HomeMy WebLinkAboutIFB HVAC Renovations for MBPD
1/~~---
C~.~
Miami Beach
*****
lQ
.IJ.AnBtca City
, III J.'
-
INVITATION FOR BIDS
VARIOUS HV AC RENOVATIONS FOR
THE POLICE STATION
BID # 17-04/05
BID OPENING: JUNE 3,2005 AT 3:00 P.M.
C NIGV
~ Outstanding Agency
o A4 Accreditation Achievement Award
Gus Lopez, CPPO, Procurement Director
City of Miami Beach - Procurement Division
1700 Convention Center Drive
Miami Beach, FL 33139
http:\\www.miamibeachfl.gov
F :\PURC\$ALL \J0HN\BIDS\04-05\ITB-17 -04-05V ARIOUSHV ACPROJECTS .doc
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
1
C'ITV ~J ~R4' K
..'. " ' ..,,; , .~. '"
FRONT PAGE
CONTRACTOR'S PERFORMANCE AND PAYMENT BOND
(Public Work)
Bond No.: 087089
Contractor Name: FXP Corp.
Contractor Address: 2897 S.W. 69 Court, Miami, FL 33155
Contractor Phone No.: 305 267-7748
Surety Company:
Carolina Casualty Insurance Company
Owner Name:
Owner Address:
City of Miami Beach
1700 Convention Center Drive, Miami Beach, FL 33139
Owner Phone No.:
Obligee Name: City of Miami Beach
(If different from property
Owner, or Dual Obligee)
Obligee Address: 1700 Convention Center Drive, Miami Beach, FL 33139
Bond Amount: $183,150.00
Contract No. (if applicable) 17-04/05
Description of Work: Various HVAC Renovations for the Police Station
This Bond has been furnished to comply with the requirements of F.S. 255.05. This bond is hereby amended such that
all provisions and limitations, including conditions, notice and time limitations of F.S. 255.05 are incorporated herein by
reference. Any provision of this bond which conflicts with or purports to grant broader or more expanded coverage in
excess of the minimum'of the applicable statute shall be deemed deleted herefrom. This bond is a statutory bond, not a
common law bond.
This is the front page of the Performance/Payment Bond(s) regardless of preprinted numbers on other pages
issued in compliance with Florida Statute 255.05.
nlsh are/bonds/frontpag
.. ..,::.;..,,~
I
, i
THE AMERICAN INSTITUTE OF ARCHITECTS
I
Rf\nrl ~n #087089
AlA ,Document 1\317
Performance Bond.
KNOW ALL MEN BY THESE PRESENTS: that
FXP Corp.
I 2897 S.W. 69 Court, Miami, FL 33155
ai P'rincfpal, her~;naft~r caUed Contractor, and,
CarolJ.na Casualty Insurance Company
'Ht-If l"t.If '\111 ""m, ."d .ddrf.U 0' I...' hlle 01 Conft.tC'Otl
, (H..,,: ;nnll lull name ,nd add".. 01 le,.1 tillt of 5v'llrl
, 4211 West Boy Scout Blvd., Suite 150, Tampa, FL 33607
as Suretyj hereinafter called Surety, are held and firmly bound unto
. .. (Hert '''.t,' lull ."Im. and .dd"u 01 'If'" hilt of Ownt"
Ci ty Of Mianu. Beach
I 1700 Convention Genter Drive; Miami Beach, FL, 3'3139
as Obligee, hereinafter ,c.Ued Owner, in the 'amoun't of
(he Iiunored, Eighty-'Ihree Thousand, One Hundred Fifty DJ11ars and No q~t~
Dollars ($ 183,150.00-- ),
for the payment whereof ContraCtor and ',Surety bind 'themselv~s, .he;r hefrs, executors, adminlstra.ors,
successors and aUigns, jointly and severally, .(irmly by these presents.
WHEREAS,
Con.tractor has by written agreement dated
,(Htrt lIucrc III" "lm.. .dil,.... and dri(;lplion of PtojKt,
, entered in.o a (ontract with Owner (or
Various HVAC Renovations for the Police Station
in accordance wi<<h DrawIngs a.nd SpecifkaUons prepared by
Contract NO. 17-04/05
IH.,. I"~." '10111 "f"'. ,net .tqd,tst or I.,~I Itll. 01 A,ch"",'1
which contract is by reference made a part hereof., and is hereinafter referred to as the Contract.
AlA DOCtJMlNJ Aln · rtRroJtMANCl BOND AND l.A.C)a ANQ' MAURIA-" PAYMENT BONO . ^'A 8
(fRRVARY 1')7(1 fa).. THE AMERICAN INSTJTUn en ".CtUnCH. 1735 N.V. AVE.. N.W., WASHINGTON, O. C. 20006
1
PERFORMANCE BOND
NOW, THEREfOJl'r, THE CONOlTION Of THIS OlUCATlON is such that, if Contractor shall promptly and bithfully perform
sild Contract, then thi~ obligation shall be null and void; otherwise it shall remain in full force and effect.
