 7394W341000390 4 ATTACHMENT A HVAC INVENTORY LIST(REVISED) CITY HALL-4TH 39ED57/ FLOOR OFFICE CARRIER AHU#11 760695036 CITY HALL-3RD 39ED39/ FLOOR OFFICE CARRIER AHU#9 760595035 CITY HALL- COMMISION 39BA060/ CHAMBERS OFFICE CARRIER AHU#12 755273230 CITY HALL- COMMISION 39BA060/ CHAMBERS OFFICE CARRIER AHU#10 755273229 CITY HALL 2ND 39BA050/ FLOOR OFFICE CARRIER AHU#7 755273227 CITY HALL - • ADMINISTRATIO 39BA060/ N OFFICE CARRIER AHU#8 755273228 CITY HALL - 39LD1032JA1221-L SPECIAL MASTER OFFICE CARRIER AHU#2 /2195T68710 CITY HALL-1ST FLOOR CONFERENCE MCCA006GAKOBBB ROOM OFFICE TRANE AHU#4 ' 0005/K95F44510 39LA08GA-AD- CITY HALL- AKP122/ CASHIERS OFFICE OFFICE CARRIER AHU#3 2016U30072 CITY HALL 2ND CSAA025UAC00/ FLOOR OFFICE TRANE AHU#5 K11L21437A CITY HALL CITY 39BA060/ CLERK OFFICE CARRIER AHU#1 755273224 PACKAGED CHA166515P/ 777 BLDG ROOFTOP LENOX UNIT 5693C04261 PACKAGED CHA166515P/ 777 BLDG ROOFTOP LENOX UNIT 5693C04045 • CHHNOSOTKGON05 777 BLDG ROOFTOP TRANE CHILLER 7A/UA9A4146 CHHNO60TKGN069 777 BLDG. ROOFTOP TRANE CHILLER A/UA9A4147 • MSYA24NA/600374 777 BLDG ELEVATOR ROOM MITSUBISHI AHU 6 • MUYA24NA/ 777 BLDG ELEVATOR ROOM MITSUBISHI CONDENSER 6004012 MCCB025UAOCOUB 777 BLDG FIFTH FLOOR TRANE AHU#5 /K08M31855A MCCB021UAOCOU 777 BLDG THIRD FLOOR TRANE AHU#1 A/K08196227 CSAA017UAA00/ 777 BLDG SECOND FLOOR TRANE AHU#2 K09I51347 - - YLA0135ZE46XBAS 1755 MERIDIAN X7XH/TXBLXCXX44 AVENUE ROOFTOP YORK CHILLER SXTXXXHXHXHXA XXCXX7XXXXXJ/2M ROOFTOP YORK CHILLER TM002273 XT1045X072BAKA0 FIFTH FLOOR YORK AHU#5 86/CMTMXT0129 XT1045X072BAKA0 • FOURTH FLOOR YORK AHU#4 86//CMTMXT0127 XT1045X081BAKA0 THIRD FLOOR YORK AHU#3 46A/CMTMXT0128 XT1033X048BAFA0 THIRD FLOOR • YORK AHU#3A 46A/CBXMXT0041 XT10458072BAKA0 SECOND FLOOR YORK AHU#2 46A/CMTMXT0126 5 ATTACHMENT A HVAC INVENTORY LIST(REVISED) SECOND FLOOR-PARKING YORK AHU#1 A XT1030X027BADA0 46A/CMTMXT0125 XT1042X081BAKA0 FIRST FLOOR YORK AHU#1 46A/CMTMXT0124 555 BLDG- OFFICE OF HOUSING, HOMELESS TWE240E300BB/ OUTREACH SPLIT TRANE AHU 12271PNYWA TTA240E300AA/ SPLIT TRANE CONDENSER 12264N80TA 555 BLDG-CODE COMPLIANCE TWE240E300BB/ DEPT. SLIT TRANE AHU 12272K3VWA Zone 3 North . UNIT LOCATION -. BRAND UNIT TYPE: MODEL/SERIAL# BYRON CARLYE TTA0120E300/1120 THEATER LOBBY TRANE PACKAGE 3XMLYA TCH240F300BA/12 TRANE RTU 2 0410387D T5C036E1EAA1AA/ TRANE RTU4 1204105716 TCH240F300BA/12 TRANE RTU 1 041036D 4TTM3030A1000A TRANE CU A/10402FYOAA TCD150F300BA/12 BACKSTAGE TRANE PACKAGE 0410241D 24ABB360A520/38 FIRE 2 ADMIN West Side CARRIER CU 11e04563 24ABB360A520/28 West Side CARRIER CU 11E22749 24ABB360A520/39 West Side CARRIER CU 11E01322 24ABB360A520/39 • West Side CARRIER CU 11E01321 24ABB360A520/39 West Side CARRIER CU 11E01323 38MVC018301/101 IT ROOM CARRIER CU 11V08S23 FB4CNF060/4211A 2nd floor CARRIER AHU 84117 FB4CNF060/4211A 2nd floor CARRIER AHU 84063 FB4CNF060/4211A 1st Floor CARRIER AHU 84105 FB4CNF060/4211A CARRIER AHU 84102 _ FB4CNF060/4211A CARRIER AHU 84007 50TFF014AY511/07 FIRE STATION 2 FIRST FLOOR CARRIER RTU#1 06G20801 50HJ009AV541/ FIRST FLOOR CARRIER RTU#2 0806G30732 50TFF005AV511/ SECOND FLOOR CARRIER RTU#3 0706G30162 50TFF006AV511/ THIRD FLOOR-EOC CARRIER RTU#4 0706G20316 50TFF005AV511/ THIRD FLOOR-EOC CARRIER RTU#5 0706G30161 6 ATTACHMENT A HVAC INVENTORY LIST(REVISED) TSCO9ZE3CAOYA/ THIRD FLOOR-911 TRANE RTU#6 103412519L 50TCE09A2A5AOA0 THIRD FLOOR-IT CARRIER RTU#7 A1/3014P89017 TAM7AOC48H41EA • THIRD FLOOR-IT BACK UP TRANE AHU 1 A/160741LXAV TAM7AOC36A31EA THIRD FLOOR-IT BACK UP TRANE AHU 2 A/16203M8MAV 4TTA3048D3000CA THIRD FLOOR-IT BACK UP TRANE CU 1 /16265NL23F 4TTA3036B000AA/ THIRD FLOOR-IT BACK UP TRANE CU 2 16224NML3F 4TTV8048A1000BA FIRE STATION 3 ROOF TRANE CONDENSOR /17121KCR1F 4TTV8036A1000BA TRANE CONDENSOR /17035U1M1F THC036E1EOA1L00 00000000000000B 0000000000/ TRANE PACKAGE 170211153L THC048F1EOA1L00 00000000000000C 0000000000/ TRANE PACKAGE 165110417L THC036E1EOA1L00 • 000000000000008 0000000000/ TRANE PACKAGE 170511631L TH 00048 F 1EOA1 L0 • 000000000000000 C0000000000/ TRANE . PACKAGE 165110367L TAM8C0C48V41EA GYM TRANE' AHU H/171456UM1V TAM8COC36V31GA• • RESCUE TRANE AHU A/17135NMN1V CFA018C08DCOOK/ FIRE STATION 4 West Side AAON AHU#1 201512CNCN00279 CFA018C08DCOOK/ AAON AHU#2 201512CNCN00278 MARINE PATROL 13AJN42A01/8393 BLDG. 1st Floor RUUD AHU W281320842 MIAMI BEACH TWE120D300AB/16 GOLF CLUB CLUBHOUSE TRANE AHU 3 482SASBA TWE120D300AB/16 MAINTENANCE TRANE CONDENSOR 173YXWBA PACKAGED DM090C00A2AAA3 ROOFTOP YORK UNIT C/•NFNM079342 PACKAGED DM102COOA2AAA3 ROOFTOP YORK UNIT C/NFNM084272 K3EU180A33A/ CLUBHOUSE YORK AHU#1 NFN5003533 H3CE120A25A/ CLUBHOUSE YORK CONDENSOR NFNM084272 NORMANDY SHORES GUARD HOUSE&GATES WALL FRIEDRICH WALL UNIT POLICE NORTH END SUB GAMSBOC60M51E STATION OFFICE TRANE AHU 1 AA/16472N1XAV 4TTR6061C1000AA TRANE CU 1 /17078038RF ATTACHMENT A HVAC INVENTORY LIST(REVISED) TRANE AHU 2 GAMSBOC60M51E AA/17084REJOV 4TTR6061C1000AA TRANE • CU 2 /17025MPH2F PROPERTY XTI051X081JAKA04 • MANAGEMENT 2ND FLOOR YORK AHU 1 6A/ACCMXT0182 YCAL0052EE46XEE4 6XEBBXTXHXXRL/ ROOFTOP YORK CHILLER 11531E53578116 TWE090B300EL/52 PUBLIC WORKS ADMIN TRANE • AHU 83TM2BD 2TWA0048A4000A •AD MIN TRANE CONDENSOR B/5293X674F • 2TWA0036A4000A ADMIN TRANE CONDENSOR B/5281PUN4F TWE090E300A/172 •OPERATION TRANE AHU 352PXBA TTA090H400AA/17 OPERATION TRANE CONDENSOR 215S5SYA TWE090E300AA/ CONTROL ROOM TRANE AHU 16474XY4BA TTA090H400AA/17 CONTROL ROOM TRANE CONDENSOR 114J9FYA TEM4AOC48S41SA 1ST FLOOR M.ROOM TRANE AHU A/15433L0D2V 4TWA3048B4000B TIME KEEPER TRANE, CONDENSOR B/15433JPM4F XT1051X075BAHAO SCOTT RAKOW 40A/ YOUTH CENTER FIRST FLOOR YORK AHU#4 CBWMXT0265 XT1102X096BALAO SECOND FLOOR YORK AHU#2 46A/CBRMYT0184 , • XT054X081BAKA04 ROOFTOP YORK AHU#3 6A/CBWMXT0031 XT075X111BAMA0 46A/ ROOFTOP YORK AHU#1 CBWMXT0030 J15YCCOOA4AAA1A ROOFTOP JOHNSON CU4A /N1D0808680 J15YCCOOA4AAA1A • ROOFTOP JOHNSON CU4B /N1D0808681 DDHU55DW6000A C460/ ICE SKATING ROOF BMIL PACKAGE UNIT 20951170020 COOLING ICE SKATING ROOF EVAPCO TOWER LSCB150/T021886 COOLING ICE SKATING ROOF EVAPCO TOWER ICT4912/T002845 YCW L0074H E46XA BBXT/ ROOFTOP YORK CHILLER 1 2AWM005141 YCW L0074H E46XA . BBXT/ • ROOFTOP YORK CHILLER 2 2AWM005142 FXDNF061/ . OFFICE CARRIER AHU 1416A82926 5UZKAO9NA/3SPOO ROOFTOP MITSUBISHI MINI SPLIT 642 5UZKA15NA/ ROOFTOP MITSUBISHI MINI SPLIT 48P01125 5UZKA15NA/ ROOFTOP MITSUBISHI MINI SPLIT 46P01025 MUYGE124NA/ ROOFTOP MITSUBISHI MINI SPLIT 4003838T 8 ATTACHMENT A HVAC INVENTORY LIST(REVISED) • PUYA18NHA3/9140 ROOFTOP MITSUBISHI MINI SPLIT 11016 PUYA12NHA3/ ROOFTOP MITSUBISHI MINI SPLIT 92U01707B ROOF OF LOCKER ROOM MON PACKAGE UNABEL TO ACCESS NORMANDY (ISLE PARK 24ABB30A520/ POOL) OFFICE CARRIER CONDENSOR 1416E14458 TTA090G300AA/15 NORTH SIDE TRANE CONDENSOR 1910J4YA NORMANDY TCGD3054351A/ GOLF COURSE PRO SHOP YORK CONDENSOR W0A9320747 IN ROOF PRO SHOP YORK AHU UNREACHABLE TTA126D300AA/ SOUTH TRANE CONDENSOR 15103WW3YA TTA090G300AA/ SOUTH TRANE CONDENSOR 1543419SYA 85221344646000/ SOUTH SANYO MINI SPLIT 0132674 85221344646000/ SOUTH SANYO MINI SPLIT • 0097581 NC09000OC6AAA1 NORTH SIDE TRANE AHU A/NOA9169478 • TWE120D300AB/ SOUTH TRANE AHU 15142P48BA CHDX07263/00070 EASTSIDE SANYO SPLIT 3 NORTH SHORE 39MA50010001/ BAND SHELL 1ST FLOOR CARRIER AHU 1 5102E95850 NORTH SHORE 39MA50010001/ YOUTH_CENTER _ 2ND FLOOR CARRIER AHU 2 5102E95849 M P5020BYD L/ EAST GYM DAIKIN PACKAGE F181401389 M PS020BYD L/ WEST GYM • DAIKIN PACKAGE F181401388 RCS1SF180D/ 1ST FLOOR DAIKIN CU 1 F141400275 RCS1SF180D/ DAIKIN CU 2 F141400957 RCS1SF180D/ DAIKIN CU 3 F141400276 RCS1SF180D/ DAIKIN CU 4 F141400956 TTA180H30RAA/ 1ST FLOOR TRANE CU 1 16262KAYTA RAUJC3OEBC1300D U N I DAD 000000/ BUILDING 2ND FLOOR TRANE CU 2 C16H05212 RAUJC30EBC1300D 000000/ TRANE CU 3 C16H05213 TWE180E300AA/ TRANE AHU 1 16244SWLWA K16H61238/ • TRANE AHU 2 CSAA025UAL00 CSAH010UAL00/ TRANE AHU 3 K16H61940 Zone 4 Parking UNIT LOCATION BRAND UNIT TYPE MODEL/SERIAL# 5TH ST&ALTON RD PARKING • GARAGE -TB& TBB T-B8 TBB 9 ATTACHMENT A HVAC INVENTORY LIST(REVISED) TEM 4AOB24S21SA /17451Y1L3V 7TH ST.PARKING (installed GARAGE OFFICE TRANE AHU 12/15/17) 4TTR4024L1000B/ 17475K8YAF (installed OFFICE TRANE CONDENSOR 12/15/17) 13AJN60A01/8395 STORAGE UNDER RAMP RUDD CONDENSOR W321317683 GOLDMAN STORAGE UNDER RAMP RUDD AHU PROPERTIES 4TTR4018L100A/17 203679AF installed: COLLINS AVE VESTABULE TRANE CONDENSOR 11/2017 TMM4AOA18521SA • /17206062M COLLINS AVE VESTABULE TRANE AHU installed:11/2017 TTA04273300AA/1 NW ELEVATOR TOWER TRANE CONDENSOR 22886fY4A TWE240E300BB/ NW ELEVATOR TOWER TRANE AHU 12272K3VWA 4TTR4048L10000A/ 17332T1Y3F • (INSTALLED SE ELEVATOR TOWER TRANE CONDENSOR 9/20/17) GAM5BOC48M41A /17274ERD1V (INSTALLED SE ELEVATOR TOWER TRANE AHU 9/20/17) 12TH ST. PARKING 2TTR2018A1000AA GARAGE OFFICE TRANE XR12 CONDENSOR /54414DG3F OFFICE TRANE AHU IN CEILING ELEVATOR ROOM WINDOW UNIT 13TH ST. 4TYK1624A10NOA/ PARKING 170105681X GARAGE OFFICE TRANE CONDENSOR installed 5/10/17 4MYW1624A1ONO A/170105541X OFFICE TRANE AHU installed 5/10/17 ELEVATOR ROOM CLASSIC MINISPLIT MRHNC24AS 16TH ST. PARKING XB132TTB3024A10 GARAGE ELEVATOR TOWER TRANE CONDENSOR OOAA/7382L045F 2TGB3F25A1000AC ELEVATOR TOWER TRANE AHU /7302UAG6V XB132TTB3024A10 ELEVATOR TOWER TRANE CONDENSOR OOAA/7325TFU5F 2TGB3F25A1000AC ELEVATOR TOWER TRANE AHU /7333G6E6V PARKING OPS OFFICE TBD MINISPLIT TBD 06C130601CB/110 WEST LOBBY GOODMAN CONDENSOR 8544125 FB4AN B070/3498A WEST LOBBY CARRIER AHU 22918 17TH ST. PARKING 13AJA42A01/7656 GARAGE PARKING OPS OFFICE RHEEM CONDENSOR W360902847 RHSA- HM4221JA/M1009 PARKING OPS OFFICE RHEEM AHU 01390 2ND FLOOR OFFICE LG CONDENSOR LGELSU120HXV 2ND FLOOR OFFICE LG EVAP LGELSN120HXV 10 ATTACHMENT A HVAC INVENTORY LIST(REVISED) RAND-036CAZ/ GRESHAM STORAGE RHEEM CONDENSOR 7295 M4806 06070 RHSA- HM3617JA/M3509 GRESHAM STORAGE RHEEM AHU 01177 14AJM36A01/7996 ON STREET STORAGE RHEEM CONDENSOR W260901927 ON STREET STORAGE RHEEM AHU 13AJA36A01/ AUDITORS OFFICE RHEEM CONDENSOR 7655N310903283 AUDITORS OFFICE RHEEM AHU W30A2- A00/298M1734836 69-02(NEW ELEVATOR ROOM 4&5 BARD CONDENSOR 11/28/17) ELEVATOR ROOM 3 WINDOW UNIT ELEVATOR ROOM 1 WINDOW UNIT_ ELEVATOR ROOM 2 WINDOW UNIT 1755 PARKING • TCGD18S21S1A/W GARAGE PARKING OPS OFFICE TRANE CONDENSOR OF7929174 AHP18B3XH21H/AO PARKING OPS OFFICE TRANE AHU A9558759 13ADN60A01/8404 COIN ROOM RHEEM CONDENSOR W351110661 COIN ROOM RHEEM AHU MW18C3F/UDC03 NE ELEVTOR TOWER FRIEDRICH MINISPLIT 706 MW18C3F/UDC03 NW ELEVATOR TOWER FRIEDRICH MINISPLIT 723 TTA894B385FA/ SW ELEVATOR TOWER TRANE CONDENSOR 847256CAD TEM4AOB30531SA SW ELEVATOR TOWER TRANE AHU A/1638571W2V PENNSYLVANIA AVENUE PARKING 38AUDA14AOB6A0 GARAGE _ ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL _ CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO MU- ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR A09WA/9000936T MU- ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR A09WA/8002923T MU- ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR A09WA/8003000T MU-A09WA/MS- ENTERANCE RAMP/OFFICE MITSUBISHI MINI SPLIT A09WA RANL- 049JAZ/7842W150 ELECTRICAL ROOM RHEEM CONDENSOR 904923 11 ATTACHMENT A HVAC INVENTORY LIST(REVISED) RHSL- H M4821JA/W0710 ELECTRICAL ROOM RHEEM AHU 10212 42nd ST. PARKING GARAGE EAST ELEVATOR TOWER WINDOW UNIT WEST ELEVATOR TOWER WINDOW UNIT YCJD60544S3EA/W ENFORCEMENT OFFICE ' YORK CONDENSOR 1F2923291 MA2ODN41H/W1F ENFORCEMENT OFFICE YORK AHU 2880579 M C60D3Xh1h/W 1K ENFORCEMENT OFFICE YORK Heat pump 2187384 SUNSET HARBOR PARKING MU- GARAGE SE ELEVATOR ROOM MITSUBISHI MINISPLIT AO9WA/1002205T SE ELEVATOR VESTABULE COMFORT AIRE MINISPLIT A-DVH12SF-0 SE ELEVATOR VESTABULE COMFORT AIRE MINISPLIT/AHU BDVH12SF-0 13AJN24A01/8390 PARKING OPS OFFICE RHEEM CONDENSOR W131215280 PARKING OPS OFFICE RHEEM AHU IN CEILING 13AJN18A01/8389 FISHING STORAGE RHEEM CONDENSOR W021200422 MAINTAINED BY SCOTT ROBBINS FISHING STORAGE RHEEM AHU PROPERTIES NW ELEVATOR ROOM MITSUBISHI MINISPLIT MU-A09WA NW_ELEVATOR VESTABULE MITSUBISHI MINISPLIT MU-A09WA 12 MIAMI * EACH City of Miami Beach, 1755 Meridian Avenue,3`d Floor,Miami Beach,Florida 33139,www.miamibeachil.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 INVITATION TO BID (ITB) 2018-040-JC HVAC CONTROLS, MAINTENANCE, AND REPAIRS August 23, 2018 This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISIONS ITB DUE DATE AND TIME. The deadline for the receipt of responses is extended until a date and time to be determined in a forthcoming addendum. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES.TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCcr�miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a bid. Sincerely, Al'x Denis , P •c - -nt Director 1 ADDENDUM NO. ITB 2018-040-JC HVAC Controls,Maintenance,and Repairs MIAMI E CH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miam'ibeachfl.gov PROCUREMENT DEPARTMENT _ Tel: 305-673-7490. ADDENDUM NO. 2 INVITATION TO BID (ITB) 2018-040-JC HVAC CONTROLS, MAINTENANCE AND REPAIRS • August 17, 2018 This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION(S). Appendix C, Section Cl, Minimum Eligibility Requirements, has been deleted in its entirety. II. REVISION(S). Section 0300, TAB 3 has been deleted in its entirety. III. REVISION(S).Appendix D, Special Conditions, has been revised as follows: 7. LICENSURE: Bidders shall have all necessary County or State licensure required to perform the work herein. IV. REVISION(S). Delete and replace Appendix E, Cost Proposal Form with the attached REVISED Appendix E Cost Proposal. Submit the attached Revised Cost'Proposal Form. • Failure'to de -So may Vender propo's`al noxi-iresponive. ,.. V. ANSWERS TO QUESTIONS RECEIVED. Q1: Looking over Bid form and PM info, seems like pricing sheet,does match PM info on pg. 37. All items say bi monthly, but bo price code for bi monthly? Al: Please disregard the PM frequency listed in the HVAC ,Equipment Inventory. The bi-monthly designation for PM frequency is incorrect. The City is only seeking to received bids based on the frequencies listed in Appendix E, Cost Proposal Form. Q2: The following Locations do not have Equipment Inventory listed and therefore can not be quoted as part of the proposal: • • Convention Center • Bass Museum • Acorn Theatre • Colony Theatre • Carl Fisher Club House - • Garden Center • Miami City Ballet 1 ADDENDUM NO,2 ITS 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS I / A2: The City is not seeking a quote on the HVAC equipment inventory listed. Rather, the City is only seeking rates in accordance with the Items listed in Appendix E, Cost Proposal Form. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl,gov. Procurement Contact: Telephone: Email: Jason Crouch , 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a bid. • S' ce ; , A ex roc Iment Director • 1 2 ADDENDUM NO.2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS APPENDIX E ri ruis \ S Li a M Tk 7 `>3�/ J5'J % g 11, $'��3 = F ft ti if I: 1 ,II Revised Cost Proposal Form 2018-040-JO • i HVAC Controls, Maintenance and Repairs ; .. - ..� ..rye .. Submit the.atta-died Revised Cost Proposal.Form � proposal noYi.responsri. •_• i PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 3 ; ADDENDUM NO.2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS • APPENDIX E REVISED COST PROPOSAL FORM Submit the attached Revised Cost Proposal Form. proposal non-responsiye. Bidder affirms that the prices stated on the Cost Proposal Form below represents the entire cost of ' the items in full accordance with the requirements of this 1TB, 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 b' the CityManager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically Y g or, if manually, in ink. Cost Proposal Form (Appendix t) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. • g km - t.:;k) a"a j =..a Olf� e + g e�rn s 1 A ,1 is LL @ 0 0 0 +fit:. . V ! , d 1 W x a1.4E GROUP 10):Re air Re face,Install:(Vllork•Not Cove;red By,Maintenance Contract,):'. J... . . .. ....<. .. ..; __,.."..: ... . .... Est.Qty _.. UIM Cost per UIM Annual Cost a b c) =a_x_c 1 Hourl Labor Rate R-,ular 200 Hours $ $ 2 Hourl Labor Rate Non regular hours 40 Hours $ $ j a- n •� a An ual , s : x ' co to m4 ;Ina itrr 3 Cost of Parts/Materials $3,000 N/A % $ • .. . r . fi ..,. . ... . _ r $SUBTOTAL(Lii;es 1,2;3)t'�,$ GROUP 1(b) Testing,Adjusting and Balancing(TAB)HVACtquipment Est.Qty UIM Cost per UIM Annual Cost a b c. a x_c 4 Hourly Labor Rate R-.ular 200 Hours $ $ 5 Hour! Labor Rate Non regular hours 40 Hours $ $ s E „, t k SUB OTAL(Lines 4 5):; $ 'GROUP i(c)'Preventative Maintenance g = Frequency UIM Cost per UIM Annual Cost . Service T pe a (b) (c =(a_x_c) 6 Monthl PM 12 Month $ $ 7 Quarterl PM • 4 Quarterly $ $ 8 Semi Annual PM 2 Semi Annual $ $ ;44f krathil_wzji VENIAL- 1 �1 �x alp Q �� a 9 Cost of Parts/Materials $3,000 N/A % $ ry SUB TDTAL(Lines.6,7A91- , .. .. _..« g. ,.ti. �..., 4.. .. . ._ _... ,.,,GRAND TOTAL`GROUP 1,.(a,b,c,).; $ 4 ADDENDUM NO:2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS-, '"'GROUP Z.A/OD'uct Cleaning&:Sanitizing .' • . Est.Qty UIM Cost per UIM Annual Cost 1 a b c =a_x_c i 10 Howl Labor Rate Re•ular 200. Hours $ $ I 11 Hour! Labor Rate Non-ret ular hours) 40 Hours $ $ i ',,' ,z ` '$e)Cto i T''_ 7Akti al mss- k t , -pkat-a ., ,' rA,('rialCas' 1 mss r ",,,,5,"--4,1.1,1%,;:a44„,, 4,4: rid"'_r 7 zY� xi. ..-a r qi �” ",,...-...0,*ar ,�-`d i•F<.w ft y.4 • ". . -_ f _� . € $N,,, , FaS4 o. . -'-_ -, soi I �.,^F .°C • 12 Cost of Parts/Materials $3,000 NIA % $ i TOTAL•GROU P 2 10 11 f2 i • GROUP 3 3Ins latioh: lii ''1::':'-'''''' : '...., ...._.-- s — .. Est.Qty UIM Cost per UIM Annual Cost a (b (c =a_x_c 1 13 Hourl Labor Rate Re•ular 200 Hours $ $ 1 14 Hour! Labor Rate Non-re•ular hours 40 Hours $ $ , -F' €t:z7` 1 r to `, - }�' C <s iz ,.L� ,,, t-fix 'er'''---71. '41wL1-7 L3 7 :Aiti ,�. r=esf . xa '&;' ,. _u ,,, Ti-, k A��il14 Ue.�t`.-- i 15 Cost of Parts/Materials $3,000 N/A % $ , �`::..x_.s ` `' _ ( 3,14,15).; $ 1 .", TOTAL GROUP 3 1 i GROUP 4 Rentalsk { Quantity UIM Cost per UIM Annual Cost 1 a b c =a x_c 16 . E•ui•ment Rate Boom Truck 35-40 Ton 8 Hourl $ $ 17 Equi•menf Rate Crane 55-60 Ton 8 Hourl $ 1.8 S.ot Cooler Rental I TON 8 Hour! $ 19 S•ot Cooler Rental 1.2 TON 8 Hourl $ $ 20 S•ot Cooler Rental 1,5 TON 8 Hourl $ $ ! 21 S sot Cooler Rental 2 TON 8 Hourl $ $ i 22 S•ot Cooler Rental 3 TON 8 Hourl $ $ 23 S•ot Cooler Rental 5 TON 8 Hourl $ $ I 24 Soot Cooler Rental 7 TON 8 Hourl $ $ 1 25 Slot Cooler Rental 12 TON 8 Hourl. $ $ •I 26 Spot Cooler Rental 25 TON 8 __Hourly__ $ 1 TOTAL GROUP 4 16 26 >' tipGRO5 GOHTROLS Repairs , Est.Qty UIM Cost per UIM Annual Cost a b c =ax_c 27 Hourl Labor Rate Re•ular 200 Hours $ $ 28 Hourl Labor Rate Non-regular hours 40 . Hours $ $ 5 ADDENDUM NO.2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS > 1 v rl '�x '��Ta r r i1 �1 x r srIK1a��iOS s x Xv ' ,wcf uz ���7 m-zl e'.. t, ...Y �... ., .M�T�-fl�l_Y ,�%t_[ ��-.,*4:rT3 �?s ..w„ar al�.?�"_u.s� .;'�,r�,a.� u.. .x .,� ea.., t4.ro 29 Cost of Parts/Materials $3,000 ' N/A % $ • TOTAL=GR01]F 5(Lines 27,28,29) ' $ '_GROUP 6s Pool of Pre;Qualified Contractors Does your firm wish to participate in a pool of pre-qualified HVAC and related services projects,on an as-needed basis? YES No 9 *Requires compliance with Section 2-408, Living Wage Requirements,of the City Code. APPENDIX E:Bidder's Affirmation . • - Company: V Authorized Representative: !S Address: Telephone: Email: Authorized Representative's Signature:. 1 1 6 ADDENDUM NO.2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue,3'd Floor,Miami Beach,Florida 33139,www:miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786.394-4002 ADDENDUM NO. 1 INVITATION TO BID (ITB) 2018-040-JC HVAC CONTROLS, MAINTENANCE, AND REPAIRS • August 15, 2018 This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by the City. The ITB Is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISIONS ITB DUE DATE AND TIME. The deadline for the receipt of responses is extended until 3:00 P.M. on Friday, August 24, 2018, at the following location. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. • Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the. ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a bid. S c-/ =lye A it • A - s r rocu:merit Director i 1 ADDENDUM NO.1 ITB 2018-040-JC •HVAC Controls,Maintenance,and Repairs INVITATION TO BID ( ITB HVAC Controls, Maintenance and Repairs 2018-040-JC BID ISSUANCE DATE: JULY 31, 2018 BIDS DUE: AUGUST 21, 2018 AT 3:00 PM ISSUED BY: MIAMI BEACH Jason Crouch, Procurement Contracting Officer PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x 6694 I JasonCrouch@miamibeachfl.gov I www.miamibeachfl.gov MIAMI BEACH; TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 15 APPENDICES: APPENDIX A BID CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS • • ITB 2018-040-JC 2 ' MIAMI BEACH, SECTION 0200 INSTRUCTIONS TO BIDDERS 1.GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary,to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the"contractor[s]") if this ITB results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of bid submitted. 2. PURPOSE.. The City is seeking bids from qualified firms to provide Heating, Ventilating and Air Conditioning (HVAC) preventative maintenance program, service agreement, controls, equipment and related services. Additionally, the City seeks to establish a pool of pre-qualified contractors capable of providing all labor, supervision, equipment and materials necessary to repair, replace, supply, and install HVAC equipment, controls and related components for various City of.Miami Beach facilities and related projects. Additional services may include repair/replacement of chillers, piping, cooling towers and supporting structures, air handlers, controls, ductwork, unit ventilators, mounting structures, slabs, enclosures and incidental electrical work. The requirements and specifications of the work are further detailed herein and, specifically, in Appendix C. The City's Living Wage requirements, pursuant to Section 2-408 of the City Code, for employees of the successful contractor are a requirement of this ITB and the resulting agreement. 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: ITB Issued 7/31/2018 Pre-Bid Meeting 8/10/2018 at 2:00 PM Deadline for Receipt of Questions 8/14/2018 at 5:00 PM Responses Due 8/21/2018 at 3:00 PM 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Jason Crouch 305.673.7000 x 6694 'asoncrouch • miamibeachfl.•ov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado(a,miamibeachfl.gov; or via facsimile: 786-3944188.- ITB 2018-040—JC. 3 MIAMI BEACH The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date bids are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is-,subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.gov/procurement/scroll.aspx?id=79113 . • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS,BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 ITB 2018-040—JC MIAMIBEACH1 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY.CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the'bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to:the service-disabled veteran business enterprise. ITB 2018-040-JC MIAMI BEACH 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall. exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s)and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. •. Whether the bidder can perform the Contract within the time specified,without delay or interference. • The character, integrity, reputation,judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. 16. BINDING CONTRACT:The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission. The City Commission's selection or approval of the City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s). The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1)Addendum in reverse order of release; 2) Solicitation;3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. ITB 2018-040-JC 1 MIAMI BEACH 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. • 21.AMERICANNWITH DISABILITIES ACT.To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three(3)years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. C. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid 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 successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give ITB 2018-040-JC MIAMI BEACH written notice to the bidder stating such 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 declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at anytime and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 28. 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 part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to 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 specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be requiredto acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2)or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects inmaterial, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a 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 packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by ITB 2018-040—JC MIAMI BEACH the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery 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 become a basis for making an ,award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays,from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time(in calendar days) for each item. It must be a firm delivery time; no ranges(For example, 12-14 days)will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. 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. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (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 authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the 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 source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance 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 the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. NOT USED. 37. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contractor agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence;then C. The Bid; then D. The bidder's bid in response to the Bid. E. TB 2018-040-JC MIAMI BEACH 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such. award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City 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 list. 39. 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 article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s)offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a"first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to 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 Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 43. 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. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. ITB 2018-040-JC MIAMI.BEACH 45. 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 possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements..All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 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 purpose of influencing consideration of this Bid. 48. 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 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. 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at 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 City, unless loss or damage results from the gross negligence or willful misconduct of the City. 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 written notice to the seller, and return the product,.at the bidder's expense. ' 50. LAWS, PERMITS AND REGULATIONS.The bidder shall obtain and pay for all licenses, permits, and inspection fees required,under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, 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 ITB 2018-040-JC MIAMI BEACH ' items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance, by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and 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 or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with. Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and allinstructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. 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 time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged'against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, 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-profit agency. 58. OSHA. The bidder warrants to the City that, any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the 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 the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses ITB 2018-040-JC MIAMI BEACH for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, 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, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, 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 PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications,, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples-furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66.SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. ITB 2018-040—JC MIAMI BEACH 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie tids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved.. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Managers discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City 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 bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. 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 by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable"cure period"for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period,then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. 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 thesuccessful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. UNDERWRITERS' LABORATORIES. Unless otherwise stipulated in the Bid, all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the item(s)offered and furnished. 73. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a ITB 2018-040-JC MIAMI BEACH Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. BALANCE OF PAGE INTENTIONALLY LEFT BLANK ITB 2018-040-JC ii MIAMI BEACH; SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Submittal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within two (2) days of request by the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidder's Name, Bidder's Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID SUBMITTAL. The Bid Submittal is to include the following: • TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2—Bid Certification, Questionnaire and Affidavits (Appendix A). • TAB 3—List of Licenses, as required in Section C1., Minimum Eligibility Requirements. 3. LATE BIDS. Bids are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Bids will be considered late and not be accepted or will be returned to Bidder unopened.The City does not accept responsibility for any delays, natural or otherwise. ITB 2018-040-JC 16 APPENDIX A M I AM I BEACH Bid Certification , t i n n i�r Ques o a e & Requirements Affidavit 2018-040-JC HVAC Controls, Maintenance, and Repairs PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-040-JC 18 Solicitation No: Solicitation Tide: 2018-040-JC HVAC Controls, Maintenance and Repairs Procurement Contact: Tel: Email: Jason Crouch 305.673.7000 x 6694 jasoncrouch@maimibeachfl.gov BID CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Bid Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Bid Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: • CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: 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 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 Proposer to perform in accordance with contract requirements. ITB 2018-040—JC 19 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein.No proposal will be considered without receipt, by the CO,of the SQR directly from Dun&Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:Ilsuppl ierportal.dnb.comlwebapplwcslstoreslservlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800- 424.2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within 2 days of request. 3. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director, agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent,sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 4. . 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: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES II NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign 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 solicitation. 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. 7. 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 Procurement Department with its proposal/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. ITB 2018-040—JC 20 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/. 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1,2018,covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1,2019,covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1, 2020,covered employees must be paid a living wage rate of no less than$11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15.00 per hour without health care 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 proposal,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. 9. 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 proposals, to provide "Equal Benefits"to their employees with domestic'partners, as they.provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave 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 ITB 2018-040—JC 21 • Benefits requirement is available at www.miamibeachfl.qov/procurement/scroll.aspx?id=79113. 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,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 proposals, 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990,the City shall.not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting, divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375,the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation,unless the proposer certifies in writing that the business has adopted and employs written policies,practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum 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 Confirm Initial to Confirm Initial to 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 ITB 2018-040—JC 22 If additional confirmation of addendum is required,submit under separate cover. DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience.Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals,or in cancelling awards,or in.withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of1the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals,may accept or reject proposals,and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. • Following submission of a Bid or Proposal,the applicant agrees to deliver such further details,information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole'risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all orany part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law.All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true,accurate and complete,to the best of its knowledge,information, and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto,or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2018-040—JC 23 BIDDER CERTIFICATION I hereby certify that: I, as an authorized agent of the Bidder, am submitting the following information as my firm's proposal; Bidder agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Bidder agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, 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; Bidder has not divulged, discussed, or compared the proposal with other Bidders and has not colluded with any, other Bidder or party to any other proposal; Bidder 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 Bid Certification, Questionnaire and Requirements Affidavit are true and accurate. • Name of Bidder's Authorized Representative: Title of Bidder's Authorized Representative: Signature of Bidder's Authorized Representative: Date: State of FLORIDA ) On this day of - 20_, personally appeared before me who County of ) stated that (s)he is the • of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of ITB 2018-040—JC 24 ' • • APPENDIX B • miAt\/\ IBEACH • .• • No BidForm 2018-040-JC r • HVAC Controls, Maintenance and Repairs PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 NOte,: It is; important for th:ose.v ndors"w o have received notification of • this "solicitation bust lave decided not o respond, to complete and submit the dttoiched ``Statement of Not Bid`" of• No Bid°" provides the City with :information,. on° how °>ta improve the solicitation process. Failure to submit a `` `tate heat of N;d. did ' .rnay' re•sul.t°in• riot being notified, offuture.soricitations;bythe • ITB 2018-040-JC 25 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: c — Workload does not allow us to proposal 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 proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: JASON CROUCH BID #2018-040-JC 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 ITB 2018-040-JC 26 APPENDIX C M AM I BEACH • Minimum Requirements 84, 'Specificcitions 2018-040-JC HVAC Controls, Maintenance and Repairs PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-040=JC 27 Cl. Minimum Eligibility Requirements The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its bid or fail to comply with minimum requirements shall be deemed non-responsive, and shall not have its bid considered. Group 1(a): Repair,replace,supply,and install HVAC Equipment and Controls. Bidder must be a State of Florida Mechanical or Class"A","B",or"C"Air Conditioning Contractor. Required Submittals: Submit a copy of current State of Florida Mechanical and/or Class A, B,or C license. Group 1(b):Testing,Adjusting and Balancing(TAB)HVAC equipment Required Submittals: None required Group 1(c): Preventative Maintenance Bidder must be a State of Florida Mechanical or Class"A", "B","C"Air Conditioning Contractor. Required Submittals: Submit a copy of current State of Florida Mechanical and/or Class A, B,or C license. Group 2:A/C Duct Cleaning&Sanitizing • • Bidder must be a State of Florida Mechanical or Class"A","B","C"Air Conditioning Contractor. Required Submittals: Submit a copy of current State of Florida Mechanical and/or Class A, B,or C license. Group 3: Insulation Bidder must be regularly engaged in the business of HVAC Insulation. Required Submittals: None required. Group 4: Rentals Bidder must be regularly engaged in the business of HVAC rentals. Required Submittals: None required. ITB 2018-040-JC 28 C2. Statement of Work Required The contractor shall be responsible to provide HVAC repairs, replacements, installation, inspections, and furnish HVAC equipment and supplies, as needed, for the associated HVAC systems owned by the City of Miami Beach, according to the following Groups: 1 a) Repair, replace, supply, install Equipment and Controls; 1b) Testing, Adjusting and Balancing (TAB) HVAC equipment, 1c) Preventative Maintenance, 2) A/C Duct Cleaning & Sanitizing, 3) Insulation, and 4) Rentals, and 5) Pool of Pre-Qualified Contractors. These services shall be performed in accordance with the applicable manufacturer's recommendations, and as specified herein. The HVAC equipment is located at multiple sites within the City of Miami Beach, and will require the capability to perform services on various brands and equipment types. The contractor shall also furnish all labor, parts, tools, transportation, supervision, equipment and services necessary for the performance of requirements under this ITB. Bidder isnot required to submita bid for'all Groups in order to be considered for award. However, in order to be considered for award of Group,1, each of the subgroups (1 a,,1 b,l c) wAthin Group 1 must be bid accordingly. • C3.Specifications Regular preventive maintenance (monthly, quarterly, semi-annually) of HVAC (heating, ventilation, and air-conditioning) systems is crucial to the quality of air and comfort level within agency facilities. HVAC systems should always sufficiently control temperature and humidity, distribute outside air uniformly, and isolate and remove odors and pollutants. Improper function and maintenance can cause indoor air pollution by allowing stale or contaminated air to remain in the building. As there are many areas within City of Miami Beach property that house activities with unique ventilation requirements, it is essential that the HVAC system has fully functional and regularly inspected pressure control, filtration, and exhaust equipment, in accordance with the following specialty groups: Group 1: Repair, replace, supply, install HVAC Equipment and Controls, Group 2: Testing, Adjusting and Balancing (TAB) HVAC equipment, Group 3: NC Duct Cleaning &Sanitizing, Group 4: Insulation, Group 5: Preventative Maintenance, and Group 6: Pool of Pre-Qualified Contractors. Service shall be performed under Group 1 to include the following: 1a) Repair, replace, supply, install equipment and controls; 1b) Testing, Adjusting and Balancing (TAB) HVAC equipment, 1c) Preventative Maintenance. Preventative Maintenance Services shall be performed by the contractor on monthly, quarterly, and semi-annual schedule, which may be amended in writing by the Property Management Director, or designee, to accommodate the City's best interests. The awarded contractor shall, at a minimum, provide service, repair and predictive and preventive maintenance for the listed equipment identified herein, and for that equipment added in the future to the City's inventory. All non-emergency visits must be prescheduled with the respective Property Management Department ITB 2018-040-JC 29 Zone Manager, and shall be understood that scheduled appointment can be subject to change. An emergency phone number for 24 hours/7 days a week access to the contractor's service technician is a requirement and must be included with the bidder's response. Additionally, any and all requests for emergency service and repair shall be given,immediate attention, with a technician to be on-site within two(2) hours from the time the call was placed by the City of Miami Beach. Testing,Adjusting and Balancing (TAB) HVAC equipment shall be performed, as required, upon request of the Property Management Department, wherein a schedule of required services shall be provided to the contractor by the Property Management designee. Repair, replace, supply, install equipment and controls shall be performed, as required, upon request of the Property Management Department, wherein a schedule of required services shall be provided to the contractor by the Property Management designee. HVAC equipment in the City's inventory that may require service includes, but is not limited to, the list below: .Air Handling Units 'Boilers 'Chillers 'Computer Room Units 'Condensing Units 'Cooling Towers 'Exhaust Fans 'Energy Recovery Units .Fan Coil Units .Gas Furnace 'Heaters •Heat Pumps 'Humidifiers 'Ice Machines 'Make Up Air Units 'Power Induction Units 'Roof Top Units 'Self Contained Water Cooled (SWUD) • 'Variable Air Volume Unit 'Water Heaters Preventative maintenance services must include, but are not limited to,the following: 'Checking and adjusting burner assembly 'Checking ignition assembly 'Checking heat exchanger and elements 'Testing safety controls 'Cleaning and replacing filters. 'Inspecting blower components 'Tightening electrical connections 1._ ,r TN I I Al ITB 2018-040-JC 30 'Inspecting motors •Lubricating all moving parts as necessary 'Calibrating thermostats .Inspecting indoor and outdoor coils. Preventative maintenance inspection of the following is required: 'Evaporator&condenser coils 'Compressors 'Economizers 'Pilots and ignition controls 'Filters and belts 'Thermostats and their wiring 'Blower wheels&motors 'Drain pans&lines 'Heating Elements 'Disconnect Switches 'Burners .Flue Pipe 'Outside Air Dampers 'Verification of safety controls operations Preventative maintenance of Air & Water Cooled Chillers includes, but not limited to, the following: •Record suction &discharge pressures 'Check super-heat and sub-cooling on refrigerant circuit •Inspect liquid level at site glass 'Check for any unusual noise or vibration 'Inspect and tighten electrical connections 'Monitor and record amp draws on all electrical circuits 'Inspect contactors for wear or pitting 'Verify operation of thermostats and set points 'Complete diagnostic logs at Chiller control panel 'Inspect compressor oil levels 'Inspect cleanliness of condenser coils • 'Pull the heads and check condenser tube cleanliness 'Verify flow switch operation 'Check condenser entering and leaving water temperatures 'Check condenser and evaporator approach Preventative maintenance of Centrifugal Chiller Maintenance includes, but not limited to,the following: 'Annual oil analysis 'Inspect and record purge and pump out rate 'Perform vibration analysis 'Perform eddy current analysis 'Inspect starter and verify transition 'Verify operation of refrigerant monitor ITB 2018-040-JC • 31 •Test oil heater When performing any maintenance procedures, always refer to manufacturers' recommendations, related to the below items: • General conditions • Overall cleanliness • Mount stability • System calibration • Condensation drain condition • Electrical connection conditions • Filter conditions • Motor • Lubrication • Housing stability • Connection conditions • Oil cup conditions • Unit operation and noise level • Coil conditions • Window seal and gasket conditions • Central/ground or roof mounted • Air filter conditions • Burner assembly conditions • Circulation • Combustion chamber/smoke pipe conditions • Condensate drain conditions(A/C only) • Condenser/compressor function • Cooling coil conditions • Electrical disconnect function • Electrical heating unit function • General wiring and electrical control conditions • Guard, casing, hanger, support, platform, and mounting bolt conditions • Piping conditions • Liquid receiver conditions • Lubrication • Motor, driver, and assembly conditions • Platform stability • Pump unit function • Refrigerant dryer, strainer, valve, oil trap, and accessories conditions • Refrigeration lines/coil conditions for deficiencies such as frosting or icing • Registers and ducts for proper air distribution • Temperature and humidity control function • Thermal insulation and vapor barrier conditions • Water spray, weir, and similar device conditions • Overall cleanliness ITB 2018-040-JC 32 • Overall condition for deficiencies such as rust, corrosion, and mineral deposits • Heat pumps (Bass Museum) Check all items listed above under"central/ground/roof mounted," plus: • Temperature setting • Noise and vibration levels • Heating systems (See also annual checklist for Hot Water Heaters) • Amp draw per manufacturer's specs • Equipment cleanliness • Flow switch operation • Mechanical equipment function • Pull header conditions(on units more than 5 years in age) • Pumps • Function • Oil condition • Overall condition • Safety limit switch operation • Water temperature (in and out) • Air heater function • Auxiliary equipment function • Back feed pumps function • Blowoff and blowdown lines function • Boiler room log condition • Burner and control conditions • Deaerator function • Energy efficiency • Electric power function • Feed water supply conditions • Feed water treatment/control • Firing rate control conditions • Fuel supply line conditions • Fuel system/control conditions • Heat recovery equipment conditions • Limit device conditions • Pressure gauge and relief valve function •. Overall cleanliness • Overall condition • Overall safety • Anchor stability • Deck areas for deficiencies such as moisture,grease, mold, and tripping hazards • Doors • Hinge conditions • Lock and knob function • Guard stability per code ITB 2018-040-JC 33 • Overall condition •. Handrail stability • Harness • Fastener conditions • Strap conditions • Tie conditions • Overall condition • Ladders • Step conditions • Rail stability • Overall condition • Vibration limit switch function • Work area conditions • Top surface/fan deck conditions • Water distribution system • Distribution pipe condition • Eliminator conditions • Hot water distribution basin support member conditions • Internal strainer conditions (if applicable) • Lubrication of flow control valves • Spill flash bar conditions • Structural integrity • Bolted joint conditions • Nozzle conditions • ' Overall condition for deficiencies such as leads between joints, leaks, corrosion, • Buildup, breaks, and obstructions. • Overall condition for deficiencies such as leaks, cracks, deterioration, end panel • separation, corrosion, pitting, wood casing for signs of rot, brittleness or cracking of • fiberglass • Safety limit and interlock function • Shutdown operation • Walkway/platform stability and condition • Overall condition Service shall be performed under Groups 2-4, include the following: A/C Duct Cleaning and Sanitizing. A/C Duct Cleaning and Sanitizing shall be performed, as required, upon request of the Property Management Department, wherein a schedule of required services shall be provided to the contractor by the Property Management designee, and supplied by the contractor in accordance with the rate provided in the ITB response. Insulation. Insulation services shall be performed, as required, upon request of the Property Management Department, wherein a schedule of required services shall be provided to the contractor by the ITB 2018-040-JC 34 Property Management designee, and supplied by the contractor in accordance with the rate provided in the ITB response. Rentals. Rentals services shall be, performed, as required, upon request of the Property Management Department, wherein a request of required equipment shall be provided to the contractor by the Property Management designee, and supplied by the contractor in accordance with the rate provided in the ITB response. C4.Scheduling, Permits, and Response Time. Permits. Contractor shall be responsible for attaining permits for any work which required permits. The City. will reimburse thecontractor for the cost of the permits only. The City will reimburse for initial review and one resubmission only. Costs'associated with additional re-submissions will not be reimbursed. Contractor shall not include permit fees on Bid Form. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor. Damages, penalties and or fines imposed on the City or the vendor for failure to obtain required licenses, permits or fines shall be borne by the vendor. • Scheduling and Response Time. Response time requirements shall be as follows: Emergency Repairs/Service. Work shall commence within two (2) hours of verbal or written notification by the project/contract manager. Work may be required 24 hours day, 7 Days a week, 365 Days a year including holidays. Non- ' Emergency Work. Work shall commence within 48 hours of written notification by the project/contract manager. Work Day. All work to be performed on-site shall be done between the hours of 7:00 AM to 5:00 PM, Monday through Friday. Call outside these hours and days will be considered non-regular. Administrative Mark-Up for Parts. For parts and materials ordered under this option, vendors shall provide quotes or invoice, as determined by the Property,Management Director, or'designee, based on the costs of parts,and materials plus the mark-up, as provided in the bidder's ITB response. Group 5: Cost Estimates and Charges for Additional Services Pursuant to the Pool of Pre- Qualified Contractors. Pre-qualified bidders under any awarded pool of pre-qualified contractors are required to submit a written estimate to the user Department at no cost to the City accompanied with.recommended work or additional services that are required before a work order for that specific service is issued. Accordingly,the bidder(s)shall indicate the cost of its labor and materials in the cost estimate. Roadmap for Projects Awarded Pursuant to Pool of Prequalified Contractors In lieu of a time and materials order, the project/contract manager may request quotes from contractors authorized to participate in the Pre-Qualified Bidder Pool for larger repair projects or ITB 2018-040-JC 35 other planned projects. Responsive, responsible bidders (awarded or not) are eligible to participate in the Pre-Qualified Bidder Pool; at the discretion of the bidder and as indicated on the Cost Proposal Form at the time of submission. 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. In this case projects may be awarded on a Lump Sum or Time and Material basis as determined by the project/contract manager. For projects with an estimated cost up to $50,000, the project/contract manager may solicit written or telephone quotes prior to requesting a Purchase Order be issued for the work. For projects with an estimated cost exceeding $50,000, the project/contract manager may solicit written quotes. Prior to issuing a Purchase Order for projects in this category,the City Manager's Approval is required. In determining the lowest and best contractor for the project, in addition to price, there shall be considered the following: (1)The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the bidder. (4)The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with the laws and ordinances relating to the contract. The City Manager's Approval is required when the contractor offering the lowest cost is not selected. BALANCE OF PAGE INTENTIONALLY LEFT BLANK ITB 2018-040-JC 36 ' 1 HVAC EQUIPMENT INVENTORY BELT FILTER PM: BRANDTYPEMODEL/SERIAL#., SIZE SIZE FREQUENCY • CONVENTION CENTER TBD TBD TBD TBD bi-monthly BASS MUSEUM TBD TBD TBD TBD bi-monthly ACORN THEATER TBD TBD TBD TBD bi-monthly COLONY THEATER TBD TBD TBD TBD bi-monthly CARL FISHER TBD TBD TBD TBD bi-monthly CLUBHOUSE GARDEN CENTER TBD TBD TBD TBD bi-monthly BUILDINGS(Botanical) MIAMI CITY BALLET TBD TBD TBD TBD bi-monthly UNIT • UNIT. BELT FILTER PM •,Zone:2,South LOCATION BRAND TYPE= MODEL/SERIAL#; , ,SIZE , SIZE FREQUENCY, CLIMAT E OFFICE 1ST MASTE GCV030BHC4OCRTS 20X20X 10TH BEACH PATROL FLOOR R AHU /M10822594 1(8EA) bi-monthly CLIMAT E 10TH STREET OFFICE 1ST MASTE TRC18AGRFMMHC AUDITORIUM FLOOR R AHU FRS/M11027719 bi-monthly CLIMAT E OFFICE 2ND MASTE GCV060BHC4OCLTS FLOOR R AHU /M10822603 bi-monthly CLIMAT E OFFICE 2ND MASTE GLV160AHD4BEFBS 16X24X FLOOR R AHU /M10721870 1(2EA) bi-monthly CLI MAT • E OFFICE 2ND MASTE GLV240AHD44BEBT 20X20X r__ FLOOR R AHU S/M10721873 (2)A-37 1(8EA) bi-monthly CLIMAT E OFFICE 2ND MASTE GLV100AHD4BEBTS FLOOR R AHU /M10721865' bi-monthly CLI MAT E OFFICE 2ND MASTE TRCO9AGRFMHCFR FLOOR R AHU S/M11027631 bi-monthly CLI MAT E OFFICE 2ND MASTE TRC18AGRFMHCFR FLOOR R AHU S/M11027720 bi-monthly CLIMAT E OFFICE 1ST MASTE GCV048CHD4OELTS FLOOR R AHU /M10822598 bi-monthly CLIMAT E OFFICE 1ST MASTE GCV060BHC4OCLTS FLOOR R AHU /M10822604 bi-monthly CLIMAT E OFFICE 1ST MASTE GSH070AHC4OCLBS FLOOR R AHU /M10822582 bi-monthly ITB 2018-040-JC 37 • CLI MAT E OFFICE 1ST MASTE GHC012BGC4OCRB FLOOR R AHU S/M10822296 bi-monthly FLAMINGO PARK TENNIS TWE090B300DA/ CENTER OFFICE TRANE AHU 3121J1X5H bi-monthly COND 2TTA0048A3000AA OFFICE TRANE ENSER /3145WKBF bi-monthly COND 2TTA0048A3000AA. OFFICE TRANE ENSER /3145WMY3F bi-monthly 2TEE3F62A1000AA • FLEET MAINTENANCE OFFICE TRANE AHU /6463WT31V bi-monthly COND 2TTA0036A4000AA OFFICE TRANE ENSER /6372KN3F bi-monthly COND 2TTA0036A4000AA OFFICE TRANE ENSER /6372KT53F bi-monthly RHSA- H M 4221JA/M3609 FLEET MAINTENANCE 2 WAREHOUSE RHEEM AHU 01258 bi-monthly COND 13AJA42A01/7656 WAREHOUSE RHEEM ENSER N330903939 bi-monthly SANITATION ADMIN TWE180B400EL/42 OFFICES OFFICE TRANE AHU 33R1YHD bi-monthly COND TTA180B400FA/ OFFICE TRANE ENSER 346256CAD bi-monthly FIRST FLOOR- AHU MCCB012UAOAOUA 16X2OX HISTORIC CITY HALL THEATER TRANE #18 /K06M46757A B-39 2 bi-monthly FIRST FLOOR- AHU MCCB006UAOAOU 20X20X STAIRWAYS TRANE #17 A/K06M46752A A50 2(2) bi-monthly SECOND FLOOR- AHU# . MCCB010UAOAOU. COURT TRANE 20 A/K06_M46747A bi-monthly THIRD FLOOR MCCA0089ANOABA' OUTSIDE TRANE AHU 000ECECA/ K97C33043 bi-monthly AHU MCCB006UAOAOU 20X20X THIRD FLOOR TRANE #21 A/K06G85090 B-47 2(2) bi-monthly FOURTH AHU MCCB006UAOAOU 20X20X FLOOR TRANE #22 A/K06G85085 B-48 2(2) bi-monthly AHU MCCB006UAOAOU 20X20X FIFTH FLOOR TRANE #23 A/K06G85095 BX-48 2(2) bi-monthly AHU# MCCB006UAOAOU 20X20X _ SIXTH FLOOR TRANE 24 A/K06G85101 B-48 2(2) bi-monthly SEVENTH AHU MCCB006UAOAOU 20X20X FLOOR TRANE #25 A/K06G85105 BX-48 2(2) bi-monthly AHU MCCB006UAOAOU 20X20X EIGTH FLOOR TRANE #26 A/K06G85110 B-49 2(2) bi-monthly MITSU NINTH FLOOR BISHI AHU PKAA336FA bi-monthly MITSU COND BISHI ENSER PUYA36NHA bi-monthly NINTH FLOOR TWE090B300EL/ 16X25X -IT ROOM TRANE AHU 7306PGPBD B-48 1(3) bi-monthly_ COND 2TTA3048A3000AA TRANE ENSER /7313P884F bi-monthly COND 2TTA3048A3000AA TRANE ENSER /7313RA24F bi-monthly { SOUTH SHORE DAYCARE/KIT VWOD048040R/B0 COMMUNITY CENTER CHEN C.A.P AHU 42108001 bi-monthly ITB 2018-040-JC 38 LPCAF08D4FOFK00 DAYCARE/CLA 0000100DAHA/ SSROOM TRANE AHU T08C18662 bi-monthly LPCAF08D4FOEL00 DAYCARE/CLA 0000100CAFA/ SSROOM TRANE AHU T08C18661 bi-monthly MIAMI DADE AHU 60CWA200/R07300 COUNTY #6 70111 bi-monthly MIAMI DADE AHU 60CWA2 COUNTY #5 00/R0730070110 bi-monthly AHU# M CCB021UAOAOUA LUNCH AREA TRANE 11 /K04A08962 bi-monthly SOUTH SHORE LPCAFO8D4FOFN00 COMMUNITY CENTER AHU# 0000100CAFA/ 2ND FLOOR WORK FORCE TRANE 7 T08C18664 bi-monthly LPCAF10D4FOEK00 AHU# 0000100FAFA/ WORK FORCE TRANE 8 T08C18666 bi-monthly LPCAF10D4FOFJ000 AHU# 000100EAEA/ WORK FORCE TRANE 10 T08C18665 bi-monthly LPCAFO8D4FOEMO AHU# 00000100CAGA/ WORK FORCE TRANE 9 T08C18663 bi-monthly RTUA110CYGO1R3 CHILL DOVFN/ WORK FORCE TRANE ER UO4B04476 bi-monthly EVAP ORAT 1AHJ06SO1C01/ 2I0 2nd ST COLLINS CT OFFICE ICECO OR Tm3204 20937 bi-monthly AIR HAND TWE180B300EL/ FIRE STATION#1 TRANE LER 5133T6UHD bi-monthly COND .TTA180B300FA/51 TRANE ENSER 63YUDAD bi-monthly PACK CARRIE AGED 50TFF006V311/250 R UNIT 4G40088 bi-monthly PACK AGED RLKAA085CL000/ PAL BUILDING ROOF TOP RHEEM UNIT6225F130115263 bi-monthly PACK ROOF TOP CARRIE AGED 50TJ008V521/ (GYM) R UNIT 1200G30322 bi-monthly PACK ROOF TOP CARRIE AGED 50TJ008V521/ (GYM) R UNIT 1200G30320 bi-monthly PACK . i ROOF TOP CARRIE AGED 50TJ008V521/ (2ND FLOOR) R UNIT 1200G30321 bi-monthly POLICE STATION-5ST AHU# CCDB06BLOD/ 20X25X FLOOR OFFICE TRANE 12 K85M82061 2(2) bi-monthly 20X25X 2(2) POLICE STATION-ROOF AHU# MCCB010UAOAOUB 16X25X MECHANICAL GUN RANGE TRANE 13A /K05K28381A 2(1) bi-monthly ITB 2018-040-JC 39 20X20X 2(1) 20X25X 2(2) 16X25X 2(2) POLICE STATION-4TH AHU# MCCB017UAOAOUB 16X20X FLOOR OFFICE 'TRANE 10 /K06G84907 2(1) bi-monthly 16X25X 2(2) POLICE STATION-4TH AHU# MCCB014UAOAOUB 16X20X FLOOR OFFICE TRANE 7 /K06084897 2(4) bi-monthly 16X20X 2(3) 20X20X 2(2) POLICE STATION-3RD AHU# MCCB017UAOAOUB 16X25X FLOOR OFFICE TRANE 6 /K06G84902 B56 2(2) bi-monthly POLICE STATION-3RD AHU# MCCB021UAOAOUB 20X25X FLOOR OFFICE TRANE 5 /K05K30354A BX-52(2) 2(6) bi-monthly 20X25X 2(2) POLICE STATION-2ND AHU# MCCB021UAOAOUB 16X25X FLOOR OFFICE TRANE 4 - /K05K30348A 2(4) bi-monthly 16X25X 2(2) POLICE STATION-2ND AHU# MCCB014UAOAOUB 16X20X FLOOR OFFICE TRANE 3 /K05K28376A BX-45 2(4) bi-monthly 16X25X 2(4) POLICE STATION-1ST AHU# CSAA021UALOO/ 3VX475 20X25X FLOOR OFFICE TRANE 1 K16B09627 (4) 2(3) bi-monthly 20X24X 2(1) POLICE STATION-1ST NEIGHBORHO AHU# CSAA008UALOO/ 24X24X FLOOR OD CONF. TRANE 2 K16809634 A49(2) 2(1) bi-monthly POLICE STATION-1ST AHU# CCDBO6BLOD/ FLOOR CSU CSU TRANE. 14 K85K82063 bi-monthly AHU# LPCAD10F2FOEK/ POLICE STATION-911 OFFICE TRANE 8 T08L70022 B40 bi-monthly POLICE STATION-911 AHU# TWE12OB300EL/43 • BACKUP OFFICE TRANE 8BK 74KH180 bi-monthly POLICE STATION- AHU# CCDBO6BLOD/ MAINTENANCE OFFICE OFFICE TRANE 15 K85K84077 bi-monthly POLICE STATION-RADIO LIEBER AHU# ROOM OFFICE T 8A bi-monthly POLICE STATION-IT LIEBER AHU# ROOM OFFICE T 9 bi-monthly POLICE STATION-IT AHU# TWE240B400EL/41 ROOM BACKUP OFFICE TRANE 9BK 84UDCHD bi-monthly AIR SOUTH POINT HAND XTI042X066BAHAO POLICE/PARK OFFICE YORK LER 17A/CETMXT0193 bi-monthly COND H5CE240A25A/NOB OFFICE YORK ENSER 8629920 bi-monthly AIR SOUTH POINT FRIEDRI HAND MW12C1F/LGAC01 LIFEGUARD OFFICE CH LER 993 bi-monthly FRIEDRI COND MR12C1F/LGAC145 OFFICE CH ENSER 6 bi-monthly • MBPD INTERNAL RHGE100ZK/152G4 AFFAIRS OFFICE RHEEM AHU 2932568 bi-monthly ITB 2018-040-JC 40 r ' COND RANLO6OCAZ/ RHEEM ENSER 7394W341000386 bi-monthly COND RANLO6OCAZ/ RHEEM ENSER 7394W341000390 bi-monthly CARRIE AHU# 39ED57/ CITY HALL-4TH FLOOR OFFICE R 11 760695036 bi-monthly CARRIE AHU# 39ED39/ CITY HALL-3RD FLOOR OFFICE R. 9 760595035 bi-monthly CITY HALL-COMMISION CARRIE AHU# 39BA060/ CHAMBERS OFFICE R 12 755273230 bi-monthly CITY HALL-COMMISION CARRIE AHU# 39BA060/ CHAMBERS OFFICE R 10 755273229 ' bi-monthly CARRIE AHU# 39BA050/ CITY HALL 2ND FLOOR OFFICE R 7 755273227 bi-monthly CITY HALL - CARRIE AHU# 39BA060/ ADMINISTRATION OFFICE R 8 755273228 bi-monthly CITY HALL -SPECIAL CARRIE AHU# 39LD1032JA1221-L ' MASTER OFFICE R 2 /2195768710 bi-monthly CITY HALL-1ST FLOOR AHU# MCCA006GAKOBBB CONFERENCE ROOM OFFICE TRANE 4 0005/K95F44510 bi-monthly 39LA08GA-AD- CITY HALL-CASHIERS CARRIE AHU# AKP122/ OFFICE OFFICE R 3 2016U30072 bi-monthly AHU# CSAA025UACOO/ CITY HALL 2ND FLOOR OFFICE TRANE 5 K11L21437A bi-monthly CARRIE AHU# 39BA060/ CITY HALL CITY CLERK OFFICE • R 1 755273224 bi-monthly PACK AGED CHA166515P/ 777 BLDG ROOFTOP LENOX UNIT 5693C04261 bi-monthly PACK AGED . CHA166515P/ 777 BLDG ROOFTOP LENOX UNIT 5693C04045 bi-monthly CHILL CHHNO5OTKGON05 777 BLDG ROOFTOP TRANE ER 7A/UA9A4146 bi-monthly CHILL CHHNO6OTKGN069 777 BLDG. ROOFTOP TRANE ER A/UA9A4147 hi-monthly ELEVATOR MITSU MSYA24NA/600374 777 BLDG ROOM BISHI AHU 6 bi-monthly ELEVATOR MITSU COND MUYA24NA/ 777 BLDG ROOM BISHI ENSER 6004012 bi-monthly AHU MCCB025UAOCOUB 777 BLDG FIFTH FLOOR _ TRANE #5 /K08M31855A bi-monthly AHU MCCB021UAOCOU 777 BLDG THIRD FLOOR TRANE #1 A/K08J96227 bi-monthly SECOND AHU CSAA017UAA00/ 777 BLDG FLOOR TRANE #2 K09L51347 bi-monthly .YLA0135ZE46XBA5 CHILL X7XH/TXBLXCXX44 1755 MERIDIAN AVENUE ROOFTOP YORK ER SXTXXXHXHXHXA bi-monthly CHILL XXCXX7XXXXXJ/2M ROOFTOP YORK. ER TM002273 bi-monthly ' AHU XT1045X072BAKAO FIFTH FLOOR YORK #5 86/CMTMXT0129 bi-monthly FOURTH AHU XT1045X072BAKAO FLOOR YORK #4 86//CMTMXT0127 bi-monthly AHU XT1045X081BAKAO THIRD FLOOR YORK #3 46A/CMTMXT0128 bi-monthly ' AHU XT1033X048BAFAO THIRD FLOOR YORK #3A 46A/CBXMXT0041 bi-monthly ITB 2018-040-JC 41 SECOND AHU XT10458072BAKAO FLOOR YORK #2 46A/CMTMXT0126 bi-monthly SECOND FLOOR- AHU XT1030X027BADA0 PARKING YORK #1 A 46A/CMTMXT0125 bi-monthly AHU XT1042X081BAKAO FIRST FLOOR YORK #1 46A/CMTMXT0124 bi-monthly 555 BLDG-OFFICE OF HOUSING,HOMELESS TWE240E300BB/ OUTREACH SPLIT TRANE AHU 12271PNYWA bi-monthly COND TTA240E300AA/ ' SPLIT TRANE ENSER 12264N80TA bi-monthly 555 BLDG-CODE TWE240E300BB/ COMPLIANCE DEPT. , SLIT TRANE AHU 12272K3VWA bi-monthly ' UNIT UNIT ` BELT' , FILTER PM. Zone 3 North' , . 'LOCATION , BRAND TYPE',, ,MODEL/SERIAL# -; ,SIZE .SIZE FREQUENCY, BYRON CARLYE PACK TTA0120E300/1120 THEATER LOBBY TRANE AGE 3XMLYA bi-monthly TCH240F300BA/12 TRANE RTU'2 04103870 bi-monthly ,---, T5C036E1EAA1AA/ TRANE RTU4 1204105716 bi-monthly TCH240F300BA/12 TRANE RTU 1 0410360 bi-monthly 4TTM3030A1000A _ TRANE CU A/10402FY0AA _ bi-monthly _ PACK TCD150F300BA/12 BACKSTAGE TRANE AGE 04102410 bi-monthly CARRIE 24ABB360A520/38 FIRE 2 ADMIN West Side R CU 11e04563 bi-monthly CARRIE 24ABB360A520/28 West Side R CU 11E22749 bi-monthly CARRIE 24ABB360A520/39 West Side R CU 11E01322 bi-monthly • CARRIE 24ABB360A520/39 West Side R CU 11E01321 bi-monthly CARRIE 24ABB360A520/39 • West Side R CU 11E01323 bi-monthly CARRIE 38MVC018301/101 IT ROOM R CU 11V08S23 bi-monthly CARRIE FB4CNF060/4211A 2nd floor R ' AHU 84117 bi-monthly ' CARRIE FB4CNF060/4211A 2nd floor R AHU_ 84063 bi-monthly CARRIE FB4CNF060/4211A 1st Floor R AHU 84105 bi-monthly CARRIE FB4CNF060/4211A R AHU 84102 i bi-monthly CARRIE FB4CNF060/4211A R AHU 84007 bi-monthly CARRIE 50TFF014AY511/07 FIRE STATION 2 FIRST FLOOR R RTU#1 06G20801 bi-monthly CARRIE 50HJ009AV541/ FIRST FLOOR R RTU#2 0806G30732 bi-monthly SECOND CARRIE 50TFF005AV511/ , FLOOR R RTU#3 0706G30162 bi-monthly THIRD FLOOR CARRIE 50TFF006AV511/ -EOC R RTU#4 0706G20316 bi-monthly THIRD FLOOR CARRIE 50TFF005AV511/ -EOC R ' RTU#5 0706G30161 bi-monthly THIRD FLOOR TSCO9ZE3CAOYA/ -911 TRANE RTU#6 103412519L bi-monthly ITB 2018-040-JC 42 THIRD FLOOR CARRIE RTU# 50TCE09A2A5AOA0 -IT R 7 A1/3014P89017 bi-monthly THIRD FLOOR TAM7AOC48H41EA -IT BACK UP TRANE AHU 1 A/160741LXAV bi-monthly THIRD FLOOR TAM7AOC36A31EA -IT BACK UP TRANE AHU 2 A/16203M8MAV bi-monthly THIRD FLOOR 4TTA3048D3000CA -IT BACK UP TRANE CU 1 /16265NL23F bi-monthly THIRD FLOOR 4TTA3036B000AA/ -IT BACK UP TRANE CU 2 16224NML3F bi-monthly COND ENSO 4TTV8048A1000BA FIRE STATION 3 ROOF TRANE R /17121KCR1F bi-monthly COND ENSO 4TTV8036A1000BA TRANE R /17035U1M1F bi-monthly THC036E1EOA1L00 00000000000000B PACK 0000000000/ TRANE AGE 170211153L bi-monthly THC048F1EOA1L00 00000000000000C PACK 0000000000/ TRANE AGE 165110417L bi-monthly THC036E1EOA1L00 00000000000000B PACK 0000000000/ TRANE AGE 170511631L bi-monthly TH00048F1EOA1L0 000000000000000 PACK C0000000000/ TRANE AGE 165110367L bi-monthly TAM8COC48V41EA GYM TRANE AHU H/171456UM1V bi-monthly TAM8COC36V31GA RESCUE TRANE AHU A/17135NMN1V bi-monthly AHU CFAO18C08DCOOK/ FIRE STATION 4 West Side MON #1 201512CNCN00279 bi-monthly AHU CFA018C08DCOOK/ AAON #2 201512CNCN00278 bi-monthly 13AJN42A01/8393 MARINE PATROL BLDG. 1st Floor RUUD AHU W281320842 bi-monthly MIAMI BEACH GOLF TWE120D300AB/16 CLUB CLUBHOUSE TRANE AHU 3 482SASBA bi-monthly COND MAINTENANC ENSO TWE120D300AB/16 E TRANE R 173YXWBA bi-monthly PACK AGED D M09000OA2AAA3 ROOF TOP YORK UNIT C/NFNM079342 bi-monthly PACK AGED D M102C00A2AAA3 ROOF TOP YORK UNIT C/NFNM084272 bi-monthly AHU K3EU180A33A/ CLUBHOUSE YORK #1 NFNS003533 bi-monthly COND ENSO H3CE120A25A/ CLUBHOUSE YORK R NFNM084272 bi-monthly NORMANDY SHORES FRIEDRI WALL GUARD HOUSE&GATES WALL CH UNIT bi-monthly POLICE NORTH END SUB GAMSBOC60M51EA • STATION OFFICE TRANE AHU 1 A/16472N1XAV bi-monthly 4TTR6061C1000AA TRANE CU 1 /17078038RF bi-monthly ITB 2018-040-JC 43 GAMSBOC60M51EA TRANE AHU 2 A/17084REJOV bi-monthly 4TTR6061C1000AA. TRANE CU 2 /17025MPH2F bi-monthly PROPERTY ' MANAGEMENT XTI051X081JAKA04 BUILDING 2ND FLOOR YORK AHU 1 6A/ACCMXT0182 bi-monthly YCAL0052EE46XEE4 CHILL 6XEBBXTXHXXRL/ ROOFTOP YORK ER 11531E53578116 bi-monthly TWE090B300EL/52 PUBLIC WORKS ADMIN TRANE AHU 83TM2BD bi-monthly COND ENSO 2TWA0048A4000A ADMIN TRANE R B/5293X674F bi-monthly COND ENSO 2TWA0036A4000A ADMIN TRANE R B/5281PUN4F bi-monthly TWE090E300A/172 OPERATION TRANE AHU 352PXBA bi-monthly COND ENSO TTA09OH400AA/17 OPERATION TRANE R 215S5SYA bi-monthly CONTROL TW E090E300AA/ ROOM TRANE AHU 16474XY4BA bi-monthly COND CONTROL ENSO TTA090H400AA/17 ROOM TRANE R 114J9FYA bi-monthly 1ST FLOOR TEM4AOC48S41SAA M.ROOM TRANE AHU /15433L0D2V bi-monthly COND ENSO 4TWA3048B4000B TIME KEEPER TRANE R B/15433JPM4F bi-monthly SCOTT RAKOW YOUTH AHU XT1051X075BAHAO CENTER FIRST FLOOR YORK #4 40A/CBWMXT0265 bi-monthly SECOND AHU XT1102X096BALAO FLOOR YORK #2 46A/CBRMYT0184 bi-monthly AHU XT054X081BAKA04 _ ROOFTOP YORK #3 6A/CBWMXT0031' bi-monthly _ AHU XT075X111BAMAO ROOFTOP YORK #1 46A/CBWMXT0030 bi-monthly JOHNS J15YCCO0A4AAA1Af ROOFTOP ON CU4A /N1D0808680 bi-monthly JOHNS J15YCCOOA4AAA1A ROOFTOP ON CU4B /N1D0808681 bi-monthly PACK DDHU55DW6000A ICE SKATING AGE( C460/ ROOF BMIL UNIT 20951170020 bi-monthly COOLI NG ICE SKATING EVAPC TOWE ROOF 0 R LSCB150/T021886 bi-monthly COOLI NG ICE SKATING EVAPC TOWE ROOF 0 R ICT4912/T002845 bi-monthly YCW L0074H E46XA CHILL BBXT/ ROOFTOP YORK ER 1 2AWM005141 bi-monthly YCW L0074H E46XA CHILL BBXT/ ROOFTOP YORK ER 2 2AWM005142 bi-monthly CARRIE FXDNF061/ OFFICE R AHU 1416A82926 bi-monthly ITB 2018-040--JC 44 MITSU MINI 5UZKAO9NA/3SPOO ROOFTOP BISHI SPLIT 642 bi-monthly MITSU MINI 5UZKA15NA/ ROOFTOP BISHI SPLIT 48P01125 bi-monthly MITSU MINI 5UZKA15NA/ ROOFTOP BISHI SPLIT 46P01025 bi-monthly MITSU MINI MUYGE124NA/ ROOFTOP BISHI SPLIT 4003838T bi-monthly MITSU MINI PUYA18NHA3/9140 ROOFTOP BISHI SPLIT 11016 bi-monthly MITSU MINI PUYA12NHA3/ ROOFTOP BISHI SPLIT 92U01707B bi-monthly ROOF OF LOCKER PACK - ROOM AAON AGE UNABEL TO ACCESS bi-monthly COND NORMANDY CARRIE ENSO 24ABB30A520/ (ISLE PARK POOL) OFFICE R R 1416E14458 bi-monthly COND ENSO TTA090G300AA/15. NORTH SIDE TRANE R 1910J4YA bi-monthly COND NORMANDY GOLF ENSO TCGD3054351A/ COURSE PRO SHOP YORK R W0A9320747 bi-monthly IN ROOF PRO SHOP YORK AHU UNREACHABLE bi-monthly COND ENSO TTA126D300AA/ SOUTH TRANE R 15103WW3YA bi-monthly COND ENSO TTA090G300AA/ SOUTH TRANE R 1543419SYA bi-monthly MINI 85221344646000/ SOUTH SANYO SPLIT 0132674 bi-monthly MINI 85221344646000/ SOUTH SANYO SPLIT 0097581 bi-monthly NC09000OC6AAA1 NORTH SIDE TRANE AHU A/NOA9169478 bi-monthly TWE120D300AB/ SOUTH TRANE AHU 15142P48BA bi-monthly CHDX07263/00070 EASTSIDE SANYO SPLIT 3 bi-monthly NORTH SHORE BAND CARRIE 39MA50010001/ SHELL 1ST FLOOR R AHU 1 5102E95850 bi-monthly NORTH SHORE YOUTH CARRIE 39MA50010001/ CENTER 2ND FLOOR R AHU 2 5102E95849 bi-monthly PACK MPS020BYDL/ EAST GYM DAIKIN AGE F181401389 bi-monthly PACK MPS020BYDL/ WEST GYM DAIKIN AGE F181401388 bi-monthly RCS1SF180D/ 1ST FLOOR DAIKIN CU 1 F141400275 bi-monthly RCS1SF180D/ DAIKIN CU 2 F141400957 bi-monthly RCS1SF180D/ DAIKIN CU 3 F141400276 bi-monthly RCS1SF180D/ DAIKIN CU 4 F141400956 bi-monthly TTA180H3ORAA/ 1ST FLOOR TRANE CU 1 16262KAYTA bi-monthly RAUJC3OEBC1300D 000000/ UNIDAD BUILDING 2ND FLOOR TRANE CU 2 C16H05212 bi-monthly ITB 2018-040-JC 45 RAUJC3OEBC1300D . 000000/ TRANE CU 3 C16H05213 bi-monthly TWE180E300AA/ TRANE AHU 1 16244SWLWA bi-monthly K16H61238/ TRANE AHU 2 CSAA025UALO0 bi-monthly CSAH010UAL00/ TRANE AHU 3 K16H61940 bi-monthly UNIT UNIT. BELT FILTER PM Zone'4Parking; ' " . LOCATION. BRAND TYPE MODEL/SERIAL# SIZE SIZE - FREQUENCY 5TH ST&ALTON RD. PARKING GARAGE TBD TBD TBD TBD bi-monthly TEM 4A0B24S21SA /17451Y1L3V 7TH ST.PARKING (installed GARAGE OFFICE TRANE AHU 12/15/17) bi-monthly 4TTR4024L1000B/ COND 17475K8YAF ENSO (installed OFFICE TRANE R 12/15/17) bi-monthly COND STORAGE ENSO 13AJN60A01/8395 UNDER RAMP RUDD R W321317683 bi-m onthly_ STORAGE GOLDMAN UNDER RAMP RUDD AHU PROPERTIES bi-monthly COND 4TTR4018L100A/17 COLLINS AVE ENSO 203679AF installed: VESTABULE TRANE R 11/2017 bi-monthly TMM4AOA18S21SA COLLINS AVE /17206062M VESTABULE TRANE AHU installed:11/2017 bi-monthly NW COND ELEVATOR ENSO TTA04273300AA/1 TOWER TRANE R .22886fY4A bi-monthly NW ELEVATOR TWE240E300BB/ TOWER TRANE AHU 12272K3VWA bi-monthly 4TTR4048L10000A/ COND 17332T1Y3F SE ELEVATOR ENSO . (INSTALLED TOWER TRANE R 9/20/17) bi-monthly • GAM5BOC48M41A /17274ERD1V SE ELEVATOR (INSTALLED TOWER TRANE AHU 9/20/17) bi-monthly COND 12TH ST.PARKING TRANE ENSO 2TTR2018A1000AA GARAGE OFFICE XR12 R /54414DG3F bi-monthly OFFICE TRANE AHU IN CEILING bi-monthly ELEVATOR ROOM WINDOW UNIT bi-monthly COND 4TYK1624A10N0A/ 13TH ST.PARKING ENSO 170105681X _GARAGE OFFICE TRANE R installed 5/10/17 bi-monthly 4MYW1624A1ONO A/170105541X OFFICE TRANE AHU installed 5/10/17 bi-monthly ELEVATOR CLASS! MINIS ROOM C PLIT MRHNC24AS bi-monthly COND 16TH ST.PARKING ELEVATOR ENSO XB132TTB3024A10 GARAGE TOWER TRANE R 00AA/7382L045F bi-monthly ELEVATOR 2TGB3F25A1000AC 16X20X TOWER . TRANE AHU /7302UAG6V 1 bi-monthly ITB 2018-040-JC 46 COND ELEVATOR ENSO XB132TTB3024A10 TOWER TRANE R 00AA/7325TFU5F bi-monthly ELEVATOR 2TGB3F25A1000AC 16X20X TOWER TRANE AHU /7333G6E6V 1 bi-monthly' PARKING OPS MINIS OFFICE TBD PLIT TBD bi-monthly COND GOOD ENSO 06C130601CB/110 WEST LOBBY MAN R 8544125 bi-monthly CARRIE FB4ANB070/3498A 22X24X WEST LOBBY R AHU 22918 1 bi-monthly COND 17TH ST.PARKING PARKING OPS ENSO 13AJA42A01/7656 GARAGE OFFICE RHEEM R W360902847 bi-monthly RI•ISA- PARKING OPS HM4221JA/M1009 OFFICE RHEEM AHU 01390 bi-monthly COND 2ND FLOOR ENSO OFFICE LG R LGELSU120HXV bi-monthly 2ND FLOOR OFFICE LG EVAP LGELSN120HXV bi-monthly COND GRESHAM ENSO RAND-036CAZ/ STORAGE RHEEM R 7295 M4806 06070 bi-monthly RHSA- GRESHAM HM3617JA/M3509 STORAGE RHEEM AHU 01177 bi-monthly COND ON STREET ENSO 14AJM36A01/7996 STORAGE RHEEM R W260901927 bi-monthly ON STREET STORAGE RHEEM AHU bi-monthly COND AUDITORS ENSO 13AJA36A01/ OFFICE RHEEM R 7655N310903283 bi-monthly AUDITORS OFFICE RHEEM AHU bi-monthly W30A2- COND A00/298M1734836 ELEVATOR ENSO 69-02(NEW ROOM 4&5 BARD R 11/28/17) bi-monthly ELEVATOR ROOM 3 WINDOW UNIT bi-monthly ELEVATOR ROOM 1 WINDOW UNIT bi-monthly ELEVATOR ROOM 2 WINDOW UNIT - bi-monthly COND PARKING OPS ENSO TCGD18S21S1A/W 1755 PARKING GARAGE OFFICE TRANE R 0F7929174 bi-monthly PARKING OPS AHP18B3XH21H/A0 OFFICE TRANE AHU A9558759 r bi-monthly COND ENSO 13ADN60A01/8404 COIN ROOM RHEEM R W351110661 bi-monthly COIN ROOM RHEEM AHU bi-monthly NE ELEVTOR FRIEDRI MINIS MW18C3F/UDC037 TOWER CH PLIT 06 bi-monthly NW ELEVATOR FRIEDRI MINIS MW18C3F/UDC037 TOWER CH PLIT 23 bi-monthly ITB 2018-040-JC 47 COND SW ELEVATOR ENSO TTA894B385FA/ TOWER TRANE R 847256CAD bi-monthly SW ELEVATOR TEM4AOB30531SA TOWER TRANE AHU A/1638571W2V bi-monthly COND PENNSYLVANIA AVENUE ROOFTOP/RET CARRIE ENSO 38AUDA14AOB6A0 PARKING GARAGE AIL R R AOAO bi-monthly COND ROOFTOP/RET CARRIE ENSO 38AUDA14AOB6A0 AIL R R AOAO bi-monthly COND ROOFTOP/RET CARRIE ENSO 38AUDA14AOB6A0 AIL R R AOAO bi-monthly COND ROOFTOP/RET CARRIE ENSO 38AUDA14AOB6A0 AIL R R AOAO bi-monthly COND ROOFTOP/RET CARRIE ENSO 38AUDA14AOB6A0 AIL R R AOAO bi-monthly COND ROOFTOP/RET CARRIE ENSO 38AUDA14AOB6A0 AIL R R AOAO bi-monthly COND ROOFTOP/RET CARRIE ENSO 38AUDA14AOB6A0 AIL R R AOAO bi-monthly COND ROOFTOP/RET CARRIE ENSO 38AUDA14AOB6A0 AIL R R AOAO bi-monthly COND ROOFTOP/ELE MITSU ENSO MU- VATOR BISHI R AO9WA/9000936T bi-monthly COND ROOFTOP/ELE MITSU ENSO MU- VATOR BISHI R AO9WA/8002923T bi-monthly COND ROOFTOP/ELE MITSU ENSO MU- VATOR BISHI R AO9WA/8003000T bi-monthly ENTERANCE MITSU MINI MU-AO9WA/MS- RAMP/OFFICE BISHI SPLIT AO9WA bi-monthly COND RANL- ELECTRICAL ENSO 049JAZ/7842W150 ROOM RHEEM R 904923 bi-monthly RHSL- ELECTRICAL H M4821JA/W0710 ROOM RHEEM AHU 10212 bi-monthly EAST WIND 42nd ST.PARKING ELEVATOR OW GARAGE TOWER UNIT bi-monthly WEST WIND ELEVATOR OW TOWER UNIT bi-monthly COND ENFORCEMEN ENSO YCJD60S44S3EA/W T OFFICE YORK R 1F2923291 bi-monthly ENFORCEMEN MA2ODN41H/W1F T OFFICE YORK AHU 2880579 bi-monthly ENFORCEMEN Heat MC6OD3Xh1h/W1K T OFFICE YORK pump 2187384 bi-monthly SUNSET HARBOR SE ELEVATOR MITSU MINIS MU- PARKING GARAGE ROOM BISHI PLIT AO9WA/1002205T bi-monthly ITB 2018-040-JC 48 COMF SE ELEVATOR ORT MINIS VESTABULE AIRE PLIT A-DVH12SF-0 . bi-monthly COMF MINIS SE ELEVATOR ORT PLIT/A VESTABULE AIRE HU BDVH12SF-0 bi-monthly COND • PARKING OPS ENSO 13AJN24A01/8390 OFFICE RHEEM R W131215280 bi-monthly PARKING OPS OFFICE RHEEM AHU IN CEILING bi-monthly COND FISHING ENSO 13AJN18A01/8389 STORAGE RHEEM R W021200422 bi-monthly MAINTAINED BY FISHING SCOTT ROBBINS STORAGE RHEEM AHU PROPERTIES bi-monthly NW ELEVATOR MITSU MINIS ROOM BISHI PLIT MU-A09WA bi-monthly NW ELEVATOR MITSU MINIS VESTABULE BISHI PLIT MU-A09WA bi-monthly ITB 2018-040-JC 49 APPENDIX D M I AAA I BEAC H SpecialConditions 2018-040-JC HVAC Controls, Maintenance and Repairs PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 331.39 ITB 2018-040-JC 50 1.TERM OF CONTRACT. Theterm of the Agreement("Term")shall commence upon execution of the Agreement by all parties hereto, and shall have an initial term of three(3) years. 2. OPTIONS TO RENEW. The City,through its City Manager, will have the option to extend for two (2) additional, one(1) year periods, subject to the availability of funds for succeeding fiscal years. 3. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the three (3)year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 3.1 OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an additional three (3), one (1) year terms, on a year to year basis, at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas)computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on 'the first day of any exercised option period, the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment:Any adjustment request received after the commencement of a new option period may not be considered. 4. METHOD OF PAYMENT: The vendor shall submit an invoice to the City user department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty(30)calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the City in advance of the services being provided: In addition the invoice shall reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment. 5. DELIVERY REQUIREMENTS: The vendor shall have all related chemicals, additives, and re- agents available for delivery, within 2 calendar days after the date the order is scheduled by authorized City personnel. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the vendor(s); except in such cases where the delivery will be delayed due to acts of nature, strikes,or other causes beyond the control of the vendor. In these cases, the vendor shall notify the City of the ITB 2018-040-JC 51 delays, in advance of the original delivery date, so that a,revised delivery schedule can be appropriately considered by the City. Upon delivery, all materials shall be unloaded by the vendor. Delivery shall be prior to 3:30 PM, Monday through Friday within the City of Miami Beach. From time to time the City may place emergency orders to be delivered after hours (weekdays after 3:30 pm), weekends (Saturdays and Sundays) and Holidays. Should the vendor(s) to whom the Contract(s) is awarded fail to deliver in the number of days stated above, the City reserves the right to cancel the order seek the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. Certain City employees may be authorized in writing to pick-up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact the appropriate user department to confirm the authorization. 6. QUANTITIES. The quantity or amount specified herein are estimated only and not a commitment or guarantee of the amounts required by the City under this Bid. Vendor is not authorized to manufacture, produce, ship or perform unless it has received a release or request for a specific quantity for items/materials specified in the contract ordered pursuant to this bid by an authorized representative of the City. All invoices must be equal to or less than the cost specified in the contract. The City shall not be obligated or liable for any payments in excess of the amounts released or requested pursuant to this bid or for unit prices that exceed those stipulated in the contract. ITB 2018-040-JC , 52 APPENDIX E M Am ! BEAc H CostProposal Form 2018-040-JC HVAC Controls, Maintenance and Repairs PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-040--JC 53 • APPENDIX E COST PROPOSAL FORM **Failure to submit Cost Proposal Form,in its entirety and fully executed, by the deadline established fo he receipt of proposals will result in Proposal beins deemed non-responsive and beinI re'ected. Proposer affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form shall be completed mechanically or, if manually, in ink.` Cost Proposal Form completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. IB di der Is not required to submit a bid for aih Groups in ,order to be considered .for-award: 'However, in order to be considered for award.of Group.:1, each:of the subgroups (1a,1b,1c) within Group°1 mustbe bid accordingly: GROUP 1(a): Repair, Replace, Install (Work Not Covered By Maintenance Contract) Est.Qty UIM Cost per U/M Annual Cost a b c =a_x_c). 1. • ' Hourl Labor Rate R-.ular • 200. ' Hours $ • $ . • • 2 Hour! Labor Rate Non-re.ularhours 40 Hours $ - '$ ® Annual Annual Cost Est.Cost " UIM =a_x_c) 3 Cost of Parts/Materials $3,000 N/A % $ SUB-TOTAL(Lines 1,2,3) $ GROUP 1(b):Testing,Adjusting and Balancing(TAB)HVAC equipment Est.Qty U/M Cost per U/M Annual Cost a b c a_x_c 4 Hourl Labor Rate R-.ular 200 Hours $ $ 5 Hourl Labor Rate Non-rei ular hours 40 Hours $ $ SUB-TOTAL(Lines 4,5) $ ITB 2018-040—JC 54 , GROUP 1(c): Preventative Maintenance . Frequency U/M Cost per U/M Annual Cost Service Type (a) (b) (c) =(a_x_c) 6 Monthl PM 12 Month $ $ 7 Quarter) PM 4 Quarterl $ $ 8 Semi-Annual PM 2 Semi-Annual $ $ Annual o - - `' Annual Cost Est Cost : U/M' ' %Mark-u•. =a_x_c 9 Cost of Parts/Materials $3,000 N/A % $ SUB-TOTAL(Lines 6,7,8,9). $ GRAND TOTAL GROUP 1 (a,b,c,) $ GROUP 2:A/C Duct Cleaning&Sanitizing Est.Qty U/M Cost per U/M Annual Cost a b c =a_x_c 10 Hourl Labor Rate R-.ular 200 Hours $ $ 11 Hourl Labor Rate Non-re•ular hours 40 Hours $ $ ' Annual Annual Cost Est.Cost .. U/M %.Mark-u• =a_x_c) 12 Cost of Parts/Materials $3,000. N/A % $ - TOTAL GROUP 2(10, 11,12) .$ GROUP 3: Insulation Est.Qty. U/M ' Cost per U/M Annual Cost (a) (b) (c) -(a_x_c) 13 Hourl Labor Rate R-•ular 200 Hours $ $ 14 Hourl Labor Rate Non-re•ular hours 40 Hours $ $ Annual Annual Cost , Est.Cost U/M %Mark-up,, =a_x_p) 15 Cost of Parts/Materials $3,000 N/A % $ TOTAL GROUP 3(13,14,15) $ GROUP 4: Rentals Quantity U/M Cost per U/M Annual Cost ' (a) (b) (c) =(a_x_c) 16 E.uipment Rate Boom Truck 35-40 Ton 8 Hourl $ $ 17 E•ui•ment Rate Crane 55-60 Ton 8 Hourl $.— $ 18 S•ot Cooler Rental 1 TON 8 Hourl $ $ 19 S•ot Cooler Rental 1.2 TON 8 Hourl $ $ 20 S•ot Cooler Rental 1.5 TON 8 Hourl $ $ ITB 2018-040-JC 55 21 Spot Cooler Rental 2 TON 8 Hourly $ $ 22 Spot Cooler Rental 3 TON 8 Hourly $ $ 23 Spot Cooler Rental 5 TON 8 Hourly $ . $ 24 Spot Cooler Rental 7 TON 8 Hourly $ $ 25 Spot Cooler Rental 12 TON 8 Hourly $ $ 26 S.ot Cooler Rental 25 TON 8 Hourl $ $ TOTAL GROUP 4(16-26) $ GROUP 5: CONTROLS: Repairs Est.Qty U/M Cost per U/M Annual Cost a) b c =a_x_c 27 Hourl Labor Rate R-•ular 200 Hours $ $ 28 Hourl Labor Rate Non-resular hours 40 Hours $ $ Annual Annual Cost Est.Cost U/M %Mark=up (a_x_c) 29 Cost of Parts/Materials $3,000 N/A % $ TOTAL GROUP 5(Lines 27,28,29) $ GROUP 6:Pool of Pre-Qualified Contractors Does your firm wish to participate in a pool of pre-qualified HVAC and related services projects,on an as-needed basis? YES No Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: ' Authorized Representative's Signature: ITB 2018-040-JC 56 APPENDIX F M .IAtAlBEACH Insurance Requirements 2018-040-JC • HVAC Controls, Maintenance and Repairs ITB 2018-040-JC 57 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-040-JC 58 MIAMIB.EACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. ,Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 - Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title 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. 59 ITB 2018-.040-JC ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB 2018-040-JC) L • Florida Department of State DIVISION OF CORPORATIONS DIVIEION 1,` Z.org r\R. ir fin official Stem,of Florida wb.ii_' Previous on List Next on List Return to List Fictitious Name Search Filing History Submit Fictitious Name Detail Fictitious Name ROTH SOUTHEAST Filing Information Registration Number G12000058141 Status ACTIVE Filed Date 06/13/2012 Expiration Date 12/31/2022 Current Owners 1 County BROWARD , Total Pages 2 Events Filed 1 FEI/EIN Number 27-4539467 • Mailing Address 2201 COLLEGE AVENUE DAVIE, FL 33317 Owner Information MRSE LLC 2260 SW 66TH TERR. DAVIE, FL 33317 FEI/EIN Number:27-4539467 Document Number:01000005436 • Document Images 06/13/2012--Fictitious Name Filing View image in PDF format 03/16/2017--Fictitious Name Renewal Filing View.image in PDF format • Previous on List Next on List Return to List Fictitious Name Search Filing History Submit Florida Department of State,Division of Corporations Florida Department of State DIVISION OF CORPORATIONS DwarOt°;r£f on official Suri,of Pdorkki xrNFizitz Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Limited Liability Company MRSE LLC Filing Information - Document Number L11000005436 FEI/EIN Number 27-4539467 Date Filed 01/13/2011 Effective Date 01/14/2011 State FL Status ACTIVE Last Event LC AMENDMENT Event Date Filed 10/12/2017 Event Effective Date NONE Principal Address 2260 S.W.66TH TERR. DAVIE, FL 33317 L Changed:01/19/2011 Mailing Address 2201 COLLEGE AVE DAVIE, FL 33317 Registered Agent Name&Address MAURER, LAWRENCE D 10741 SW51STST DAVIE, FL 33328 Authorized Person(s)Detail Name&Address Title MGRM MAURER, LAWRENCE D 2260 SW 66 TERR DAVIE, FL 33317 Title MGRM MAURER, MURRAY J 2260 SW 66 TERR DAVIE, FL 33317 1 Title AMBR IRVINE,ALLEN 2201 COLLEGE AVENUE DAVIE, FL 33317 Annual Reports Report Year Filed Date 2017 02/13/2017 2018 03/02/2018 • 2019 01/23/2019 • Document Images 01/23/2019—ANNUAL REPORT View image in PDF format • I 03/02/2018—ANNUAL REP.ORT. View image in PDF format 10/12/2017—LC Amendment View image in PDF format 02/13/2017—ANNUAL REPORT View image in PDF format 03/01/2016—ANNUAL REPORT View image in PDF format 01/13/2015—ANNUAL REPORT- View image in PDF format . 02/25/2014—ANNUAL REPORT View image in PDF format 04/16/2013—ANNUAL REPORT View image in PDF format 02/08/2012—ANNUAL REPORT View image in PDF format 01/19/2011—ADDRESS CHANGE View image in PDF format 01/13/2011—Florida Limited Liability View image in PDF format. Florida Department of State,Division of Corporations Florida Department of State DIVISION OF CORPORATIONS 1011144C Dsysicm .ForC cul official 6Strit of Florida witslie Previous on List Next on List Return to List Fictitious Name Search Filing History Submit Fictitious Name Detail Fictitious Name ROTH SOUTHEAST Filing Information Registration Number G12000058141 Status ACTIVE Filed Date 06/13/2012 Expiration Date 12/31/2022 Current Owners 1 County BROWARD Total Pages 2 Events Filed 1 FEI/EIN Number 27-4539467 Mailing Address 2201 COLLEGE AVENUE DAVIE,FL 33317 Owner Information MRSE LLC 2260 SW 66TH TERR. DAVIE, FL 33317 FEI/EIN Number:27-4539467 Document Number:L11000005436 Document Images 06/13/2012--Fictitious Name Filing View image in PDF format 03/16/2017--Fictitious Name Renewal Filing View image in PDF format Previous on List Next on List Return to List `Fictitious Name Search Filing History Submit Florida Department of State,Division of Corporations 1/29/2019 Detail by Entity Name Divisor,OF CoFPCRAno s Zt 3 � IU4Dr•f Uf C cu+/!jirlt€9 Safe f %/r Flans!±,Wt:ste Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name . Florida Limited Liability Company MRSE LLC Filing Information Document Number L11000005436 FEI/EIN Number 27-4539467 Date Filed 01/13/2011 Effective Date 01/14/2011 State FL Status ACTIVE Last Event LC AMENDMENT Event Date Filed 10/12/2017 Event Effective Date NONE Principal Address 2260 S.W. 66TH TERR. DAVIE, FL 33317 Changed: 01/19/2011 Mailing Address 2201 COLLEGE AVE DAVIE, FL 33317 I Registered Agent Name&Address MAURER, LAWRENCE D 10741 SW 51ST ST DAVIE, FL 33328 Authorized Person(s)Detail Name&Address Title MGRM MAURER, LAWRENCE D 2260 SW 66 TERR DAVIE, FL 3331.7 Title MGRM MAURER, MURRAY J 2260 SW 66 TERR hMn•//ccan+h ennhi-s nrnnnn„indrnrnnratinnSaarrth/SaarrhRasuitnataii9inn„irvtvne=FntitvNamP&directionTvoe=Initial&searchNameOrder=MRSE%20... 1/2 1/29/2019 Detail by Entity Name DAVIE, FL 33317 • Title AMBR IRVINE,ALLEN 1/4 2201 COLLEGE AVENUE DAVIE, FL 33317 Annual Reports Report Year Filed Date 2017 02/13/2017 2018 03/02/2018 2019 01/23/2019 Document Images •, 01/23/2019—ANNUAL REPORT View image in PDF format 03/02/2018—ANNUAL REPORT View image in PDF format 10/12/2017—LC Amendment View image in PDF format 02/13/2017—ANNUAL REPORT View image in PDF format 03/01/2016—ANNUAL REPORT View image in PDF format 01/13/2015—ANNUAL REPORT View image in PDF format 02/25/2014—ANNUAL REPORT View image in PDF format 04/16/2013—ANNUAL REPORT t View image in PDF format - 1 02/08/2012—ANNUAL REPORT View image in PDF format l . 01/19/2011—ADDRESS CHANGE View image in PDF format 01/13/2011—Florida Limited Liability, View image in PDF format • • FSo^tia nwarrnent O\;Tbn (...),pur.1*.±1s • • • httn•//enarrh e,inhi7 nrn/Inn,am/rrirnnratinnSparr,h/RaarrhRaci iItnatail9inniiirvtvna-FntitvName&riirectinnTvne=Initial&searchNameOrder=MRSE%20... 2/2 • Solicitation No: Solicitation Title: 2018-040-JC HVAC Controls, Maintenance and Repairs Procurement Contact Tet Email: Jason Crouch 305.673.7000 x 6694 jasoncrouch acmaimibeachfl.gov BID CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Bid Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Bid Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be:submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: MRSE LLC dba Roth Southeast NO.OF YEARS IN BUSINESS: 7 • NO.OF YEARS IN BUSINESS LOCALLY: 7 • OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Thermal Concepts,Inc.(Controls Department)and Roth Bros South Florida Branch FIRM PRIMARY ADDRESS(HEADQUARTERS): 260 SW 66th Terrace CITY: Davie STATE: Florida ZIP CODE: 33317 TELEPHONE NO.: (954)423-6640 TOLL FREE NO.: None FAX NO.: (954)423-6684 FIRM LOCAL ADDRESS: 2260 SW 66th Terrace CITY: Davie • qrc STATE: Florida ZIP CODE: 33317 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Neil Caporale ACCOUNT REP TELEPHONE NO.: (954)423-6640 ext.2 or Cell:(954)520-4573 ACCOUNT REP TOLL FREE NO.: None ACCOUNT REP EMAIL: dispatch6rothsoutheast.com • FEDERAL TAX IDENTIFICATION NO.: 27-4539467 • The City reserves the right to seek additional information from 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 Proposer to perform in accordance with contract requirements. ITB 2018-040-JC 19 Submitted by Roth Southeast S UTH EAS T Bid Number: 201i(-040-JC Bid Title: HVAC Controls, Maintenance and Repair Bidder's Name: MRSE LLC dba Roth Southeast Bidder's Address: 2260 SW 66th Terrace, Davie, FL 33317 SOUTHcitHOTH EAST Automation•Energy Management•Lighting CMC1250259 Table of Contents Tab 1 Cost Proposal Form(Appendix E,Addendum 7) Tab 2 Bid Certification,Questionnaire and Affidavits(Appendix A) Tab 3 State License and Business Tax Receipt Tab 4 Addendums 1 —7 Tab 5 Certificate of Insurance Roth Southeast 2260 S.W.66 Terrace Davie,Florida 33317 o:954.423.6640 f:954.423.6684 w:RothSoutheast.com • EXHIBIT B': APPENDIX E • 4 p, . 14,40 gfi no, te.NRYN %)4 141/4t ' Si.7 447 A t: gi.,1524-1" 5.4:Zg.141 - -78P- 1 • Revised Cost Proposal • • • Form. L_Ft. 2018-040-JC HVAC Controls, Maintenance and Repairs Submit the attached Revised Cost Proposal Form. . . Failure to do so may render proposal non-responsive. PROCUREMENT DEPARTMENT . 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 'Ti ADDENDUM NO.7 ITB 2018-040-JC HVAC Submitted by Roth Southeast f APPENDIX E REVISED COST PROPOSAL FORM Submit the attached Revised Cost Proposal Form. . Failure to do so shall render proposal non-responsive. Bidder affirms that the prices stated on.the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms,conditions,specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays,taxes,insurance,cost Indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance.The Cost Proposal Form (Appendix E)shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form(Appendix E)shall be initialed. . 2. a :7147941i.,,T,:;-- -, a r.(,1 G a :1:401147,91440 r e 600Naa 4"0 i ''' r� de 4f 0 r °It SI pr-33(101fir. 0 0 'p ''''.44,„,,-71,1%0-:- ... Cy... yO, Q ^tiro bg 0,94`' .<lIo �P g ''� 0i !"I @S`fill • x q 4[ 7 r r"'.. c e714.4•,.' , "eve �+ia- •-•,7"".r."14cU, I` 'I •• --,-.:.-4-v,4.4;.� �.. • s, (�;r t 9'0 _ .1.r+ ... ,' .lir,YA ..o• vO&..j '�' '4 .x__ ;5•>,;`...• r£ii-' x .^�: _ ::E.'e " - 1 • GROUP 1(a):Repair,Replace, Install (Work Not Covered By Maintenance Contact) Est.Qty VIM Cost per MI Annual Cost. a b c) =axc 1 Hou Labor Rate Re.ular 200 Hours $ $ N/A ` '2 Hourly Labor Rate Non-re.ular hours 40 Hours $ $ N/A Fri,1‘74.tic.4,0i-44iNalTr'''.11'71MIF i:':•.'N'ti m"All, 1r' tl...4'- 3 Cost of Parts/Materials $3,000 NIA % $ N/A • _ SUB-TOTAL(Lines 1,2,3) $. N/A GROUP 1(b):Testing,Adjusting an • d Balancing(TAB)HVAC equipment . Est.Qty UIM Cost per VIM Annual Cost a) - b c a x_c 4 , Hour Labor Rate R-,ular 200 Hours $ $ N/A 5 Hourly Labor Rate(Non-re.ular hours 40 Hours $ $ N/A ...• . .. ... - .. . • .:- _ SUB-TOTAL(Lines 4,5) , $. N/A I GROUP1(c):Preventative Maintenance Est.Qty UIM Cost per U1M Annual Cost . 1111M3111111 a b c =(a_x_c 6 42 stir $ $ I 4 NMI $ $ I 8 Senil-Annu 2 Ssre{-Annual $ $ I 6 Hourl Labor Rate •e•ular 200 Hours n11=1 .. N/A I 7 Hou Labor Rate on-re•ular hours 40 Hours $ $ N/A I ' S �{.� An. r Vis-•_P ter'! tld - r.:-.....4.1,,..A.- ,;`. ,.:;-;.5,...-P444,..... .:. nUa a5 1, . ,..-7.1%—,n i '2• -.,$ _.- v tF �rr'..<,�{ v •., �$t, �S74...,_ oar ;.4'7''T`le- �",.,.�'��++.� ... :'F T �' '.w: . �- Ct - k w�i'}$ 6_ fit. ;C'' Z 4446.'.' `'�*1 8 Cost ofParts/Materials $3,000 NIA • % $ N/A 4 ADDENDUM NO.7 1TB 2018-040-JC HVAC Submitted by Roth Southeast • SUB-TOTAL(Lines 6,7,0' $ N/A GRAND TOTAL GROUP 1 (a,b,c,) $ N/A GROUP 2:NC Duct Cleaning&Sanitizing • { Est.Qty UIM Cost per UN Annual Cost ' a b c =a_x c 9 Houd Labor Rate R ula 200 Hours $ $ N/A 10 Hou Labor Rate Non-re.ularhours 40 Hours $ $ N/A tr : , ._ 141. 6- +r r rk y "At .P: y 7.74,, .' ?'ry .t' ?f 1AMOtla{ It •,,.s" "'w ..".r..' r°',.6 r, -4- - _k4 � ' _Es 10.65;r._ ' i 1 ,4 I�II8.tk�U':. ,..._' 4-at-41,1-:_.•M. . 11 Cost of Parts/Materlals $3,000 N/A % $ N/A TOTAL GROUP 2(Lines 9,10,11) $ N/A GROUP 3: Insulation Est.Qty UIM Cost per U!M Annual Cost a . bc =a x_c 12 Hourl Labor Rate R•.ular 200 Hours $ $ N/A 13 _. Houd Labor Rate Non-•.ularhours) _ 40 Hours $ $ N/A .944;14; f �-+`,y c ;Awl, rr '' .,. 77";.41- �r ? t t 11,001 '"a �--�v `' 'Zr'' y,,,,.. ;R"�. L�,A l 4• C,' ..tY 1, , . _ 5, +st,. P.rr iU M,. , ¢°l�Mptk4.r, : =atf G„ �., 1 14 Cost of Parts/Materials , $3,000 N/A % $ N/A • - .• : _ . TOTAL GROUP 3(Lines 12,13,14) $ N/A ':.GROUP 4:Rentals -.•... _ - . Quantity UM , Cost per U1M Annual Cost l- a b c =(a x_c 15 E.ui. entRate Boom Truck 35-40 Ton 8 Howl $ IMINUIE 16 E.ul•mentRate'Crane 55•-60 Ton 8 Houd $ 17 S of Cooler Rental l TON 8 Houd $ $ N/A 18 S.ot Cooler Rental1.2 TON 8 Houd $ $ N/A 19 Spot Cooler Rental 1.5 TON 8 Hou $ $ N/A 20 Spot Cooler Rental 2 TON 8 NM $ $ N/A 21 S.ot Cooler Rental TON 8 Houd $ $ N/A 22 S••tCooler Rental 5TON . 8 Hod $ $ N/A 23 S..t Cooler Rental 7 TON 8 Hourl $ $ N/A ' 24 8'otCooler Rental 12 TON 8 Houd $ $ N/A I 25 Si of Cooler Rental 25 TON 8 Hourly $ $ N/A •— - _. _. " " " " TOTAL GROUP 4(Lines.15-25) $ .N/A • 5 ADDENDUM NO.7 ITB 2018-040-JC HVAC • Submitted by Roth Southeast . , • GROUP 5:CONTROL'S:Repairs Est.Qty WM Cost per= Annual Cost a b c =a x_c 26 Houd Labor Rate ii•.ular 200 Hours $ 98.00 $19,600.00 27 Hourl Labor Rate Non-re.ular hours 40 Hours $147.00 $ 5,880.00 ;-.7, , tin;•,:-! --':-V114 4.:L 77,-,ihat. ,,,..--ic5-4 .,:,.. .4.7.e-;:tip-,t;s.--,---arcetis.:_ i,i5tuiALT:ia-1.,osi..._..c:::-.11;,,, 26 Cost of Parts/Materials $3;000 NIA 30 % $ 3,900.00 . . TOTAL GROUP 5(Lines 26,27,28) $29,380.00 GROUP 6:Pool Of Pre-Qualified Contractors - . . Does your firm wish to participate in a pool of pre-qualified HVAC and related services projects,on an as-needed basis? i YES X No . - *Requires compliance with Section 2-408,Living Wage Requirements,of the City Code. APPENDIX E Bidder's Affirmation Company: MRSE LLC dba Roth Southeast . . Authorized Representative: Neil Caporale(Main Point of Contact) Address: 2260 SW 66th Terrace,Davie FL 33317 Telephone: (954)423-6640 ext.2 Email: dispatch@rothsoutheast.com - - • Authorized Representative's Signature: At....... M.Jesse Maurer,Vice President ' . • . • ADDENDUM NO.7 61 ITB 2018-040-JC HVAC Submitted by Roth Southeast i - Exhibit A:HVAC Filters and Belts Citywide LOCATION AM FILMS BELTS • 3 ri x4. " 9- xr 0,nt �tt‘tcy { " �vY i � 44,,„„ $j t� ; i ^ ; , y4 ,' � yAE ' YhtY SLy- �rowel; I„• aq • � } 1755 Bulld08 ■■■e■MIe■mt•■■©—■ NI■■e■■■ e■EE�I■■■�®■la■■■ 42 .. :)0I'l WA' tie•, lliM ��"11 E ifi Gil-Rsr� LI4�M �1IN M N 1 AMU 1 ,`° ?‘ MChar Gone ■■■M■■ME■M■MMMIw■■IME■■MEME©■■I■■M�■■■_-■■■■■ 2 .> u -ENI INl■EI ■Big VINNIBMENIMINVI -1/01PREMBEAMEMPREVONMEMBENKIrdAtri Wow Thea tm nott co..{tete-�B.r;C) ■p■ .7�` ',t■g■■I■�myl■7■mm■C■c©,�g-�f�i©�H■■y■'■�■l7Ima3�P■c��4©m'�■nom■IIS■p■t�■�•r■fie■s--g■,■�■ateU�r �19g a� $' i ti,''3LD4WPO Ia5RIME+�E�#E;�EI�11EEi9tEa'll!9�iL!tAsa>1�SL'7:E+F1}rti�+•C-MERIPM r.."il.,.Tri-MS +fi Kt %c'�EiEY1 3 tsil.LREiBIX!fc'""I 7a Fire Station RI ■■■■■e■■■ ■■■©MIME■■■■■MI■-■■■■■■-■■M ■M■I■■■ 12 , Flra Madan 82 NaknIA Buidl: ■7■r3�■F■!C■t�.71■91R■t5■p■�9{■�■.�1m9I■■■,>•■p■o ■i!■s®■xmF,�gpe■E7��■g1{■■i■�■c7F■m�1■■■omisim�■a■■■ a.S- •r''fie, 1-!'G-„o ''-'44 '`sCt7F9RP371e9F�9W`IESS' +C;�dlti37!RISEWKIEVI 98r:v RY.4lE.HL�iRPtlllZilLC�7f�.tlRENRE.•7l'�'.1 i1�1^�ae��33 7rMMEE s'42L Fire Station d0 • �arr•n�cc,mcim..rys,�' ■■■■■■■■11■■■■1 ♦ 1..■■■ 11.1_ IM_■■■■■MII ■MI MINI■■■■■ 10 0 -am.l;- s -sg9LNIMppA(1.MEMONAM ! SOtiNii PROJ3IoOSIM@IPRI1It:: Warn!Beach Botanical Gardens„'L ■©es■y■�IIIM■p■SII■y�M1INIE--¢■ 11�■.i��■1■-■■-ry'�■I7■■_©F■tt■IIIM�i■v■p■�e_e�_■t■■■a1■ 6. i Na 1 yL{ -a ;.EARE ERSI1_•:F._:7 dNe&?Wt 1W9 E''1 3 fiiso ., Re'IG1a1N�•.r�21°i 1e'£1r31' L'-'!'4E N 7Ns?lrFf.^c7 LSWCB>! ElelNE21 rI!!I�. .; r. • NottyhyP�*a PanSubStation X111111■11 ■■1■}gB■�I'+■,F■■gU�t�_^�■■;1�Mgt■g+U■F■,,,11111.■�y�g_t�1111111E c■ IIIIII•y■,pMMIIIM;■tpNI_1y—gn1F■pMEN111 2 p r Y7 c,i." is PD1." ;-�,t'`Ti" MHO' tall FLJ9R&ringiu tb iK-..�t3i6Zi17�f4AtP G tC?�Ylxi :.§71':sNmf�+aL'35'29i Nr'ealYt%Li,3�"' :r ICid7._'$ l�1IL ,KnIIA meirc 1k+zS Police Statbo�n a■y;7I■11.11�T■u■y■■Ipmw■■■m■-q©iI■.■.,JLM„[■n�■a�y■B�■pppp■LLLyyy�,Hr�* p■g�■■■■■y�g_-}tv■r'1p■��■y�.�c-■■■t■eu�■t1�■mion ,i� 49,E i S• ±a1�L;tld3 ii,,rr',�����yy��ggC';;.AV.j�k��EAgf��3+ppINrRgE.���E NEU'{t5`.1�dq,,IrtEKL.Nni�2tF�yfi6�.7Ntdl'is.1F,WpF,Ai SiitLtk'i�iL If?U�+Lip+q,BEWADD.Miitv�3il7.Nfr�,1N17 u rMF4rt+,•,y�BFt„JrCi:dLSr7t�166 E-g 1 South Poln� iltPsie§P.M.MMEMrk • I>•ri” illy11 LASIEBE A � I� IMitti T:3R".C:cNKi1•Elri+;lLY�!R: •••--t`a 391tb7h7 ur sa �r� ■�'+��■yTp■p, p■it■i��■y¢a■�y■�MINIMIIF■I■{��■II;■gI•g■g�MINIIrL■�■1I�n■g■■■IAC■��■I■,1I�q�■+s#■■.111111■1M 1'•5 -' r,...a .:i. c..l`GfSif:RLLL'1fSRELSI.L•tlke'!4d!!@1!CL[IIMERO1}.L".�'Y.Lia2Lc�JLkgPslx;>s1;gFL{�Ni]kty2 Ignatiiagr MF.N'I5;3rEMUIB+�rEEM L4RA:.:"7 F:\PROP\$ALL\F IPLOYEE FILFS\Cadcl\HVAC RUM AND BELTS I • 1 • . • 1 • • APPENDIX A AA AM I :11" H Bid Certification , Questionnaire & Requirements Affidavit 2018-040-JC HVAC Controls, Maintenance and Repairs PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-040JC 18 Submitted by Roth Southeast • Solicitation No: Solicitation Title: 2018-040-JC HVAC Controls,Maintenance and Repairs Procurement Contact Tel: Email Jason Crouch 305.673.7000 x 6694 Jasoncrouch@maimibeachfl.gov BID CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Bid Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated.. This Bid Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: MRSE LLC dba Roth Southeast NO.OF YEARS IN BUSINESS: 7 NO.OF YEARS IN BUSINESS LOCALLY: 7 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Thermal Concepts,Inc.(Controls Department)and Roth Bros South.Florida Branch FIRM PRIMARY ADDRESS(HEADQUARTERS): 2260 SW 66th Terrace CITY: Davie STATE: Florida ZIP CODE: 33317 TELEPHONE NO.: (954)423-6640 TOLL FREE NO.: None FAX NO.: (954)423-6684 FIRM LOCAL ADDRESS: 2260 SW 66th Terrace CITY: Davie STATE: Florida ZIP CODE: 33317 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Neil Caporale ACCOUNT REP TELEPHONE NO. (954)423-6640 ext.2 or Cell:(954)520-4573 ACCOUNT REP TOLL FREE NO.: None ACCOUNT REP EMAIL: dispatch@rothsoutheast.com FEDERAL TAX IDENTIFICATION NO.: 27-4539467 The City reserves the right to seek additional information from 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 Proposer to perform in accordance with contract requirements. • ITB 201 :-040-JC l9 Submitted by Roth Southeast 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES X 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. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein.No proposal will be considered without receipt,by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:lls u pplierportal.d nb.comlwebapp/wcslstores/servlet1SupptierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR.It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800- 4242495. SUBMITTAL REQUIREMENT:Proposer shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within 2 days of request. 3. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent,sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of.any City employee who owns, either directly or indirectly, an interest of ten (10%) percentor more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 4. 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: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)'Contact's Email and 6)Narrative on Scope of Services Provided. 5. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non erformance by an •ublic sector agency? YES ® NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign,Contributions. Proposers are expected to be or become familiar with,the City's Campaign 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 solicitation. 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. 7. 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 Procurement Department with its proposal/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. ITB 2018-040-iC 20 Submitted by Roth Southeast 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.rniamibeachtgov/procurement/. 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time,covered employees shall be paid the required living wage rates listed below: 1. Effective January 1,2018,covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than.$13.88 per hour without health care benefits. 2. Effective January 1,2019,covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1,2020,covered employees must be paid a living wage rate of no less than$11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15,00 per hour without health care 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 proposal,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 Hying wage requirement. 9. 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 proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and.the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? X YES . NO • C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses . Domestic Partners Health Yes Yes N/A Sick Leave Yes Yes N/A Family Medical Leave Yes .yes N/A. Bereavement Leave Yes . Yes N/A 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 ITB 201 8-040JC 21 Submitted by Roth Southeast Benefits requirement is available at www.miamibeachfl.gov/procurement/scroll.aspx?id=79113. 10. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,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 proposals, 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contrac6with a business unless the business represents that it does not and will not engage in a-boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is andshall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi.Pursuant to Resolution ' 2016-29375,the City of Miami Beach,Florida,prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement.Pursuant to Section 2-376 of the City.Code,the City shall not enterinto any contract resulting from a competitive solicitation,unless the proposer certifies in writing that the business has adopted and employs written policies,practices, and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placinga statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT:No additional submittal is required at this time.By virtue of executing this affidavit,Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum 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 Confirm Initial to Confirm Initial to Confirm R ipt R ipt 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 ITB 2018-0461C 22 Submitted by Roth Southeast If additional confirmation of addendum is required,submit under separate cover. • - DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipients convenience.Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Proposals,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals,may accept or reject proposals,and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal,theapplicant agrees to deliver such further details,information and assurances,including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders,partners and employees,as requested by the City in its discretion. The information;contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation . Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipients own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its - agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuantto the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law.All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida. Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal;the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true,accurate and complete,to the best of its knowledge,information, and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto,or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida.., ITB 2018-04O-IC 23 Submitted by Roth Southeast BIDDER CERTIFICATION I hereby certify that: I, as an authorized agent of the Bidder, am submitting the following information as my firm's proposal; Bidder agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Bidder agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, 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; Bidder has not divulged,discussed,or compared the proposal with other Bidders and has not colluded with any other Bidder or party to any other proposal; Bidder 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 Bid Certification, Questionnaire and Requirements Affidavit are true and accurate. . Name of Bidder's Authorized Representative: Title of Bidder's Authorized Representative: M.Jesse Maurer Vice President Signature of Bidder's thorized.Re tative: Date: � � 11/05/2018 State of FLORIDA ) On this 5th day of November 20 i8, personally appeared before me Murray Jesse Maurer who County of Broward ) stated that (s)he is the Vice President of Roth Southeast a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.B me: Notary Public for the Statef Florida. d ������. ROBIN L.KUSHNER ,`i�Y Pus%, r°, \a`c's Notary Public-State of Florida .' is :Qc Commission #GG 005201 �.,,, Q; My Comm.Expires Jul 6.2020 ''48, Bonded through National Notary Assn. ITB 2018-040-JC 24 Submitted by Roth Southeast SOUTHEAST Automation•Energy Management•Lighting CMC1250259 Solicitation No: Solicitation Title: 2018-040-JC HVAC Controls, Maintenance and Repairs ROTH SOUTHEAST RESPONSE TO BID CERTIFICATION,QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT 3.Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates: SUBMITTAL REQUIREMENT:Proposers must disclose the name(s)of any officer,director,agent,or immediate family member(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach.Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. Roth Southeast Submittal Response:None 4.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:For each reference submitted,the following information is required: 1)Firm Name,2) Contact Individual Name&.Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. Roth Southeast Submittal Response: Firm Name:Perez Art Museum Miami(PAMM)—Jones Lang LaSalle Contact Individual Name.&Title:James Sharpe,Facility Director Address: 1103 Biscayne Blvd.,Miami,FL 33132 Telephone:(786)345-5652 Contact's Email:isharpe ipamni.org Narrative on Scope of Services Provided:Labor and Material of Building Automation System includes Monitoring and Preventative Maintenance Services. Firm Name:Lupin Pharmaceutical Contact Individual Name&Title:Brian E.McMahon,Senior Manager Address:4006 NW 124th Avenue,Coral Springs,FL 33065 Telephone:(954)509-4008 Contact's Email:BrianMcMahon(n71upin.com Narrative on Scope of Services Provided:Labor and Material Building Management System includes Preventative Maintenance Services. Firm Name:School Board of Broward County Contact Individual Name&Title:Jack K. Spear,Building Controls Specialist IV Address:4200 NW 10`h Avenue,Oakland Park,FL 33309 Telephone:(754)321-4215 Contact's Email:Jack.Spear(2l browardschools.com Narrative on Scope of Services Provided:Labor and Material for Building Management and Security System District-Wide. Roth Southeast 2260 S.W.66 Terrace Davie,Florida 33317 o:954.423.6640 f:954.423.6684 w:RothSoutheast.com SOUTHEAST4110TH Automation•Energy Management•Lighting CMC1250259 6.Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign 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 solicitation.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. Roth Southeast Submittal Response: -Lawrence D.Maurer has NOT contributed to a campaign of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach -M.Jesse Maurer has NOT contributed to a campaign of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach 7.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 Procurement Department with its proposal/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/. Roth Southeast Submittal Response: Roth Southeast will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics. Included is the signed Resolution No.2000-23879,Greater Miami Chamber of Commerce Model Code of Business Ethics Statement of Purpose. Roth Southeast 2260 S.W.66 Terrace Davie,Florida 33317 o:954.423.6640 f:954.423.6684 w:RothSoutheast.com RESOLUTION NO. 2000-23879 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS PRIOR TO ENTERING INTO A CONTRACT WITH THE CITY OF MIAMI BEACH • WHEREAS, the Greater Miami Chamber of Commerce ("GMCC") adopted a Model Code of Business Ethics(the"Model Code");and WHEREAS,the City of Miami Beach is a member of the GMCC;and WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of principles to help guide decisions and actions based on respect for the importance of ethical business standards in the community;and WHEREAS, the GMCC encourages its members to adopt the principles and • practices outlined in the Model Code;and WHEREAS,the Commission believes that each entity which does business with the City of Miami Beach should be required, as a condition of doing business with the County to adopt a Code of Business Ethics. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA: Section 1. 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 City Manager or his or her designee prior to execution of any contract between the contractor and the City. The Code of Business shall, at a minimum, require the contractor to comply with all applicable governmental rules and regulations including, among others, the conflict of interest,lobbying and ethics provisions of the City Code. Section 2. The Commission urges the Greater Miami Chamber of Commerce to require that all of its members adopt the Model Conde of Business Ethics. Section 3. This resolution shall become effective immediately upon its adoption. � I 1i Submitted by Roth Southeast • • •PASSED and ADOPTED this 12th day of April 2000 ATTEST: YOR 47tjAk CITY CLERK_ • APPROVED A,STO ECRM&LANGIIAC ri &FOR EXECUTIO • • r/41i L. • A1� Submitted by Roth Southeast GREATER MIAMI CHAMBER OF COMMERCE, MODEL CODE OF BUSINESS ETHICS STATEMENT OF.PURPOSE The Greater Miami Chamber of Commerce ("GMCC") seeks to create and sustain an ethical business climate for its members and the community by adopting a Code of Business Ethics. The GMCC encourages its members to incorporate the principles and practices outlined here in their individual codesof ethics whichwill guide their relationships with customers, clients and suppliers. This Model Code can and should be prominently displayed at all business locations and may be incorporated into marketing materials. The GMCC believes that its members should use this Code as a model for the development of their organizations'business codes of ethics. This Model Code is a statement of principles to help guide decisions and actions based on respect for the importance of ethical business standards in the community.The GMCC believes the adoption of a meaningful code of ethics is the responsibility of every business and professional organization. Compliance with Government Rules &Regulations • . We will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; • In dealing with government agencies and employees, we will conduct business in. accordance with all applicable rules and regulations and in the open; • We will report contract irregularities and other improper or unlawful business practices to ,the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. Recruitment, Selection &Compensation of Vendors and Suppliers • We will avoid conflicts of interest and disclose such conflicts when identified; • - Gifts which compromise the integrity of a business transaction are unacceptable; we will not kick back any portion of a contract payment to employees of the other contracting party or accept such a kickback. Business Accounting • All our financial transactions will be properly and fairly recorded in appropriate books of account, and there will be no "off the books" transactions or secret accounts. Promotion and Sales of Products and Services • • Our products will comply with all applicable safety and quality standards; • We will promote- and advertise our business and its products or services in a manner which is not misleading and does not falsely disparage our competitors; Doing Business with the Government Submitted by Roth Southeast • We will conduct business with government agencies and employees in a manner which avoids even the appearance of impropriety. Efforts to curry political favoritism are unacceptable; • Our bids will be competitive, appropriate to the bid documents and arrived at independently; • Any challenges to contracts awarded will have a substantive basis and not be pursued merely because we are the,unsuccessful bidder; • We will, to the best of our ability, perform government contracts awarded at the price and under the terms provided for in the contract. We will not submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed. We will abide by all contracting and subcontracting regulations. • We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, their family members or business associates. • We will not seek or expect preferential treatment on bids based on our participation in political campaigns. Public Life and Political Campaigns • We encourage all employees to participate in community life, public service and the political process; • We encourage all employees to recruit, support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues; • Our contributions to political parties, committees or individuals-will only be made in accordance with applicable law and will comply with all requirements for public disclosure. All contributions made on behalf of the business must be reported to senior company management; • • We will not contribute to the campaigns. of persons who are convicted felons or those who do not sign the Fair Campaign Practices Ordinance. • We will not knowingly disseminate false campaign information or support those who do. MRSE LLC dba Roth Southeast Company Name Corate Officer M.Jesse Maurer 11/I /2018 Date 1 r -- 00 AN? 6 Ptt 3: /9- CITY CSF MIAMI BEACH OFFICE OF THE MAYOR&COMMISSION • MEMORANDUM COMMISSION. _ TO: LAWERENCE LEVY CITY MANAGER FROM: JOSE SMITH 9 S COMMISSIONER DATE: APRIL 4,2000 RE: RESOLUTION REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS BEFORE ENTERING INTO A CONTRACT WITH THE CITY OF MIAMI BEACH Please place the attached resolution on the agenda at thenext meeting of the Mayor and City Commission on April 12,2000. JS/jm N Agenda Item P Date 41- 2"0b Submitted by Roth Southeast RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY�.� Florida , ,-/.43(!c4,17-1t.11-45 r STATE OF FLORIDA DEPARTMENT OF BUSINE SAND P.OFESSIONAL REGULATION 44 CONSTRUCTIO�NL�I; . TTRCENtSING BOARD dkr ► � , THE MECHANIAL�c®NTR,AgTOIVH,E .JI,N1S CER�TI, ;°:aD UNDER THE srpPROVIS .O'N OF CHAP ER489 FL-ORIDAS TAS UTES R [,,, RAY JE C� t -gt., ° J�TH1.S4U=pEl -- �S�T4 � -�=-- s �y* • ', x ,, diLI -EIS MBERCMC ?2-'02 9 EXPIRATION QAT AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com 41. NEI •1.44.4.41-5." • Do not alter this document in any form. ti Fti • This is your license. It is unlawful for anyone other than the licensee to use.this document. BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S.Andrews Ave., Rm.A-100, Ft. Lauderdale, FL 33301-1895—954-831-4000 VALID OCTOBER 1,2018 THROUGH SEPTEMBER 30,2019 -257372 DBA:ROTH SOUTHEAST Receipt#:HEAT NG/AIRCONDITION CONTRACTR Business Name: Business Type:(MECHANICAL CONTRACTOR) Owner Name:MURRAY JESSE MAURER Business Opened:08/28/2013 Business Location:2260 SW 66 TER State/County/Cert/Reg:cMc1250259 DAVIE Exemption Code: Business Phone: 954-423-6640 • Rooms Seats Employees Machines Professionals 29 For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid • 81.00 0.00 0.00 0.00 0.00 0.00 81.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non-regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location.This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: ROTH SOUTHEAST Receipt #10A-17-0000022.8 2260 SW 66 TER Paid07/30/2018 81.00 DAVIE, FL 33317 2018 - 2019 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895—954-831-4000 VALID OCTOBER 1, 2018 THROUGH SEPTEMBER 30, 2019 Receipt#:183-257372 DBA:ROTH SOUTHEAST Business Name: Business Type:HEATING/AIRCONDITION CONTRACTR (MECHANICAL CONTRACTOR) Owner Name:MURRAY JESSE MAURER Business Opened:08/28/2013 Business Location: 2260 SW 66 TER State/County/Cert/Reg:CMC1250259 DAVIE Exemption Code: Business Phone: 954-423-6640 Rooms Seats Employees Machines Professionals 29 Signature For Vending Business.Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 81.00 0.00 0.00 0.00 0.00 0.00 81.00 Receipt #10A-17-00000228 Paid 07/30/2018 81.00 }• MIAJv\1BEACH City of Miami Beach, 1755 Meridian Avenue,3'u Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 i INVITATION TO BID(ITB) 2018-040-JC HVAC CONTROLS, MAINTENANCE, AND REPAIRS • August 15,2018 This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by • the City. The ITB is amended in the following particulars only (deletions are shownby strikethrough and additions are underlined). L REVISIONS ITB DUE DATE AND TIME.The deadline for the receipt of responses is extended until 3:00 P.M. on Friday, August 24, 2018, at the following location. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • Late bids will not be accepted. Bidders are cautioned to plan sufficient timeto allow for traffic or other delays for which the Bidder is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCa�miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext.6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a bid. S -ly, • ° too • - Dgi is • 7 rocu -ment Director 1 ADDENDUM NO.1 ITB 2018-040-JC HVAC Controls,Maintenance,and Repairs ' 1 MM1BE: CH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miami'beachfl.gov PROCUREMENT DEPARTMENT Tel:305-673-7490. ADDENDUM NO.2 INVITATION TO BID (ITB) 2018-040-JC HVAC CONTROLS, MAINTENANCE AND REPAIRS August 17, 2018 This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underliried). I. REVISION(S). Appendix C, Section C1, Minimum Eligibility Requirements, has been deleted in its entirety. II. REVISION(S). Section 0300, TAB 3 has been deleted in its entirety. III. REVISION(S).Appendix D, Special Conditions, has been revised as follows: 7. LICENSURE: Bidders shall have all necessary County or State licensure• required to perform the work herein. IV. REVISION(S). Delete and replace Appendix E, Cost Proposal Form with the attached REVISED Appendix E Cost Proposal. ,„Submit the attached Revised Cost Proposal Farm. Fa�ture'tu do so may render'-proposalnon-responsive, V. ANSWERS TO QUESTIONS RECEIVED. Q1: Looking over Bid form and PM info, seems like pricing sheetdoes match PM info on pg. 37. All items say bi monthly,but bo price code fors bi monthly? Al: Please disregard the PM frequency listed in the HVAC Equipment Inventory. The bi-monthly designation for PM frequency is incorrect. The City is only seeking to received bids based on the frequencies listed in Appendix E,Cost Proposal Form. Q2: The following Locations do not have Equipment Inventory listed and therefore can not be quoted as part of the proposal: • • Convention Center • Bass Museum • Acorn Theatre • Colony Theatre • Carl Fisher Club House • • Garden Center • Miami City Ballet 1 ADDENDUM NO.2 • ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS • • A2: The City is not seeking a quote on the HVAC equipment inventory listed. Rather, the City is only seeking rates in accordance with the items listed.in Appendix E,Cost Proposal Form. Any questions regarding this Addendum should be submitted in writing to the Procurement. Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl;Qov. Procurement Contact: Telephone: Email:. • Jason Crouch 305-673-7000,ext.6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested;to complete and return the"Notice to Prospective Bidders"questionnaire with thereason(s)for not submitting a bid. S ce Art ex Dcis roc meet Director • 2 ADDENDUM NO,2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS • APPENDIX E A r A tt, e A Revised Cost Proposal Form 2018-040-JC HVAC Controls, Maintenance and Repairs . . ! . • Submit thcipttadhed Reed Cost Proposal Fokm. • , • • %.• Failure to.cro,giti may keridei- riait7e0Spolisiv,e. , 1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 3 ADDENDUM NO.2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS , 1 APPENDIX E - REVISED COST PROPOSAL FORM ' ' '"* ' Submit the attached Revised Cost Proposal Form. . Failure to do soamay render proposal rion-responsive:' , • Bidder affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this ITB,inclusive of its terms, conditions,specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form(Appendix E)shall be initialed. gel W@ i O e o o a O 'S °0,17be );Si2t ® Waw a�$E1C ? G "id ,ed or 6a ' or� eUba, as i,1;--1,6)0-.d 4Go ? r ,u blo t% Ire,-.4,-,,,T,' e � r >t ' k .4,,,,44.„..,,,„, `'' y . E ° 01 iuK:3E, e� ,i,.,..,04 S. r n { 'Pp + .,:i.... X 44,s , ''''....:4'-':-.4.'""v Et, GROUP'1(a)t.RePam'Replace,^Install (Vlrork.Not Cove`red,By_Ma ntenance Contract): . ' . . .,... .,_.. ._ _- ..... Est.Qty UIM .. -Cost per(JIM Annual Cost a b c) =a x_c 1 Hour Labor Rate R .War 200 Hours $ $ 2 Hour! Labor Rate Non re.alar hours 40 Hours $ $ a rt aas a ''+� .F^' r 'q"' v 4 �t ,J a 'T d a y 3 Cost.of Parts/Materials. $3,000 N/A % $ ..._ . . ( °-,,,..�;. ... _.. .SUB TOTAL(Lfnes 1,2,3)-. $ #� GROUP,1(b):Testin jr Adjusting,and Balancing.(TAB)HVAC equipment - . . . Est.Qty • U-'Pi Coii per 1.1-1N1 Annual Cost a b c a x_c 4 Hour Labor Rate R-•War 200 Hours. $ $ 5 Hou Labor Rate Non-regular hours) 40 Hours $ $ 0.,'.1,4,12:: r J .SUB-TOTAL(Lines X4;5111111.11111111 GROUP 1(c):Preventative Maintenance . • .1 `` 4.! ," . - ' Y- 4. Frequency UIM Cost per UIM Annual Cost Service T pe a (b) c =(a x_c) 6 Monthl. PM 12 Month $ $ 7 Quarterl PM • . 4 Quarterl $. $ -- 8 Semi-Annual PM 2 Semt-Annual $ $ 1 aF .4 r 5� . S ...l ' n •- 2VO'c k 4 t n fat�ioSt l �.„..it3,4,.1... r,, , ^ Ye,,....'".t-'q ` - :; C.,\14'14 i.'*• .�• �° 's'*Mum`. -..s.�'`i:- :i._ S� F3` ?' ":'?c'�''Y t- %;rvi tl i s.`l < '�. *c, 'L i1--:0` 9 v Cost of Parts/Matedals $3,000 N/A °"0 $ • ',. , w._ _,,._ .... , ' . _. ,'SUB TOTAL(Lines 6,7,8,9). $ ' • ' GRAND TOTAL GROUP 1 (a,b,c,) $ 4 ADDENDUM NO.2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS , GROUP•2"`A/C Duct'Cleaning&.Sanitizingg. .} :. - - • •,`.- Est.Qty UIM Cost per UIM Annual Cost ; a b c =a x_c 1 10 Hourl Labor Rate R-.ular 200 Hours $ $ 11 Houd Labor Rate Non-re.ular hours 40 Hours $ $ i mitis r i t t v ,,3y"' L 'a6 yrs..�"^��,, .t sy+ k.r ua-c z°a ,�Mt S"il� q w 'U.:< mac, c�i�l,.•� nr l t .4 4 ,,,'Y ' ,f 41 l'*$ r LM x"AnnF.1Pl a t' .- a'i E q Y .r"�Vf p 6411 Qs.C'iwg4 ,,', y c :f4 s '�j��� �t . C j oA t� sx a u - 2#. aa..T ,f;�„y f C .xX�C>�8 .+"f�x'<+.7�"^` ��� 1°��a .,'i{Kk."aL.....IF:fZ GSI�FJOS4..'fi�.� a,;:�'"�R�1Y1 � b+n.�', ark�•Z .rz{ a��� �, 12 Cost of Parts/Matedals $3,000 N/A % $ ? '.._ .`. x£ ,,.. 1.. ,y.; # . ,'.:'. ...i. • ..TOTAL GROUP 2(10;;11,12);: $ GROUP 3 =Insulation ;` _ " - ' , a - , Est.Qty U1M Cost per UIM Annual Cost I a) b (c) =a x_c j ! 13 Houd Labor Rate R-•ular 200 Hours $ $ 14 Hou Labor Rate Non-re,ular hours 40 Homs $ $ ; D#r.. „„!!} .. .M` y,... y� 'Y mgt, ate ' : t��� S .ia yi,^ ... '.,c`9 �„zy s c�-'�Y l C'stt-=.'i 3 "ti, k "i Y� �P }' ,1 b .:;1-4 ,..5'" 7"_Y."e,'4 y;Y� r'` Oaf KO7.)l.t•s* ,::114 ` �. .` s '. `Yu."� f .,,,,,,'.$6 , 4 " .,Y S �,�,"r ,x ��x Sa d �+ e'er,,_ li 15 Cost of Parts/Materials $3,000 NIA % $ I .- ... .,. •••:,.1,, ..'• • 9w- •.: "- .. • -.,.. .°TOTAL GROUP 311314 15) $ j GROUP 4 aRentals t i Quantity . UIM Cost per UIM • Annual Cost I a b c =a_x_c 16 . E,ui•mentRate Boom Duck 35-40 Ton 8 Houd $ $ • 17 Elul•mentRate Crane 55-60 Ton 8 Howl $ $ 3 18. S cot Cooler Rental 1 TON 8 Houd $ $ 19 Si•t Cooler Rental 1.2 TON 8 Hourl $ $ 20 •S•.tCooler Rental 1.5TON 8 Houd $ , $ i' 21 Scot Cooler Rental 2TON. 8 Houd $ $ i 22 S cot Cooler Rental 3 TON 8 Hou $ $ 23 S•otCooler Rental5•TON . 8 Hos $ $ r 24 S.•tCooler Rental 7TON . 8 Hou $ $ 1 1 25 S of Cooler Rental 12 TON 8 .Houd $ $. $ 26 Spot Cooler Rental 25 TON 8 Hourl $ $ , , . $ TOTALGROUP4(.. 26) GROUP 5 CONTROLS Repairs -'1---,':---,:r—, •,...-:.---i " : Est.Qty' UIM Cost per UIM Annual Cost a b c =ax_c ' 27 Hourl Labor Rate R-•ular 200 Hours $ $ 28 Hour! Labor Rate Non-r:•.ularhauis 40 Hours $ $ 5 ADDENDUM NO.'2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS -:tvr-L.,'._y .tss.y $t tiOSt,_w,z w r` 61�4,•,•'-1),b-- n, :4,14 rr "., C1 ark t.181('3.QSi3 y 29 Cost of PartslMatedals $3,000 • N/A % $ TOTAL GROUP 5(Line ;27,28,:2-9)_ $ 70ROl:1P 6:PooiofP're=Qiialifled'Confractors ' ,. '` , Does your firm wish to participate in a pool of pre-qualified HVAC and related services projects,on an as-needed basis? 1 YES No *Requires compliance with Section 2.408, Living Wage Requirements,of the City Code. _._•_• - APPENDIXE Bidder's Affirmafion ,._, • :: : ;_ Company: Authorized Representative: Address: I Telephone: Email: Authorized Representative's Signature: • e { 1 j{7 i11 6 ADDENDUM NO.2 ITB 2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS MfA/\ ! City of Miami Beach,1755 Meridian Avenue,3"'Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305.673-7490 Fax: 786-394-4002 ADDENDUM NO.3 INVITATION TO BID (ITB) 2018-040-JC HVAC CONTROLS, MAINTENANCE, AND REPAIRS August 23, 201.8 This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISIONS ITB DUE DATE AND TIME. The deadline for the receipt of responses is extended until a date and time to be determined in a forthcoming addendum. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy b the City Clerk's Office at RafaelGranadoc miamibeachfl.gov. Procurement Contact: Telephone:. Email: Jason Crouch 305-673-7000, ext.6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a bid. Sincerely, Alex Denis -,.c, - -nt Director • 1 ADDENDUM NO.3 ITB 2018-040-JC HVAC Controls,Maintenance,and Repairs MIAMI B EAC H City of Miami Beach,1755 Meridian Avenue,3nd Floor,Miami Beach,Florida 33139,www.miamibeachfl.pov PROCUREMENT DEPARTMENT Tel:305-673-7490. ADDENDUM NO..4 INVITATION TO BID(ITB)2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS October 5,2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. NEW ATTACHMENTS. The following attachments have been added to the ITB, and incorporated as requirements to the ITB. Attachment A: Revised HVAC Inventory List II. MODIFICATIONS. 1. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 PM. on Friday, October 26, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. III. SITE VISITS. Voluntary site visits will be conducted on Wednesday; October 10, 2018 10:00 AM-11:00 AM, assembling at 9:45 AM in front of Miami Beach City Hall, 1700 Convention Center Drive, Miami Beach, FL 33139. Please meet in the 1st Floor breezeway, outside the City Hall main entrance. The following sites will be visited: MIAMI BEACH CITY HALL 1700 Convention Center Drive Miami Beach, Fl 33139. CITY HALL GARAGE/OFFICE BLDG. 1755 Meridian Ave. Miami Beach, FL 33139 IV. ANSWERS TO QUESTIONS RECEIVED. Q1: Looking over Bid form and PM info, seems like pricing sheet does match PM info on pg.37. All items say bi monthly, but bo price code for bi monthly? Al: The bi-monthly PM frequency for HVAC Equipment Inventory on page 37 of the ITB is a description of the City's current service frequency.Through this ITB,the City is seeking to establish,a monthly, quarterly, and semi-annual preventative maintenance program, 1 ` ADDENDUM NO.4 ITB 2018-040-JC HVAC s ' covering each HVAC unit. Q2: The following Locations do not have Equipment Inventory listed and therefore can not be quoted as part of the proposal: • Convention Center • Bass Museum • Acorn Theatre • Colony Theatre • Carl Fisher Club House • Garden Center • Miami City Ballet A2: Please refer to Attachment A, Revised HVAC Inventory for equipment specifications.The Convention Center, Acorn Theatre, Carl Fisher Club House, 5th St & Alton Rd. Parking Garage have been removed from the inventory list.No bid is required for these locations. The remaining locations have been updated: Q3: You have buildings that do not have equipment listed so it is impossible to provide a cost for preventative maintenance. A3: Please see Q2/A2 above. Q4: Addendum 2- it does not clearly answer what the City is requesting in Group1(C). You are requiring a cost for preventative maintenance but do not clearly specify what locations and what equipment is to be serviced during the PM. Appendix E Group1(c) has 3 different service intervals yet has no reference to locations. A4: Please see Q2/A2 above, each unit requires a monthly, quarterly, and semi-annual preventative maintenance service program: Q5: There is no Inspection/Maintenance Task List to base pricing on Group 1(c) Preventative Maintenance? A5: Please see to pages 29-34 of the ITB. Q6: It would also be difficult to price Group 1(c) Preventative Maintenance without a site inspection to determine accessibility for servicing? A6: Please see Site Visits,Section III,above. Q7: In Appendix E (Cost Proposal) Group 1(c) Preventative Maintenance, you are asking for monthly,quarterly, and semi-annual PM's. What equipment are we basing our pricing on? A7: Preventative Maintenance must cover all of the equipment identified in Attachment A, HVAC Inventory. A FORTHCOMING ADDENDUM WILL BE ISSUED WITH RESPONSES TO ANY ADDITIONAL QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. 2 ADDENDUM NO.4 ITB 2018-040-JC HVAC Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext.6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Alex Denis Procurement Director • • • 3 ADDENDUM NO.4 ITB 2018-040-JC HVAC ATTACHMENT A HVAC INVENTORY LIST(REVISED) ZONE :.' ' BRAND/LOCATION •,. '.:. MODEL ,' °, SERIAL#;,:;... CONVENTION T80 TBD TBD CENTER ACORN THEATER CARL-FISHER ro UNDER, CLUBHOUSE CONSTRUCTION BOTANICAL CARRIER A.H.U. 50BZN01651 3507B47359 GARDEN CENTER BOTANICAL CARRIER CONDENSER 09DE-016-521 4407G10079 GARDEN CENTER BOTANICAL BARD P.UNIT PA13361-A 2811072378051-1 GARDEN CENTER BOTANICAL BARD P.UNIT PA13361-A 281P062276747- GARDEN CENTER 1 BOTANICAL BARD P.UNIT PA13361-A 281H0732354422 GARDEN CENTER -1 BASS MUSEUM 1st FLOOR FHP-A.C.E3 MODEL EM096-3VTN SERIAL FA024071 'CAFETERIA) BASS MUSEUM 2nd FLOOR FHP-A.C.E4 MODEL EM096-3VTN SERIAL GL005061 BASS MUSEUM 1ST FLOOR FHP-A.C.#5 MODEL EM096-3VTN SERIAL FA024070 BASS MUSEUM 1ST FLOOR FHP A.C.#6 MODEL EM024-1VTN SERIAL FA023796 BASS MUSEUM 1ST FLOOR FHP A.C.#4 MODEL EM048-3VTN SERIAL FA024535 BASS MUSEUM 1ST FLOOR FHP A.C.#2 MODEL EM042-3VTN SERIAL FA023885 'CAFETERIA) BASS MUSEUM FHP A.C.E2 MODEL EM144-3VTN SERIAL FA024347 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM210-3VTN SERIAL FA024265 FHP A.C.#3 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM024-1VTN SERIALJDO07204 FHPA.C.#7 BASS MUSEUM 3RD FLOOR(MECH.ROOM) MODEL EM168-3VTN SERIAL FA024236 FHP A.C.#1 BASS MUSEUM DAYTON OA#1 MODEL DK-080-203 SERIAL 15039 Colony Theater RTU#1 AAON 30 Ton MODEL RN-031-8-0-AA84-142 200310- ANEU00006 Colony TheaterRTU#2 AAON 10 Ton MODEL RK-10=2-EI-1B2 200310- AKEJ10247 Colony Theater RTU#3 MON 5 Ton MODEL RK-05-2-EI-1A1 AKED10248 Colony Theater AHU#1 CARRIER MODEL 39MN08BO05OWZ11S 2803F41449 Colony Theater COND#1 CARRIER MODEL 38ARD016-500 2303F35172 Colony Theater AHU#2 MODEL 39MN17B0050X011SX5 2803F41439 Colony Theater COND#2 MODEL 38ARD014-500 2803F41441 Colony Theater AHU#7 MON MODEL V2-C4-2-56-000D000A0 200306- CBCC01417 Colony Theater COND#7 MON MODEL CA-20-2:ADAPOAX 200306- CCC102806 Miami City Ballet TRANE A.H.U. MCCAO3AGAVOBBB000 K99A38753M JOCCAOOCOA000AC000 CAA000000 Miami City Ballet TRANE CONDENSER CUIMODEL TTA 1808300FA SERIAL • 'ROOFTOP) 6234ZY7AD Miami City Ballet TRANE CONDENSER CUZ MODELTTA180B300FA SERIAL 'ROOFTOP) 623479XAD Miami City Ballet TRANE(ROOFTOP)(P.UNIT) • RTU-1-MODEL SERIAL TCD480AE000A7MB100000 CO6E05298 F00000000 Miami City Ballet TRANE(ROOFTOP)(P.UNIT) RTU-2-MODEL SERIAL TCD420AE000A7FB100000 CO6E05297 F000000000 1 !i ' l ATTACHMENT A HVAC INVENTORY LIST(REVISED) Miami City Ballet TRANE(ROOFTOP)(P.UNIT) RTU-3-MODEL ,- Not available TC0420AE000A7FB100000 F000000000 Zone 2 South °. UNIT LOCATION:, BRAND UNIT TYPE MODEL/SERIAL# , 10TH BEACH CLIMATE GCV030BHC4OCRTS PATROL OFFICE 15T FLOOR MASTER AHU /M10822594 10TH STREET CLIMATE TRC18AGRFMMHC AUDITORIUM OFFICE 1ST FLOOR MASTER AHU ' FRS/M11027719 CUMATE GCV060BHC4OCLTS OFFICE 2ND FLOOR MASTER AHU /M10822603 CLIMATE GLV160AHD4BEFBS OFFICE 2ND FLOOR MASTER AHU /M10721870 • CLIMATE GLV240AHD44BEBT OFFICE 2ND FLOOR MASTER AHU S/M10721873 CLIMATE GLV100AHD4BEBTS OFFICE 2ND FLOOR MASTER AHU /M10721865 CUMATE TRCO9AGRFMHCFR OFFICE 2ND FLOOR MASTER AHU 5/M11027631 CLIMATE TRCI8AGRFMHCFR OFFICE 2ND FLOOR MASTER AHU S/M11027720 CLIMATE GCV048CHD4OELTS OFFICE 1ST FLOOR MASTER AHU /M10822598 CLIMATE GCVO60BHC4OCLTS OFFICE 1ST FLOOR MASTER AHU. /M10822604 CUMATE GSH070AHC4OCLBS OFFICE 1ST FLOOR MASTER AHU /M10822582 CUMATE GHC012BGC4OCRB OFFICE 1ST FLOOR MASTER AHU 5/M10822296 FLAMINGO PARK TWE090B300DA/ TENNIS CENTER OFFICE TRANE AHU 3121J1X5H 2TTA0048A3000AA OFFICE TRANE. CONDENSER i /3145WKBF 2TTA0048A3000AA OFFICE. - TRANE CONDENSER /3145WMY3F FLEET 2TEE3F62A1000AA MAINTENANCE OFFICE TRANE AHU /6463WT31V 2TTA0036A4000AA OFFICE TRANE • CONDENSER /6372KN3F 2TTA0036A4000AA OFFICE TRANE CONDENSER /6372KT53F RHSA- FLEET HM4221JA/M3609 MAINTENANCE 2 WAREHOUSE RHEEM AHU 01258 13AJA42A01/7656 WAREHOUSE RHEEM CONDENSER. N330903939 SANITATION ' TWE180B400EL/42 ADMIN OFFICES OFFICE TRANE AHU 33R1YHD TTA180B400FA/ OFFICE! TRANE CONDENSER 346256CAD HISTORIC CITY MCCB012UAOAOUA HALL FIRST FLOOR-THEATER TRANE AHU#18 /K06M46757A MCCB006UAOAOU FIRST FLOOR-STAIRWAYS TRANE AHU#17 A/K06M46752A MCCB010UAOAOU SECOND FLOOR-COURT . TRANE AHU#20 A/K06M46747A MCCA0089ANOABA THIRD FLOOR-OUTSIDE TRANE AHU 000ECECA/ K97C33043 2 1 ATTACHMENT A HVAC INVENTORY LIST(REVISED) THIRD FLOOR TRANE AHU#21 MCCB006UAOAOU A/K06G85090 MCCB006UAOAOU FOURTH FLOOR TRANE AHU#22 A/KO6G85085 MCCB006UAOAOU FIFTH FLOOR TRANE AHU#23 A/K06685095 MCCB006UAOAOU SIXTH FLOOR TRANE MU#24 A/K06G85101 MCCB006UAOAOU SEVENTH FLOOR TRANE AHU#25 A/K06G85105 MCCB006UAOAOU EIGTH FLOOR TRANE AHU#26 A/K06G85110 NINTH FLOOR MITSUBISHI AHU PKAA336FA MITSUBISHI CONDENSER PUYA36NHA TWE090B300EL/ NINTH FLOOR-IT ROOM TRANE AHU 7306PGPBD 2TTA3048A3000AA TRANE CONDENSER /7313P884F 2TTA3048A3000AA TRANE CONDENSER /7313RA24F SOUTH SHORE COMMUNITY VWOD048040R/B0 CENTER DAYCARE/KITCHEN C.A.P AHU 42108001 LPCAFO8D4FOFKOO 0000100DAHA/ DAYCARE/CLASSROOM TRANE AHU T08C18662 LPCAFO8D4FOELOO 0000100CAFA/ DAYCARE/CLASSROOM TRANE MU T08C18661 60CWA200/R07300 MIAMI DADE COUNTY AHU#6 70111 60CWA2- MIAMI DADE COUNTY AHU#5 00/R0730070110 MCCB021UAOAOUA LUNCH AREA TRANE AHU#11 /K04A08962 SOUTH SHORE COMMUNITY LPCAFO8D4FOFNO0 CENTER 2ND 0000100CAFA/ FLOOR WORK FORCE TRANE AHU#7 T08C18664 LPCAF10D4FOEK00 0000100FAFA/ WORK FORCE TRANE AHU#8 T08C18666 LPCAF10D4FOF100 0000100EAEA/ WORK FORCE TRANE AHU#10 T08C18665 LPCAFO8D4FOEMO 00000100CAGA/ WORK FORCE TRANE AHU#9 T08C18663 RTUA110CYGO1R3 DOVFN/ WORK FORCE TRANE CHILLER U04B04476 , 210 2nd ST 1AH106S01C01/ COLLINS CT OFFICE ICECO EVAPORATOR Tm3204 20937 TWE1806300EL/ FIRE STATION#1 TRANE AIR HANDLER 5133T6UHD TTA180B300FA/51 TRANE CONDENSER 63YUDAD PACKAGED 50TFF006V311/250 CARRIER UNIT 4G40088 3 • ATTACHMENT A HVAC INVENTORY LIST(REVISED) PACKAGED RLKAA085CL000/ PAL BUILDING. ROOF TOP RHEEM UNIT 6225F130115263 PACKAGED 50T1008V521/ ROOF TOP(GYM) CARRIER UNIT 1200G30322 ' PACKAGED 5011008V521/ ROOF TOP(GYM) CARRIER UNIT 1200G30320 PACKAGED 50TJ008V521/ ROOF TOP(2ND FLOOR) CARRIER UNIT 1200630321 POLICE STATION CCDBO6BLOD/ -5ST FLOOR OFFICE. TRANE AHU#12 K85M82061 POLICE STATION -ROOF MCCE1010UAOAOUB MECHANICAL GUN RANGE TRANE AHU#13A /K05K28381A POLICE STATION MCCB017UAOAOUB -4TH FLOOR OFFICE TRANE MU#10 /K06G84907 POLICE STATION MCCB014UAOAOUB -4TH FLOOR OFFICE TRANE • AHU#7 /KO6G84897 POLICE STATION MCCB017UAOAOUB -3RD FLOOR . OFFICE TRANE AHU#6 /K06G84902 POLICE STATION MCC11021UAOAOUB -3RD FLOOR OFFICE TRANE AHU#5 /KO5K30354A POLICE STATION MCCB021UAOAOUB • -2ND FLOOR OFFICE TRANE AHU#4 /K05K30348A POLICE STATION MCCB014UAOAOUB -2ND FLOOR OFFICE TRANE AHU#3 /KO5K28376A POUCE STATION CSAA021UALOO/ -1ST FLOOR OFFICE TRANE AHU#1 K16B09627 POLICE STATION CSAA008UALOO/ • -1ST FLOOR NEIGHBORHOOD CONF. TRANE • AHU#2 K16B09634 POLICE STATION CCDBO6BLOD/ -1ST FLOOR CSU CSU TRANE AHU#14 K85K82063 . POLICE STATION LPC.AD10F2FOEK/ -911 .OFFICE TRANE AHU#8 T08L70022 POLICE STATION TWE120B300EL/43 -911 BACKUP . OFFICE TRANE • AHU#8BK 74KH180 POLICE STATION -MAINTENANCE CCDBO6BLOD/ OFFICE . - OFFICE TRANE AHU#15 K85K84077 POLICE STATION -RADIO ROOM OFFICE LIEBERT AHU#£3A POLICE STATION -IT ROOM .• • OFFICE . LIEBERT AHU#9 • POLICE STATION -IT ROOM TWE24013400EL/41 BACKUP OFFICE TRANE AHU#9BK 84UDCHD SOUTH POINT XTI042X066BAHAO POLICE/PARKOFFICE YORK AIR HANDLER 17A/CETMXT0193 : H5CE240A25A/NOB OFFICE YORK CONDENSER 8629920 SOUTH POINT MW12C1F/LGAC01 LIFEGUARD OFFICE FRIEDRICH AIR HANDLER 993 • MR12C1F/LGAC145 OFFICE FRIEDRICH CONDENSER 6 MBPD INTERNAL RHGE100ZK/152G4 AFFAIRS OFFICE RHEEM AHU 2932568 RANLO6OCAZ/ RHEEM CONDENSER 7394W341000386 RANLO6OCAZ/ RHEEM . CONDENSER 7394W341000390 4 ATTACHMENT A HVAC INVENTORY LIST(REVISED) CITY HALL-4TH 39ED57/ FLOOR OFFICE CARRIER AHU#11 760695036 CITY HALL-3RD 39E039/ FLOOR - OFFICE . CARRIER AHU#9 760595035 • CITY HALL- COMMISION 39BA060/ CHAMBERS OFFICE CARRIER AHU#12 755273230 CITY HALL- COMMISION • 39BA060/ CHAMBERS • OFFICE CARRIER AHU#10 755273229 CITY HALL 2ND 39BA050/ FLOOR OFFICE CARRIER . AHU#7 755273227 CITY HALL- ADMINISTRATIO 39BA060/ N • OFFICE CARRIER AHU#8. 755273228 CITY HALL.- • 39LD1032JA1221-L SPECIAL MASTER OFFICE CARRIER AHU#2 /2195T68710 • CITY HALL-1ST • FLOOR CONFERENCE • r MCCA006GAKOBBB ROOM OFFICE TRANE AHU#4 0005/K95F44510 39LAO8GA-AD- - CITY HALL- ,AKP122/ CASHIERS OFFICE OFFICE CARRIER AHU#3 2016U30072 CITY HALL 2ND CSAA025UACOO/ FLOOR OFFICE TRANE AHU#5 ' K11L21437A • CITY HALL CITY 398A060/ • CLERK OFFICE CARRIER AHU#1 755273224 PACKAGED CHA166515P/ 777 BLDG ROOFTOP LENOX UNIT 5693004261 PACKAGED CHA166515P/ 777 BLDG ROOFTOP LENOX UNIT . 5693C04045 CHHNO50TKGON05 777 BLDG ROOFTOP TRANE . CHILLER 7A/UA9A4146 CHHNO6OTKGN069 777 BLDG. ROOFTOP . TRANE CHILLER . A/UA9A4147 MSYA24NA/600374 • 777 BLDG ELEVATOR ROOM MITSUBISHI AHU ;6 MUYA24NA/ 777 BLDG ELEVATOR ROOM MITSUBISHI CONDENSER 6004012 MCCB025UAOCOUB 777 BLDG FIFTH FLOOR • TRANE AHU#5 /K08M31855A MCCB021UAOCOU 777 BLDG • THIRD FLOOR TRANE AHU#1 A/K08196227 . CSAA017UAA00/ 777 BLDG SECOND FLOOR TRANE AHU#2 K09L51347 YLA0135ZE46XBAS 1755 MERIDIAN X7XH/TXBLXCXX44 AVENUE , ROOFTOP • YORK CHILLER ' SXTXXXHXHXHXA • XXCXX7XXXXXJ/2M ROOFTOP YORK CHILLER TM002273 XT1045X072BAKAO FIFTH FLOOR YORK AHU#5 ' 86/CMTMXT0129 XT1045X072BAKAO FOURTH FLOOR YORK AHU#4 86//CMTMXT0127 XT1045X081BAKAO THIRD FLOOR YORK AHU#3 46A/CMTMXT0128 XT1033X048BAFAO THIRD FLOOR YORK AHU#3A 46A/CBXMXT0041 XT10458072BAKAO SECOND FLOOR YORK AHU#2 46A/CMTMXT0126 5 ( ATTACHMENT A HVAC INVENTORY LIST(REVISED) SECOND FLOOR-PARKING YORK AHU#1 A XT1030X027BADA0 46A/CMTMXT0125 XT1042X081BAKAO FIRST FLOOR YORK AHU#1 46A/CMTMXT0124 "-4 555 BLDG- OFFICE OF HOUSING, HOMELESS TWE240E300BB/ OUTREACH SPLIT TRANE AHU 12271PNYWA TTA240E300AA/ SPLIT TRANE CONDENSER 12264N80TA 555 BLDG-CODE, COMPLIANCE TWE240E300BB/ DEPT. SLIT TRANE AHU 12272K3VWA Zone 3 North UNIT LOC4TION z;7, SBRANEi UNIT TYPE 7•!mtiDo./sEmALii: BYRON CARLYE TTA0120E300/1120 THEATER LOBBY TRANE PACKAGE 3XMLYA TCH240F300BA/12 TRANE RTU 2 0410387D T5C036E1EAA1AA/ TRANE RTU4 1204105716 TCH240F300BAA2 TRANE RTU 1 041036D 4TTM3030A1000A TRANE CU A/10402FYOAA TCD150F300W12 BACKSTAGE TRANE PACKAGE 0410241D 24ABB360A520/38 FIRE 2 ADMIN West Side CARRIER CU 11e04563 24ABB360A520/28 West Side CARRIER CU 11E22749 24ABB360A520/39 West Side CARRIER CU 11E01322 24ABB360A520/39 West Side CARRIER. CU 11E01321 24ABB360A520/39 West Side CARRIER CU 11E01323 38MVC018301/101 IT ROOM CARRIER CU 11V08S23 FB4CNF060/4211A 2nd floor CARRIER. AHU 84117' FB4CNF060/4211A 2nd floor CARRIER AHU 84063 FB4CNF060/4211A 1st Floor CARRIER AHU 84105 FB4CNF060/4211A CARRIER AHU 84102 FB4CNF060/4211A CARRIER AHU 84007 50TFF014AY511/07 FIRE STATION 2 FIRST FLOOR CARRIER RTU#1 06G20801 60111009AV541/ FIRST FLOOR CARRIER RTU#2 0806630732 SOTFFOOSAVS11/ SECOND FLOOR CARRIER RTU#3 0706G30162 50IFF006AV511/ THIRD FLOOR-EOC CARRIER RTU#4 0706G20316 50TFFOOSAV511/ THIRD FLOOR-EOC CARRIER RTU#5 0706630161 6 ATTACHMENT A HVAC INVENTORY LIST(REVISED) TSCO9ZE3CAOYA/ THIRD FLOOR-911 TRANE RTU#6 1034125191 50TCE09A2A5A0A0 • THIRD FLOOR-IT CARRIER RTU#7 • A1/3014P89017 TAM7AOC48H41EA THIRD FLOOR-IT BACK UP TRANE AHU 1 A/160741LXAV TAM7AOC36A31EA • THIRD FLOOR-R BACK UP TRANE AHU 2 A/16203M8MAV 4TTA3048D3000CA • THIRD FLOOR-IT BACKUP TRANE CU 1 /16265NL23F 4TTA3036B000AA/' THIRD FLOOR-IT BACK UP TRANE CU 2 16224NML3F 4T1V8048A1000BA FIRE STATION 3 ROOF TRANE CONDENSOR /17121KCR1F 4T1V8036A1000BA TRANE CONDENSOR /17035U1M1F THC036E1EOA1100 00000000000000B 0000000000/ TRANE PACKAGE 1702111531 • THC048F1EOA1L00 00000000000000C 0000000000/ TRANE PACKAGE 1651104171 THC036E1EOA1L00 00000000000000B 0000000000/ TRANE PACKAGE 1705116311 • TH00048F1EOA1L0 000000000000000 C0000000000/ TRANE PACKAGE 1651103671 TAM8COC48V41EA GYM TRANE AHU H/171456UM1V TAM8COC36V31GA RESCUE TRANE AHU A/17135NMN1V CFA018CO8DCOOK/ FIRE STATION 4 West Side AAON AHU#1 201512CNCN00279 CFA018C08DCOOK/ AAON AHU#2 201512CNCN00278 MARINE PATROL 13AIN42A01/8393 BLDG. 1st Floor RUUD AHU . W281320842 MIAMI BEACH TWE120D300AB/16 GOLF CLUB CLUBHOUSE TRANE AHU 3 482SASBA TWE120D300AB/16 MAINTENANCE TRANE CONDENSOR 173YXWBA • PACKAGED DM09000OA2AAA3 ROOF TOP YORK UNIT.- C/NFNM079342 PACKAGED DM102C00A2AAA3 ROOF TOP YORK UNIT C/NFNM084272 K3EU180A33A/ CLUBHOUSE YORK AHU#1 NFNS003533 H3CE120A25A/ CLUBHOUSE YORK CONDENSOR NFNM084272 NORMANDY SHORES GUARD HOUSE&GATES WALL FRIEDRICH WALL UNIT ' POLICE NORTH END SUB GAMSBOC60M51E STATION OFFICE TRANE AHU 1 AA/16472N1XAV 4TTR6061C1000AA TRANE CU 1 /17078038RF • 7 • ATTACHMENT A HVAC INVENTORY LIST(REVISED) • TRANE AHU 2 GAMSBOC60M51E • AA/17084REJOV 4TTR6061C1000AA TRANE CU.2 • /17025MPH2F PROPERTY XTI051XO81JAKA04 MANAGEMENT 2ND FLOOR YORK . AHU 1 6A/ACCMXT0182 YCAL0052EE46XEE4 6XEBBXTXHXXRL/ ROOFTOP YORK CHILLER 11531E53578116 TWE090B300EL/52 PUBLIC WORKS ADMIN TRANE_ AHU 83TM2BD 2TWA0048A4000A ADMIN TRANE CONDENSOR B/5293X674F • 2TWA0036A4000A ADMIN TRANE CONDENSOR B/5281PUN4F TWE090E300A/172 .OPERATION TRANE AHU 352PXBA TTA090H400AA/17 OPERATION TRANE CONDENSOR 215S5SYA TWE090E300AA/ CONTROL ROOM • TRANE AHU . 16474XY4BA TTA090H400AA/17 CONTROL ROOM TRANE CONDENSOR 114J9FYA TEM4AOC48S41SA 1ST FLOOR M.ROOM TRANE AHU A/15433L0D2V 4TWA3048B4000B TIME KEEPER TRANE CONDENSOR B/15433JPM4F XT1051XO75BAHAO SCOTT RAKOW 40A/ YOUTH CENTER FIRST FLOOR YORK AHU#4 CBWMXT0265 XT1102X096BALAO SECOND FLOOR • YORK AHU#2• 46A/CBRMYT0184 XT054X081BAKA04 • ROOFTOP • YORK' AHU#3 6A/CBWMXT0031 XT075X111BAMAO 46A/ ROOFTOP YORK AHU#1 : CBWMXT0030 J15YCCOOA4AAAIA ROOFTOP JOHNSON CU4A /N1D0808680 J1SYCCOOA4AAA1A ROOFTOP JOHNSON . CU4B /N1D0808681 DDHUSSDW6000A C460/ ICE SKATING ROOF • BMIL PACKAGE UNIT 20951170020 COOLING ICE SKATING ROOF EVAPCO • TOWER LSCB150/T021886 COOLING ICE SKATING ROOF EVAPCO TOWER 1CT4912/T002845 YCWL0074HE46XA BBXT/ ROOFTOP r YORK CHILLER 1 2AWM005141 YCWL0074HE46XA BBXT/ ROOFTOP YORK CHILLER 2 2AWM005142 FXDNF061/ OFFICE • CARRIER AHU 1416A82926 5UZKAO9NA/3SPOO • ROOFTOP MITSUBISHI MINI SPLIT 642 • 5UZKA15NA/ ROOFTOP MITSUBISHI MINI SPLIT 48P01125 SUZKA15NA/ ROOFTOP MITSUBISHI MINI SPLIT 46P01025 MUYGE124NA/ ROOFTOP MITSUBISHI . MINI SPLIT 4003838T 8 1 r ATTACHMENT A HVAC INVENTORY LIST(REVISED) PUYA18NHA3/9140 ROOFTOP MITSUBISHI MINI SPLIT 11016 PUYA12NHA3/ • ROOFTOP MITSUBISHI MINI SPLIT 92U01707B • ROOF OF LOCKER ROOM MON • PACKAGE UNABELTO•ACCESS NORMANDY (ISLE PARK 24ABB30A520/ POOL) OFFICE • CARRIER CONDENSOR 1416E14458 TTA090G300AA/15 • NORTH SIDE TRANE. CONDENSOR 1910J4YA NORMANDY / TCGD3054351A/ GOLF COURSE PRO SHOP YORK CONDENSOR W0A9320747 • IN ROOF PRO SHOP YORK AHU . UNREACHABLE - TTA126D300AA/ SOUTH TRANE CONDENSOR 15103WW3YA TTA090G300AA/ SOUTH TRANE CONDENSOR 1543419SYA 85221344646000/ • SOUTH SANYO MINI SPLIT 0132674 85221344646000/ SOUTH SANYO MINI SPLIT 0097581 NC09000OC6AAA1 NORTH SIDE TRANE AHU A/NOA9169478 TWE120D300AB/ SOUTH TRANE AHU 15142P48BA ' CHDX07263/00070 'EASTSIDE SANYO SPLIT 3 NORTH SHORE - 39MA50010001/ BAND SHELL 1ST FLOOR CARRIER AHU 1 5102E95850 NORTH SHORE 39MA50010001/ .YOUTH CENTER 2ND FLOOR CARRIER AHU.2 5102E95849 . MPS020BYDL/ EAST GYM DAIKIN . • PACKAGE F181401389 MPS020BYDL/ • WEST GYM • DAIKIN PACKAGE . F181401388 RCS1SF180D/ ' 1ST FLOOR DAIKIN CU 1 F141400275 RCS1SF180D/ • DAIKIN CU 2 F141400957 RCS1SF180D/ DAIKIN CU 3.• • F141400276 • RCS1SF180D/ DAIKIN CU 4 F141400956 TTA180H3ORAA/ 1ST FLOOR TRANE . CU 1 16262KAYTA RAUJC3OEBC1300D UNIDAD 000000/ BUILDING 2ND FLOOR TRANE CU 2 . C16H05212 RAUJC30EBC13000 000000/• TRANE . CU 3 C16H05213 • TWE180E300AA/ TRANE MU 1 16244SWLWA • K16H61238/ TRANE AHU 2 CSAA025UALOO CSAHO1OUAL00/ TRANE AHU 3 K16H61940 :Zone,4 Parking. •':,'UNIT LOCATION „ ,' BRAND' , •:UNIT.TYPE• a ',:MODEL/SERIAL it, STH ST&ALTON RD.PARKING .GARAGE -B9 T89 TM) TBD • 9 ATTACHMENT A HVAC INVENTORY LIST(REVISED). TEM 4AOB24S21SA /17451Y1L3V 7TH ST.PARKING (installed GARAGE OFFICE TRANE AHU 12/15/17) 4TTR4024L1000B/ 17475K8YAF (installed • OFFICE TRANE CONDENSOR 12/15/17) 13AJN60A01/8395 STORAGE UNDER RAMP RUDD CONDENSOR W321317683 GOLDMAN STORAGE UNDER RAMP RUDD AHU PROPERTIES 4TTR4018L100A/17 203679AF installed: COLLINS AVE VESTABULE TRANE CONDENSOR 11/2017 TMM4AOA18S21SA /17206062M COLLINS AVE VESTABULE TRANE AHU installed:11/2017 TTA04273300AA/1 NW ELEVATOR TOWER TRANE CONDENSOR 22886fY4A TWE240E300BB/ NW ELEVATOR TOWER TRANE AHU 12272K3VWA 4TTR4048L10000A/ 17332T1Y3F (INSTALLED SE ELEVATOR TOWER TRANE CONDENSOR 9/20/17) GAM5BOC48M41A /17274ERD1V (INSTALLED SE ELEVATOR TOWER TRANE AHU 9/20/17) 12TH ST. PARKING 2TTR2018A1000AA GARAGE OFFICE TRANEXR12 CONDENSOR /54414DG3F. OFFICE TRANE AHU IN CEILING ELEVATOR ROOM WINDOW UNIT 13TH ST. 4TYK1624A10NOA/ PARKING 170105681X GARAGE OFFICE TRANE CONDENSOR installed 5/10/17 4MYW1624A1ONO A/170105541X OFFICE TRANE AHU Installed 5/10/17 ELEVATOR ROOM CLASSIC MINISPUT MRHNC24AS 16TH ST. PARKING XB132TTB3024A10 GARAGE ELEVATOR TOWER TRANE CONDENSOR 00AA/7382L045F 2TGB3F25A1000AC ELEVATOR TOWER TRANE AHU /7302UAG6V XB132TTB3024A10 ELEVATOR TOWER TRANE CONDENSOR 00AA/7325TFU5F 2TGB3F25A1000AC ELEVATOR TOWER TRANE AHU /7333G6E6V PARKING OPS OFFICE TBD MINISPUT TBD 06C130601CB/110 WEST LOBBY GOODMAN CONDENSOR 8544125 FB4ANB070/3498A WEST LOBBY CARRIER AHU 22918 17TH ST. PARKING 13AJA42A01/7656 GARAGE PARKING OPS OFFICE RHEEM CONDENSOR W360902847 RHSA- HM4221JA/M1009 PARKING OPS OFFICE RHEEM AHU 01390 2ND FLOOR OFFICE LG CONDENSOR LGELSU120HXV 2ND FLOOR OFFICE LG EVAP LGELSN120HXV 10 ATTACHMENT A HVAC INVENTORY LIST(REVISED) RAND-036CAZ/ GRESHAM STORAGE RHEEM CONDENSOR 7295 M4806 06070 RHSA- HM3617JA/M3509 GRESHAM STORAGE RHEEM AHU ) 01177 14AIM36A01/7996 ON STREET STORAGE , RHEEM CONDENSOR W260901927 ON STREET STORAGE RHEEM AHU 13AJA36A01/ AUDITORS OFFICE RHEEM. CONDENSOR 7655N310903283 AUDITORS OFFICE RHEEM AHU W30A2- A00/298M1734836 69-02(NEW ELEVATOR ROOM 4&5 BARD CONDENSOR 11/28/17) ELEVATOR ROOM 3 WINDOW UNIT ELEVATOR ROOM 1 WINDOW UNIT ELEVATOR ROOM 2 WINDOW UNIT 1755 PARKING TCGD18S21S1A/W GARAGE PARKING OPS OFFICE TRANE CON DENSOR 0F7929174 AHP18B3XH21H/AO PARKING OPS OFFICE TRANE AHU A9558759 13ADN60A01/8404 COIN ROOM RHEEM CONDENSOR W351110661 COIN ROOM RHEEM AHU MW18C3F/UDC03 NE ELEVTOR TOWER FRIEDRICH MINISPLIT 706. MW18C3F/UDC03 NW ELEVATOR TOWER FRIEDRICH MINISPLIT 723 TTA894B385FA/ SW ELEVATOR TOWER TRANE CONDENSOR 847256CAD TEM4AOB30S31SA SW ELEVATOR TOWER TRANE AHU A/1638571W2V PENNSYLVANIA AVENUE PARKING 38AUDA14AOB6A0 GARAGE ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER. CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO 38AUDA14AOB6A0 ROOFTOP/RETAIL CARRIER CONDENSOR AOAO MU= ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR AO9WA/9000936T MU- ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR AO9WA/8002923T MU- ROOFTOP/ELEVATOR MITSUBISHI CONDENSOR AO9WA/8003000T MU-A09WA/MS- • ENTERANCE RAMP/OFFICE MITSUBISHI MINI SPLIT AO9WA RANL- 049JAZ/7842W150 ELECTRICAL ROOM RHEEM CONDENSOR 904923 11 ATTACHMENT A HVAC INVENTORY LIST(REVISED) RHSL- HM4821JA/W0710 ELECTRICAL ROOM. RHEEM AHU 10212 42nd ST. PARKING GARAGE EASTELEVATOR TOWER WINDOW UNIT WEST ELEVATOR TOWER WINDOW UNIT YCJD60544S3EA/W • ENFORCEMENT OFFICE YORK CONDENSOR 1F2923291 MA2ODN41H/W1F ENFORCEMENT OFFICE YORK• AHU 2880579 MC60D3Xh1h/W1K ENFORCEMENT OFFICE YORK , Heat pump 2187384 SUNSET HARBOR PARKING • MU- GARAGE SE ELEVATOR ROOM MITSUBISHI MINISPLIT AO9WA/1002205T SE ELEVATOR VESTABULE COMFORTAIRE MINISPLIT A-DVH12SF-O SE ELEVATOR VESTABULE COMFORT AIRE MINISPLIT/AHU BDVH12SF-0 13AJN24A01/8390 • PARKING OPS OFFICE RHEEM CONDENSOR W131215280 PARKING OPS OFFICE RHEEM, • AHU IN CEILING 13AJN18A01/8389 FISHING STORAGE RHEEM CONDENSOR W021200422 MAINTAINED BY SCOTT ROBBINS FISHING STORAGE . RHEEM AHU PROPERTIES NW ELEVATOR ROOM MITSUBISHI MINISPLIT MU-A09WA NW ELEVATOR VESTABULE MITSUBISHI. MINISPLIT MU-A09WA • • • • • 12 • • • IMEAC City of Miami Beach,1755 Meridian Avenue,3`d Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel:305-673-7490. • ADDENDUM NO.5 INVITATION TO BID(ITB)2018-040-JC HVAC CONTROLS, MAINTENANCE AND REPAIRS • October 23,2018 • This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or • other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS. 1. ITB DUE DATE AND TIME. The deadline for the receiptof bids is extended until 3:00 PM, on Friday, November 2. 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. A FORTHCOMING ADDENDUM WILL BE ISSUED WITH RESPONSES TO ANY ADDITIONAL QUESTIONS RECEIVED. •Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: ` I Jason Crouch 305-673-7000,ext.6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to.acknowledge receipt of this addendum as part of your ITB submission. Sing rely, p' 1 hDerp.„_,A AI Procurement Director • I ADDENDUM NO.5 - ' ITB'2018-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS IMEH City of Miami Beach, 1755 Meridian Avenue,3`I Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel:305-673-7490. ADDENDUM NO.6 INVITATION TO BID(ITB)2018-040-JC ;; HVAC CONTROLS,MAINTENANCE AND REPAIRS. . October 29,2018 _ This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS. . 1. ITB DUE. DATE AND TIME. The,deadline for the receipt of bids is extended until 3:00 PM, on Friday, November 9, -2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave,3rd Floor, Miami Beach, FL 33139.; A F.ORTHCOMING`ADDENDUM,WILL BE.ISSUED.WITH RESPONSES TO ANY ADDITIONAL QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's.Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason.Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov 'Pr sers are reminded to acknowledge receipt of this addendum as part of your ITB submission. nc r:fy, 11.64° lex De Procur� a ent Director 1 ADDENDUM NO.6 ITB 2016-040-JC HVAC CONTROLS,MAINTENANCE AND REPAIRS MIAMIBEACH . City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel:305-67317490. ADDENDUM NO. 7 • INVITATION TO BID (ITB)2018-040-JC HVAC CONTROLS, MAINTENANCE AND REPAIRS November 1, 2018 • This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. NEW ATTACHMENT(S). +�+ Exhibit A: HVAC Filters and Belts Citywide H. REVISION(S). Delete and replace Appendix E, Cost Proposal Form from Addendum No. 2 with the herein attached Exhibit B: REVISED Appendix E Cost Proposal Form. Submit the attached Revised Cost Proposal Form. Failure to do so shall render proposal non-responsive. III. ANSWERS TO QUESTIONS RECEIVED. j Q1: Does the City still want a monthly,quarterly,and semi-annual pricing basis? Al: No. Instead, the City is seeking time and materials pricing. Please see changes in attached Exhibit B, Appendix E, Group 1C, Lines 6-8 of Revised Cost Proposal Form. Q2: What Building Management System (Control System)does the City of Miami Beach use? A2: The City uses BACnet. Q3: On the preventative maintenance inspection listed are burners and flue pipe but I did not see any boilers listed. Is there an equipment list for those? A3: The City does not have any boilers. Please disregard any reference to burners or flue pipes. Q4: On the preventative maintenance of centrifugal chiller maintenance I see there is a vibration analysis what information are looking to have submitted once the analysis is taken. Also I see an eddy current analysis what information are you looking to have submitted once analysis Is performed? A4: Please disregard as chiller maintenance is not required under this contract. ') ADDENDUM NO.7 ITB 2018-040-JC HVAC Q5: Will the City require the preventative maintenance program contractor to provide monthly,quarterly,and semi-annual services? A5: The. City now seeks for the preventative maintenance program contractor to provide services on an as-needed basis, rather than at pre-established service intervals. As the department's budget allows, PM services will be requested of the awared contractor(s). Refer to Exhibit B, Revised Cost Proposal Form. !, Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at.RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000,ext. 6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not,to submit a response to.the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a bid. Sinc: -I , -4` . Ale i D--is P •.urement Director n . • • 1 . 2ADDENDUM ITB 2018-040-JC HVAC I i • EXHIBIT B. . APPENDIX E . i . I i , • ,,, : , A fwitA?4, 4,i w_,, .i3; A frA elt; g A a,,, .4A . t., .:, p k., „ 4 0 idi IA If.,i. ro 'i • y ',,,, ;v's f ri A ,,i,„.,,,K„. 1 'k iirm.r4. i \ 4 '4. a r''''. . v * , v.,y ,it ,i„ oi Ili . Revised Cost Proposal . I • Form I 2018-040-JC • HVAC Controls, Maintenance and Repairs Submit the attached Revised Cost Proposal Form. . - Failure to do.sO may render proposal non-responsive: • . . . . PROCUREMENT DEPARTMENT . 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • 31 ADDENDUM NO.7 ITB 2018-040-JC HVAC AMINNIMMINII.M. . ., ( • APPENDIX E - REVISED COST PROPOSAL FORM Submit the attached Revised Cost Proposal Form. Failure to do so shall render proposal non-responsive. Bidder affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms,conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays,taxes, insurance,cost Indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form(Appendix E)shall be initialed. a e as a gr:S: a ° ,.:6f; o e f o"1 owe o i, t5" d �'S if�P ,�?I' I•r r t I i�� I@' '�� L 8 ° i °1?r@u tl ° o���e' ,r rc,s,a. � y'`E t _VP: -ir'''��`]�� y �Vg. � ,s-. ., illi,,,..,-„t y..�. +�-,-4 ?� .2 tr r if r0- V A Oer 0 9:,.fr 0 VP it O.it- 4; aijo a 3 0 d�OF. - i-----;,11.4.f-,,e g..,.`G Ot r.00?`A 4t.1 p. 0,0 0 .0 ro 0 L. •-_ , ;Ldrr 5 f .L2rik `t 'v e' :-;11u 3. ' .35' a ", v r i 1 .. . ..a ..11 rr.>,�, '+.}jt :�. T` + $ 3' •, •.... c°.r. �.g �1»ht ' A. GROUP 1(a):Repair, Replace,Install (Work Not Covered By Maintenance Contract) Est.Qty UIM Cost per UIM Annual Cost a b c . =axc 1 Hou Labor Rate Re.ular 200 Hours $ $ 2 Hourl Labor Rate Non re.ular hours 40 Hours $ $ . p L y mP� f,$ x_ N h, � nA 77- 5 `"; t.—:-d5,5...;�" . - � ki,•t._ 4-1., :: LR 7s M._11 nl..,:4 C -a IC Ci. .r . _ ,. 3 Cost of Parts/Materials $3,000 N/A % $ • SUB-TOTAL(Lines 1,2,3) $ . GROUP 1(b):Te'sting,Adjusting and Balancing(TAB)HVAC equipment ' . F` Est.Qty UIM Cost per UIM Annual Cost a) b c a_x_c IiI 4 Hourl Labor Rate R-.ular 200 Hours $ $ 5 Hourly Labor Rate Non-regular hours . 40 Hours $ $ SUB-TOTAL(Lines 4,5) $. GROUP1(c): I Preventative Maintenance Est.Qty U/M Cost per U/M Annual Cost I ro ., - 42 Meath $ $ I .Quart-.. .,, 4 IMMI $ $ I a .serwlAiliwal4741 2 geml-Annual $ • $ ' 6 Hourl_Labor Rate •e•ular 200 Hours $ i I 7 Hour Labor Rate Non re lar hours 40 Hours "i ii ,t— 9 r.�L.a: e -'47 .` .�__l' ' '� �t 9' '..-N4,:3%,„0';;-., � I1L 4Ii St }` t . -. .r... c-c., Y•.L .���ti� 4.;ka;'t�IYIb .L„ `fOa ° :z r_ r c S-F X�SG . 8 Cost of Parts/Materials $3,000 N/A • % $ 5 ADDENDUM NO.7 47 �� ITB 2018-040-JC HVAC I . - SUB-TOTAL(Lines 6,7,8) .$ GRAND TOTAL GROUP 1 (a,b,c,). $ GROUP 2:NC Duct Cleaning&Sanitizing Est.Qty UIM Cost per WM Annual Cost a b c =a_x_c 9 Houd Labor Rate R-•ular 200 Hours $ $ 10 Houd Labor Rate Non-r-.ular hours 40 Hours $ $ tia.fie � : .j:� V .V veg{ z4 i ;0.-e 1 ° .1 z1,1,_;:,A.` : t- SEs,0.0Ul ;, Q,-Marisu :' 4 ak ) ` 11 Cost of Parts/Materials $3,000 N/A % $ . TOTAL GROUP 2(Lilies 9,10,11) $ • GROUP 3: Insulation J . . Est.Qty UlM Cost per WM Annual Cost a - b) c =a_x_c 12 Houd Labor Rate Re.ular 200 Hours $ $ 13 Houd Lobar Rate Non--.ular hours) 40 } Hours. $ g $ �r�5 cr L', xtf1Sr'�cr" t.'i,kt F inx f.. ,, 1 1 �1 '— t,. o f r fi an*wn l�4.s. - ' i5 4k! N �4 4 ' .e x J.i 11 1 t '.Fi �` tv. I , 131I ,_ -,,,,,,,,F, e- .4_0,06:4.t.:. 'IM C-Matk. .- � :A c .r 7. 14 Cost of Parts/Materials $3,000 N/A % $ TOTAL GROUP 3(Lines 12,13,14) $ . `.GROUP 4t Rentals --' . . •-. .. . - ._ , - Quantity WM Cost per WM Annual Cost a b c =a x_c 15 E.ul.meet Rate Boom Truck 35-40 Ton 8 Hou $ $ 16 E.ui.mentRateCrane 55--60 Ton 8 Houd $ ' $• 17 S.ot Cooler Rental 1 TON 8 Houd $ $ 18 S•ot Cooler Rental 1.2 TON 8 Houd $ $ 19 S.ot Cooler Rental 1.5 TON 8. Hou $ $ 20 S.ot Cooler Rental 2 TON 8 Houri $ $ 21 S.ot Cooler Rental 3 TON 8 Houd $ $ 22 S..t Cooler Rental 5 TON 8 Hour $ $ 23 S..t Cooler Rental 7 TON 8 Hou $ $ 24 Slot Cooler Rental 12 TON 8 Hou $ $ 25 . S. Cooler Rental 25 TON 8 Hourly $ $ _ _ -__-- -- TOTAL-GROUP 4(Lines'15-25) $ • • • 1 ADDENDUM NO.7 ITB 2018-040-JC HVAC ; GROUP 5:CONTROLS:Repairs Est.Qty UIM Cost per WM I Annual Cost a b c =a x_c 26 Hou Labor Rate R-.ular 200 Hours $ 27 Howl Labor Rate Non-re.ularhours40 g Hours $ $ rt i+ U(( $ r nYtG�[1� �• SA i r c r q a'S :i L I .e. psi . 3 "-r. ?? �?a"or-pptIvbst :T Ul�v.; ^` °1d, r�u' — a r. i-: 2& Cost of Parts/Materials $3;000 N/A % $ TOTAL GROUP.5(Lines 26,27,28) $ GROUP 6:Pool of Pre-Qualified Contractors . Does your firm wish to participate In a pool of prequalified HVAC and related services projects,on an as-needed basis? YES No *Requires compliance with Section 2-408,Living Wage Requirements,of the City Code. APPENDIX E Bidder's Affirmation • Company: • Authorized Representative: Address: Telephone: i Email: Authorized Representative's Signature: ]1� 6 ADDENDUM NO ITB 2018-040-JC HVAC • • t •fr S1..30aN1/Sa31•UaDVANAIDP1A5311133601,1 nvSldoadVd III IINIMMINg LItYI6,9rs " g � ��va�i7F i mi " mid . '�moNieuYpmera . .up rWIXB �E�M {�ENEpRiQaR�6DIe- Miid �Urayijl ywtSYgC� =,:,'"•IaAP' z. ■ �■©■i � � �■i owns qnSe311.4 DN 11761111111 '...4.11/10 11 ■ iii �iii IIOS 9 I 11 1tUrcI vac J w � • _ ‘47j,..- Z I. I 0 1,,,,,„,,,,,„,„.„., ; �� 1- ;� .y ,- — L�, '- ti k r IIIV __ra''.4.-S ;rcquoaDisoni i,i:i�:L1 :u::a:i : :::::�i5-.-,,Glial:r:1# imints61 :„.„7-,,,,,.....,_,,,,:., -s M'iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii t{'Y Y'. ';;;;:..;.:;17:11: "� � O y 1.. hY/,.,.y .' + y 3'eYf'', ',0 ,� ,;-,...0, ;-.. . bfr,, �' ,.1�,,''r. K' ,' r. tri -,t Y s u, h �;ar' Jc t d r .. t .• a6 4, i ' F.,,iiit ,„� ...L.,6'''' '- if o ,R t Y Y t r "^, way c 4P._if' (4- 9 1 ' M, £ ' der ./: e.-.;•4 r..F 44+C : ,-,'.--:-i,;...,._-,e1 ..i.F w/ �_�.rt.45t,__ o 1,61-4' -41,/,'17 'p?- � f. .o.:14,fei•e t__ •4 y i , SLTia SY31Ui WV 9011M3•1 aPIANICII9 Slle2 pue 91ellld°VAl-1 V31914x9 ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F AA I AM I B E AC H Insurance Requirements 2018-040-JC HVAC Controls, Maintenance and Repairs PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-040-IC 57 MIAMI B E H INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ '.00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title 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. 58 ITB 2018-040-JC �', THERM-6 OP ID:DWI ,acoRU' CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDlYYYY) ii...----- 11/06/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. This CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER 954-776-2222 NR ACT Brown&Brown of Florida,Inc. PHONE 954-776-2222 FAX 954-776-4446 1201 W Cypress Creek Rd#130 (NC,Na Ext): (NC,No): P.O.Box 5727 of ikss;certs@bbftlaud.com Ft.Lauderdale,FL 33310-5727 James F.Murphy INSURER(S)AFFORDING COVERAGE NAIC P . INSURER A:Amerisure Mutual Ins.Co. 23396 _ INSURED MRSE LLC dba Roth Southeast INSURER B.Amerisure Insurance Company 1 19488 2201 College Avenue INSURER C:North River Insurance Company 21105 Davie,FL 33317 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADM SUBR POLICY NUMBER POLICY EFF POLICY EXP INSD WVD (MMIDDIYYYY) IMMIDDIYYYY) UM= A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE J 1,000,000 CLAIMS-MADE X OCCUR y GL20572051002 09/04/2018 09/04/2019 pREMls s(Ea oca:rr ence) $ 1,000,000 X Contract Liab MED EXP(Any one person) $ 10,000 X XCU Included 1,000,000 PERSONAL BADV INJURY $ GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JEOT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ B AUTOMOBILE LWBILrTY (Ea COMBINED nntSINGLE LIMIT $ 1,000,000 X ANY AUTO CA20566621001 09/04/2018 09/04/2019 BODILY INJURY(Per person) $ OWNED SCHEDULED — AU��TOS ONLY AUTOSUpNNPBOODILY INJURYDD (Per accident) $ X ,AUT0.S ONLY X ARam1Y rI�e�ffcrev 1AMAGE S — $ C X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE 5811107571 09/04/2018 09/04/2019 AGGREGATE $ 10,000,000 DED X RETENTION$ 0 $ B WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y STATUTE ER AANNYYPRROPRIIEETOR/PARTNER/EXECUTIVE WC206853909 04/01/2018 04/01/2019 E.LEACHACCIDENT $ 500,000 (Mand tory lnWI EXCLUDED? N N IA 500,000 E.L DISEASE-EA EMPLOYEE $ be under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 A Equipment Floater. IM20942240402 09/04/2018 09/04/2019 Equipment 125,000 Leased/Rented Ded 2,500 • DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached It more space Is required) Contract No.2018-040-JC City of Miami Beach is additional insured with respect to General Liability . If required by written contract. 30 days notice of cancellation applies to General Liability. • CERTIFICATE HOLDER CANCELLATION MIAMIBE • ,. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE The Cityof Miami Beach,FL THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. do Insurance Tracking Services Inc(ITS) PO Box 20270 AUTHORIZED REPRESENTATIVE Long Beach,CA 90801 % ,, - 1 ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD W-9Request for Taxpayer Give Form to the Fore (Rev.November 2017) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. MRSE LLC 2 Business name/disregarded entity name,if different from above Roth Southeast 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to mfollowing seven boxes. certain entities,not individuals;see instructions on page 3): c ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation 0 Partnership ❑Trust/estate w single-member LLC Exempt payee code(if any) I Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)► S p Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code(if any) — another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that o. u is disregarded from the owner should check the appropriate box for the tax classification of its owner. g0 Other(see instructions)► waWes a,accounts maintained outside the US) m 5 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optional) 33 2260 SW 66th Terrace 6 City,state,and ZIP code Davie,FL 33317 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other — - entities,it is your employer identification number(EIN).If you do not have a number,see How to get a 77N,later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and Employer Identification number Number To Give the Requester for guidelines on whose number to enter. 2 7 - 4 5 3 9 4 6 7 Part II: Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and divid-.•s on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secure. ope• ,ca ,. . ion of•.-.t,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends, • are n• requi;-d to s a n t certification,but you must provide your correct TIN.See the instructions for Part II,later. 10.9 Sign Signature of Here U.S.person • Date 0. 02/25/2019 General Instruc. ons •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Cod; unless otherwise .Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest informatio -bout developments •Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such a. legislation enacted transactions by brokers) after they were published,go to www.irs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest);1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-1(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number((TIN),adoption •Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number Use Form W-9 only if you are a U.S.person(including a resident (EIN),to report on an information return the amount paid to you,or other alien),to provide your correct TIN. amount reportable on an information return.Examples of information returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.11-2017) Form W-9(Rev.11-2017) Page 2 By signing the filled-out form,you: Example.Article 20 of the U.S.-China income tax treaty allows an 1.Certify that the TIN you are giving is correct(or you are waiting for a exemption from tax for scholarship income received by a Chinese number to be issued), student temporarily present in the United States.Under U.S.law,this student will become a resident alien for tax purposes if his or her stay in 2.Certify that you are not subject to backup withholding,or the United States exceeds 5 calendar years.However,paragraph 2 of 3.Claim exemption from backupwithholdingifyou are a U.S.exempt the first Protocol to the U.S.-China treaty(dated April 30,1984)allows p p the provisions of Article 20 to continue to apply even after the Chinese payee.If applicable,you are also certifying that as a U.S.person,your student becomes a resident alien of the United States.A Chinese allocable share of any partnership income from a U.S.trade or business student who qualifies for this exception(under paragraph 2 of the first is not subject to the withholding tax on foreign partners'share of protocol)and is relying on this exception to claim an exemption from tax effectively connected income,and on,his or her scholarship or fellowship income would attach to Form 4.Certify that FATCA code(s)entered on this form(if any)indicating W-9 a statement that includes the information described above to you are exempt from the FATCA reporting, support that exemption. that p p g,is correct.See What is If you are a nonresident alien or a foreign entity,give the requester the FATCA reporting,later,for further information. appropriate completed Form W-8 or Form 8233. Note:If you are a U.S.person and a requester gives you a form other than Form W-9 to request your TIN,you must use the requester's form if Backup Withholding it is substantially similar to this Form W-9. What is backup withholding?Persons making certain payments to you Definition of a U.S.person.For federal tax purposes,you are must under certain conditions withhold and pay to the IRS 28%of such considered a U.S.person if you are: payments.This is called"backup withholding." Payments that may be •An individual who is a U.S.citizen or U.S.resident alien; subject to backup withholding include interest,tax-exempt interest, •A partnership,corporation,company,or association created or dividends,broker and barter exchange transactions,rents,royalties, nonemployee pay,payments made in settlement of payment card and organized in the United States or under the laws of the United States; third party network transactions,and certain payments from fishing boat •An estate(other than a foreign estate);or operators.Real estate transactions are not subject to backup •A domestic trust(as defined in Regulations section 301.7701-7). withholding. Special rules for partnerships.Partnerships that conduct a trade or You will not be subject to backup withholding on payments you business in the United States are generally required to pay a withholding receive if you give the requester your correct TIN,make the proper tax under section 1446 on any foreign partners'share of effectively certifications,and report all your taxable interest and dividends on your connected taxable income from such business.Further,in certain cases tax return. where a Form W-9 has not been received,the rules under section 1446 Payments you receive will be subject to backup withholding if: require a partnership to presume that a partner is a foreign person,and 1.You do not furnish your TIN to the requester; pay the section 1446 withholding tax.Therefore,if you are a U.S.person that is a partner in a partnership conducting a trade or business in the 2.You do not certify your TIN when required(see the instructions for United States,provide Form W-9 to the partnership to establish your Part II for details), U.S.status and avoid section 1446 withholding on your share of 3.The IRS tells the requester that you furnished an incorrect TIN, partnership income. 4.The IRS tells you that you are subject to backup withholding In the cases below,the following person must give Form W-9 to the because you did not report all your interest and dividends on your tax partnership for purposes of establishing its U.S.status and avoiding . return(for reportable interest and dividends only),or withholding on its allocable share of net income from the partnership 5.You do not certify to the requester that you are not subject to conducting a trade or business in the United States. backup withholding under 4 above(for reportable interest and dividend •In the case of a disregarded entity with a U.S.owner,the U.S.owner accounts opened after 1983 only). of the disregarded entity and not the entity; Certain payees and payments are exempt from backup withholding. •In the case of a grantor trust with a U.S.grantor or other U.S.owner, See Exempt payee code,later,and the separate Instructions for the generally,the U.S.grantor or other U.S.owner of the grantor trust and Requester of Form W-9 for more information. not the trust;and Also see Special rules for partnerships,earlier. •In the case of a U.S.trust(other than a grantor trust),the U.S.trust (other than a grantor trust)and not the beneficiaries of the trust. What is FATCA Reporting? Foreign person.If you are a foreign person or the U.S.branch of a The Foreign Account Tax Compliance Act(FATCA)requires a foreign bank that has elected to be treated as a U.S.person,do not use participating foreign financial institution to report all United States Form W-9.Instead,use the appropriate Form W-8 or Form 8233(see account holders that are specified United States persons.Certain Pub.515,Withholding of Tax on Nonresident Aliens and Foreign payees are exempt from FATCA reporting.See Exemption from FATCA Entities). reporting code,later,and the Instructions for the Requester of Form Nonresident alien who becomes a resident alien.Generally,only a W-9 for more information. nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S.tax on certain types of income.However,most tax Updating Your Information treaties contain a provision known as a"saving clause."Exceptions You must provide updated information to any person to whom you specified in the saving clause may permit an exemption from tax to claimed to be an exempt payee if you are no longer an exempt payee continue for certain types of income even after the payee has otherwise and anticipate receiving reportable payments in the future from this become a U.S.resident alien for tax purposes. person.For example,you may need to provide updated information if If you are a U.S.resident alien who is relying on an exception you are a C corporation that elects to be an S corporation,or if you no contained in the saving clause of a tax treaty to claim an exemption longer are tax exempt.In addition,you must furnish a new Form W-9 if from U.S.tax on certain types of income,you must attach a statement the name or TIN changes for the account;for example,if the grantor of a to Form W-9 that specifies the following five items. grantor trust dies. 1.The treaty country.Generally,this must be the same treaty under which you claimed exemption from tax as a nonresident alien. Penalties - 2.The treaty article addressing the income. Failure to furnish TIN.If you fail to furnish your correct TIN to a 3.The article number(or location)in the tax treaty that contains the requester,you are subject to a penalty of$50 for each such failure saving clause and its exceptions. unless your failure is due to reasonable cause and not to willful neglect. 4.The type and amount of income that qualifies for the exemption Civil penalty for false information with respect to withholding.If you from tax. make a false statement with no reasonable basis that results in no 5.Sufficient facts to justify the exemption from tax under the terms of backup withholding,you are subject to a$500 penalty. the treaty article. Form W-9(Rev.11-2017) Page 3 Criminal penalty for falsifying information.Willfully falsifying IF the entity/person on line 1 is THEN check the box for... certifications or affirmations may subject you to criminal penalties a(n)... including fines and/or imprisonment. Misuse of TINs.If the requester discloses or uses TINs in violation of • Corporation Corporation federal law,the requester may be subject to civil and criminal penalties. • Individual IndividuaVsole proprietor or single- • Sole proprietorship,or member LLC Specific Instructions • Single-member limited liability company(LLC)owned by an Line 1 individual and disregarded for U.S. You must enter one of the following on this line;do not leave this line federal tax purposes. blank.The name should match the name on your tax return. • LLC treated as a partnership for Limited liability company and enter If this Form W-9 is for a joint account(other than an account U.S.federal tax purposes, the appropriate tax classification. maintained by a foreign financial institution(FFI)),list first,and then • LLC that has filed Form 8832 or (P=Partnership;C=C corporation; ,circle,the name of the person or entity whose number you entered in 2553 to be taxed as a corporation, or S=S corporation) Part I of Form W-9.If you are providing Form W-9 to an FFI to document or a joint account,each holder of the account that is a U.S.person must • LLC that is disregarded as an provide a Form W-9. entity separate from its owner but a. Individual.Generally,enter the name shown on your tax return.If the owner is another LLC that is you have changed your last name without informing the Social Security not disregarded for U.S.federal tax Administration(SSA)of the name change,enter your first name,the last purposes. name as shown on your social security card,and your new last name. Note:ITIN applicant:Enter your individual name as it was entered on ' Partnership Partnership your Form W-7 application,line 1 a.This should also be the same as the • Trust/estate Trust/estate name you entered on the Form 1040/1040A/1040EZ you filed with your Line 4, Exemptions application. b. Sole proprietor or single-member LLC.Enter your individual If you are exempt from backup withholding and/or FATCA reporting, name as shown on your 1040/1040N1040EZ on line 1.You may enter enter in the appropriate space on line 4 any code(s)that may apply to your business,trade,or"doing business as"(DBA)name on line 2. you. Exempt payee code. c. Partnership,LLC that is not a single-member LLC,C • Generally,individuals(including sole proprietors)are not exempt from corporation,or S corporation.Enter the entity's name as shown on the backup withholding. entity's tax return on line 1 and any business,trade,or DBA name on line 2. • Except as provided below,corporations are exempt from backup d. Other entities.Enter your name as shown on required U.S.federal withholding for certain payments,•including interest and dividends. tax documents on line 1.This name should match the name shown on the • Corporations are not exempt from backup withholding for payments charter or other legal document creating the entity.You may enter any made in settlement of payment card or third party network transactions. business,trade,or DBA name on line 2. • Corporations are not exempt from backup withholding with respect to e. Disregarded entity.For U.S.federal tax purposes,an entity that is attorneys'fees or gross proceeds paid to attorneys,and corporations disregarded as an entity separate from its owner is treated as a that provide medical or health care services are not exempt with respect "disregarded entity." See Regulations section 301.7701-2(c)(2)(iii).Enter to payments reportable on Form 1099-MISC. the owner's name on line.1.The name of the entity entered on line 1 The following codes identify payees that are exempt from backup should never be a disregarded entity.The name on line 1 should be the withholding.Enter the appropriate code in the space in line 4. name shown on the income tax return on which the income should be 1—An organization exempt from tax under section 501(a),any IRA,or reported.For example,if a foreign LLC that is treated as a disregarded a custodial account under section 403(b)(7)if the account satisfies the entity for U.S.federal tax purposes has a single owner that is a U.S. requirements of section 401(f)(2) person,the U.S.owner's name is required to be provided on line 1.If the direct owner of the entity is also a disregarded entity,enter the first 2—The United States or any of its agencies or instrumentalities owner that is not disregarded for federal tax purposes.Enter the 3—A state,the District of Columbia,a U.S.commonwealth or disregarded entity's name on line 2,"Business name/disregarded entity possession,or any of their political subdivisions or instrumentalities name."If the owner of the disregarded entity is a foreign person,the 4—A foreign government or any of its political subdivisions,agencies, owner must complete an appropriate Form W-8 instead of a Form W-9. or instrumentalities This is the case even if the foreign person has a U.S.TIN. 5—A corporation Line 2 6—A dealer in securities or commodities required to register in the If you have a business name,trade name,DBA name,or disregarded United States,the District of Columbia,or a U.S.commonwealth or entity name,you may enter it on line 2. possession Line 3 7—A futures commission merchant registered with the Commodity Futures Trading Commission Check the appropriate box on line 3 for the U.S.federal tax 8—A real estate investment trust classification of the person whose name is entered on line 1.Check only 9—An entity registered at all times during the tax year under the one box on line 3. Investment Company Act of 1940 10—A common trust fund operated by a bank under section 584(a) 11—A financial institution 12—A middleman known in the investment community as a nominee or custodian 13—A trust exempt from tax under section 664 or described in section 4947 Form W-9(Rev.11-2017) Page 4 The following chart shows types of payments that may be exempt M—A tax exempt trust under a section 403(b)plan or section 457(g) from backup withholding.The chart applies to the exempt payees listed plan above,1 through 13. Note:You may wish to consult with the financial institution requesting IF the payment is for... THEN the payment is exempt this form to determine whether the FATCA code and/or exempt payee for... code should be completed. Interest and dividend payments All exempt payees except Line 5 for 7 Enter your address(number,street,and apartment or suite number). Broker transactions Exempt payees 1 through 4 and 6 This is where the requester of this Form W-9 will mail your information through 11 and all C corporations. returns:If this address differs from the one the requester already has on S corporations must not enter an file,write NEW at the top.If a new address is provided,there is still a exempt payee code because they chance the old address will be used until the payor changes your are exempt only for sales of address in their records. noncovered securities acquired prior to 2012. Line 6 Barter exchange transactions and Exempt payees 1 through 4 Enter your city,state,and ZIP code. patronage dividends Part I. Taxpayer Identification Number (TIN) Payments over$600 required to be Generally,exempt payees Enter your TIN in the appropriate box.If you are a resident alien and reported and direct sales over 1 through 52 you do not have and are not eligible to get an SSN,your TIN is your IRS $5,0001 individual taxpayer identification number(ITIN).Enter it in the social Payments made in settlement of Exempt payees 1 through 4 security number box.If you do not have an ITIN,see How to get a TIN below. payment card or third party network transactions If you are a sole proprietor and you have an EIN,you may enter either your SSN or EIN. 1 See Form 1099-MISC,Miscellaneous Income,and its instructions. If you are a single-member LLC that is disregarded as an entity 2 separate from its owner,enter the owner's SSN(or EIN,if the owner has However,the following payments made to a corporation and one).Do not enter the disregarded entity's EIN.If the LLC is classified as reportable on Form 1099-MISC are not exempt from backup a corporation or partnership,enter the entity's EIN. withholding:medical and health care payments,attorneys'fees,gross proceeds paid to an attorney reportable under section 6045(f),and Note:See What Name and Number To Give the Requester, later,for payments for services paid by a federal executive agency. further clarification of name and TIN combinations. Exemption from FATCA reporting code.The following codes identify How to get a TIN.If you do not have a TIN,apply for one immediately. payees that are exempt from reporting under FATCA.These codes To apply for an SSN,get Form SS-5,Application for a Social Security apply to persons submitting this form for accounts maintained outside Card,from your local SSA office or get this form online at of the United States by certain foreign financial institutions.Therefore,if www.SSA.gov.You may also get this form by calling 1-800-772-1213. you are only submitting this form for an account you hold in the United Use Form W-7,Application for IRS Individual Taxpayer Identification States,you may leave this field blank.Consult with the person Number,to apply for an ITIN,or Form SS-4,Application for Employer requesting this form if you are uncertain if the financial institution is Identification Number,to apply for an EIN.You can apply for an EIN subject to these requirements.A requester may indicate that a code is online by accessing the IRS website at www.irs.gov/Businesses and not required by providing you with a Form W-9 with"Not Applicable"(or clicking on Employer Identification Number(EIN)under Starting a any similar indication)written or printed on the line for a FATCA Business.Go to www.irs.gov/Forms to view,download,or print Form exemption code. W-7 and/or Form SS-4. Or,you can go to www.irs.gov/OrderForms to A—An organization exempt from tax under section 501(a)or any place an order and have Form W-7 and/or SS-4 mailed to you within 10 individual retirement plan as defined in section 7701(a)(37) business days. B—The United States or any of its agencies or instrumentalities If you are asked to complete Form W-9 but do not have a TIN,apply for a TIN and write"Applied For"in the space for the TIN,sign and date C—A state,the District of Columbia,a U.S.commonwealth or the form,and give it to the requester.For interest and dividend possession,or any of their political subdivisions or instrumentalities payments,and certain payments made with respect to readily tradable D—A corporation the stock of which is regularly traded on one or instruments,generally you will have 60 days to get a TIN and give it to more established securities markets,as described in Regulations the requester before you are subject to backup withholding on section 1.1472-1(c)(1)(i) payments.The 60-day rule does not apply to other types of payments. E—A corporation that is a member of the same expanded affiliated You will be subject to backup withholding on all such payments until group as a corporation described in Regulations section 1.1472-1(c)(1)(i) you provide your TIN to the requester. F—A dealer in securities,commodities,or derivative financial Note:Entering"Applied For"means that you have already applied for a instruments(including notional principal contracts,futures,forwards, TIN or that you intend to apply for one soon. and options)that is registered as such under the laws of the United Caution:A disregarded U.S.entity that has a foreign owner must use States or any state the appropriate Form W-8. G—A real estate investment trust Part II. Certification H—A regulated investment company as defined in section 851 or an To establish to the withholding agent that you are a U.S.person,or entity registered at all times during the tax year under the Investment resident alien,sign Form W-9.You may be requested to sign by the Company Act of 1940 withholding agent even if item 1,4,or 5 below indicates otherwise. I—A common trust fund as defined in section 584(a) For a joint account,only the person whose TIN is shown in Part I J—A bank as defined in section 581 should sign(when required).In the case of a disregarded entity,the K—A broker person identified on line 1 must sign.Exempt payees,see Exempt payee L—A trust exempt from tax under section 664 or described in section code,earlier. 4947(a)(1) Signature requirements.Complete the certification as indicated in items 1 through 5 below. Form W-9(Rev.11-2017) Page 5 1.Interest,dividend,and barter exchange accounts opened For this type of account: Give name and EIN of: before 1984 and broker accounts considered active during 1983. 14.Account with the Department of The public entity You must give your correct TIN,but you do not have to sign the Certification. Agriculture in the name of a public entity(such as a state or local 2.Interest,/dividend,broker,and barter exchange accounts government,school district,or opened after 1983 and broker accounts considered inactive during prison)that receives agricultural 1983.You must sign the certification or backup withholding will apply.If program payments you are subject to backup withholding and you are merely providing your correct TIN to the requester,you must cross out item 2 in the 15.Grantor trust filing under the Form The trust certification before signing the form. 1041 Filing Method or the Optional 3.Real estate transactions.You must sign the certification.You may Form 1099 Filing Method 2(see Regulations section 1.671-4(b)(2)(i)(B)) cross out item 2 of the certification. 4.Other payments.You must give your correct TIN,but you do not 1 List first and circle the name of the person whose number you furnish. have to sign the certification unless you have been notified that you • If only one person on a joint account has an SSN,that person's number have previously given an incorrect TIN."Other payments"include must be furnished. payments made in the course of the requester's trade or business for 2 Circle the minor's name and furnish the minor's SSN. rents,royalties,goods(other than bills for merchandise),medical and health care services(including payments to corporations),payments to 3 You must show your individual name and you may also enter your a nonemployee for services,payments made in settlement of payment business or DBA name on the"Business name/disregarded entity" card and third party network transactions,payments to certain fishing name line.You may use either your SSN or EIN(if you have one),but the boat crew members and fishermen,and gross proceeds paid to IRS encourages you to use your SSN. attorneys(including payments to corporations). 4 List first and circle the name of the trust,estate,or pension trust.(Do 5.Mortgage interest paid by you,acquisition or abandonment of not furnish the TIN of the personal representative or trustee unless the secured property,cancellation of debt,qualified tuition program legal entity itself is not designated in the account title.)Also see Special payments(under section 529),ABLE accounts(under section 529A), rules for partnerships,earlier. IRA,Coverdell ESA,Archer MSA or HSA contributions or distributions,and pension distributions.You must give your correct *Note:The grantor also must provide a Form W-9 to trustee of trust. TIN,but you do not have to sign the certification. Note:If no name is circled when more than one name is listed,the number will be considered to be that of the first name listed. What Name and Number To Give the Requester For this type of account: Give name and SSN of: Secure Your Tax Records From Identity Theft 1.Individual The individual Identity theft occurs when someone uses your personal information 2.Two or more individuals(joint The actual owner of the account or,if such as your name,SSN,or other identifying information,without your account)other than an account combined funds,the first individual on permission,to commit fraud or other crimes.An identity thief may use maintained by an FFI the account' your SSN to get a job or may file a tax return using your SSN to receive a refund. 3.Two or more U.S.persons Each holder of the account To reduce your risk: (joint account maintained by an FFI) •Protect your SSN, 4.Custodial account of a minor The minor2 (Uniform Gift to Minors Act) •Ensure your employer is protecting your SSN,and 5.a.The usual revocable savings trust The grantor-trustee •Be careful when choosing a tax preparer. (grantor is also trustee) If your tax records are affected by identity theft and you receive a • b.So-called trust account that is not The actual owner' notice from the IRS,respond right away to the name and phone number a legal or valid trust under state law printed on the IRS notice or letter. 6.Sole proprietorship or disregarded The owner' If your tax records are not currently affected byidentity theft but you entity owned by an individual think you are at risk due to a lost or stolen purse or wallet,questionable credit card activity or credit report,contact the IRS Identity Theft Hotline 7.Grantor trust filing under Optional The grantor' at 1-800-908-4490 or submit Form 14039. Form 1099 Filing Method 1(see Regulations section 1.671-4(b)(2)(i) For more information,see Pub.5027,Identity Theft Information for (A)) Taxpayers. For this type of account: Give name and EIN of: Victims of identity theft who are experiencing economic harm or a 8.Disregarded entity not owned by an The owner systemic problem,or are seeking help in resolving tax problems that individual have not been resolved through normal channels,may be eligible for Taxpayer Advocate Service(TAS)assistance.You can reach TAS by 9.A valid trust,estate,-or pension trust Legal entity4 calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD • 10.Corporation or LLC electing The corporation 1-800-829-4059. corporate status on Form 8832 or Protect yourself from suspicious emails or phishing schemes. Form 2553 Phishing is the creation and use of email and websites designed to 11. club, The organization mimic legitimate business emails and websites.The most common act charitable,Association,club,educational,religious,oother tax- is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering exempt organization private information that will be used for identity theft. 12.Partnership or multi-member LLC The partnership • 13.A broker or registered nominee The broker or nominee Form W-9(Rev.11-2017) Page 6 The IRS does not initiate contacts with taxpayers via emails.Also,the Privacy Act Notice IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers,passwords,or similar secret access Section 6109 of the Internal Revenue Code requires you to provide your information for their credit card,bank,or other financial accounts. correct TIN to persons(including federal agencies)who are required to - If you receive an unsolicited email claiming to be from the IRS, file information returns with the IRS to report interest,dividends,or • forward this message to phishing@irs.gov.You may also report misuse certain other income paid to you;mortgage interest you paid;the of the IRS name,logo,or other IRS property to the Treasury Inspector acquisition or abandonment of secured property;the cancellation of General for Tax Administration(TIGTA)at 1-800-366-4484.You can debt;or contributions you made to an IRA,Archer MSA,or HSA.The forward suspicious emails to the Federal Trade Commission at person collecting this form uses the information on the form to file spam@uce.gov or report them at www.ftc.gov/complaint.You can information returns with the IRS,reporting the above information. contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT(877-438-4338). Routine uses of this information include giving it to the Department of If you have been the victim of identity theft,see www.IdentityTheft.gov Justice for civil and criminal litigation and to cities,states,the District of and Pub.5027. Columbia,and U.S.commonwealths and possessions for use in administering their laws.The information also may be disclosed to other Visit www.irs.gov/IdentityTheft to learn more about identity theft and countries under a treaty,to federal and state agencies to enforce civil how to reduce your risk. and criminal laws,or to federal law enforcement and intelligence agencies to combat terrorism.You must provide your TIN whether or not you are required to file a tax return.Under section 3406,payers must generally withhold a percentage of taxable interest,dividend,and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information. MIAMI BEACH Vendor Registration Form (Revised 09/18/2017) IS VENDOR ACTIVE DATE WAS FORM W-9 ACCORDING TO FLORIDA STATE OF INCORPORATION/ CREATED PROVIDED? DIVISION OF CORPORATIONS? ORGANIZATION 2/25/19 ® YES ® YES O NO 0 NO Florida NAME&TITLE OF VENDOR AUTHORIZED REPRESENTATIVE FILLING THIS FORM SIGNATURE: Ashley Caporale, Office Manager VENDOR'S FEDERAL ID. VENDOR LEGAL NAME (EIN#/S.S.#) MRSE LLC 27-4539467 VENDOR FICTITIOUS NAME(D/B/A),IF ANY TELEPHONE# Roth Southeast (954) 423-6640.ext. 2 VENDOR'S PHYSICAL STREET ADDRESS E-MAIL ADDRESS 2260 SW 66th Terrace dispatch@rothsoutheast.com ZIP CODE/POSTAL CAN PURCHASE ® YES CITY STATE CODE ORDERS BE SENT TO E-MAIL 0 NO Davie 33317 ABOVE? IS PHYSICAL ADDRESS AND MAILING :�`a YES CAN PAYMENTS BE SENT TO THE ® YES ADDRESS THE SAME? MAILING ADDRESS? 0 NO ONO IF"NO"IS SELECTED ON EITHER OF THE QUESTIONS ABOVE,PLEASE PROVIDE MAILING AND/OR PAYMENT REMITANCE ADDRESS BELOW MAILING ADDRESS PAYMENT REMITTANCE ADDRESS CITY STATE CITY STATE ZIP CODE/POSTAL CODE ZIP CODE/POSTAL CODE LIST COMMODITY/SERVICE PROVIDE BY VENDOR E-MAIL FOR PURCHASE ORDERS Labor and Material for HVAC Controls,Building Automation, dispatch@rothsoutheast.com Building Management,Energy Management SOUTHEASTeclooTH Automation•Energy Management•Lighting CMC1250259 Letter of Transmittal TO: City of Miami Beach DATE: 2/28/2019 1755 Meridian Ave, 3rd Floor REFERENCE: ITB 2018-040-JC for Miami Beach, FL 33139 HVAC Controls, Procurement Department Maintenance and ATTN: Febe Perez Repairs WE ARE SENDING YOU: The following Items via UPS Contract ❑ Prints ❑ Plans ❑ Copy of Letter ❑ Change Order ❑ Samples ❑ Specifications ❑ Submittal Data ❑ Color chart Copies Date Spec.Section Description 1 2/25/18 N/A Contract with(3)signature pages,W-9 and Vendor Registration Form THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ Re-submit copies for approval ® For Execution ❑ Approved as noted _ ❑ Submit copies for distribution ® As requested ❑ Returned for corrections ❑ Return corrected prints ❑ See remarks ❑ For review and comment ❑ For bids due REMARKS If you need anything else please feel free to contact us. Respectfully, Ashley C ale Office Manager acaporale(a�rothsoutheast.com Roth Southeast 2260 S.W.66 Terrace Davie,Florida 33317 o:954.423.6640 f:954.423.6684 w:RothSoutheast.com MIAMIBEACH City of Miami Beach, 1755 Meridian Ave, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4010 February 19, 2019 MRSE LLC dba Roth Southeast 2260 Southwest 66 Terrace Davie, Florida 33317 . Attn:.Neil Caporale Direct : 954-423-6640 E-mail: dispatch@rothsoutheast.com Subject INVITATION TO BID (ITB) 2018-040-JC FOR HVAC CONTROLS, MAINTENANCE AND REPAIRS Dear Contractor: This letter shall serve as notification that the Mayor and City Commission, at its January 16th, 2018 meeting, approved a recommendation to award a contract to MRSE LLC dba Roth Southeast for HVAC Controls, Maintenance and Repairs Pursuant to the above referenced ITB. The purpose of this letter is to inform you that agreements must be executed prior to the issuance of a Purchase Order, which is required for any work to be.performed. Included with this correspondence is one(1)agreement package.To complete the execution of the agreements and before proceeding-with the issuance of a Purchase Order, please provide the following: 1. Sign the signature pages where indicated ("sign here"). 2. Include the agreement package along with the three (3) signed signature pages, attested, dated, and with the corporate seal. 3. Blank W9 and Vendor Registration Form. (so that we can update your vendor profile) Please return all the documentation to this office within five(5)calendar days. If you have any questions, please contact Febe Perez at 305-673-7490. Thank you, Febe Perez Contract Analyst I