The Surety" her~by waives notke of Iny alterition or
extension of .time made by the Owner. ,
Whenever Contractor shill be, llnd declared by Ow.ner
10 be in default under the ContrJct, the Ow.ner having
performed Owner's obliB~tlons thereunder, the Surety
m~y promptly remedy the default, 0' shall promptly
1J Complete the Contract in accordance with its terms
...nd conditions, or
2' Obtain a bid Or bids (Ot completing the Contract in
accordance with Its terms and conditions, and upon de.
terfTIinati,on bv Surety of th, lowest responsibl" bidder,
or;" if the Own"er elects, upon determin~ti,on bV (he
Ow~er .nd the Surety Jointly ot the lowest responsible
bidder, ',rrange (or a contrac:t between ,uch bidder and
Owner, and m.k~ .available it Work prOBresse.s {even
though there should be a default or isuccessi'Qr:s of
Signed and sealed this
22nd day of
defaults under "the cont'tlct Or contrach of completion
arranged under this p~'.1Rr,lph) sufficient funds to pay the
cost of completion less the balance of the contract price;
but not exceeding, "indudinR other costs 1nd damages
(or which the Sur,ty may be litl'bfe hereunder. the amounl
set torch in the (ust ,'aragr.lph ht'r~o(. The term "bal~nce
of the contr.iCI price," i1su'ed in this paragraph. 5f1aU
Mean the lora' amount. p~v.ble by Owner to Contractor
under the Contract ilnd .1ny amendments ,Ih,reto, (("~s
the amount properly paid by .Owner 10 Conrrtlclor.
Any IUft under Ihis bond musI be instituted before
the expiration ot two (2) years f,om the d.ue on which
flna1 payment under the Contract (~ns due.
No. right of action shall accrue on lhi~ bond 10 or (or
the "use "of any person or corporation othpr th~n ,he
Owner nanted herein Or the heirS, execulors, l1dmini$-
trators or Jucet"nors of the Owner.
September,
I ~e~c~
fWiff.l("'}
fAAc11~
l~.all.
, TirlrJ
Carolina Casual~ Insurance
COmpany
1
tWjln~'~~)
,.\'ut('/t"
t)(','"
~IA OOCUMINT AJ1I · I'fkH)RMt\NC[ BONO ~NO L^,me AND MAtER....L rAV .E T aONO . AI^ ~
n"RUARY 11J70 ll>.. THE AMlRI'^N INSTlyun <1F ^ACHITlCl~, 11)5 N.Y. Avt., N.W.. WI\ H NelON, D. C. 20006
2
THE AMERICAN I.NSTITUTE OF ARCHiTECTS
THIS BOND IS HEREBY AMENDED SO THAT
'lliE PIDVISICNS AND LIMITATIONS OF
SECrION 255.05 OR SECI'ICN 713.23,
FLORIDA S'I'ATtJrES, WHICHEVER IS
APPLICABLE, ARE INCORPORATED HEREIN
BY REFERENCE.
.
.,
Rnnrt Nn#087089
AlA Documen'( A311
labor and Material Payment Bond
THIS BOND '5 ISSUED S'MUl.T^N(OVSLY WITH PEk'OR~^NCf 801'40 IN fAVOR 0' THE
OWtiCl( CONOITlONEO ON THE Fun ANO fAITHfUL '[RF'O~M^NCl Of THE CONTaACT
KNOW ALL MEN BY THESE PRESENTS: that
FXP Core.
t 2897 S.W....69 Court, Miami, FL 33155.
as Principal, hereinafter called Prindpal, and,
carolina Casualty Insurance Carpany
(Htll ill'UI 'ulJ ".mt Ind "'d"u 01 I"d 'Itle 01 COI\I,,-,IOII
(Her' I",.n. '1.111 1'1""" j"d Id~'.1I 01 l.~ll lide 01 Surtly,
· 4211 West Boy Scoutt Blvd., Suite 150, Tanpa, FL 33607
as Surety, her.einafter called Surety, are held and firmly bo.und unto
. . f" ,1.. (H"f tntttf lull n,me Ind ,dd,tu or Itl.1 lade 0' Owf\lrl
CLty 0 Mianu BeaCH.
1700. Convent~on Cent~r Drive, Miami Beach 'FL .3.3139, .' . ...
as. Obhgee, heremafret caned. Owner,. (or the use and be.r:tef1t of claImants clS herembelow defined, In the
One Hundred, Eighty-three 'Ihotisand, One HlU'ldred, Fifty IX>l1..a.rs and No Cents
amount of
(Her, i'''ffl & ,um'cqll.IIO Ie I,,,, ofte.hllf gl Ih. tonmce pticel Dollars ($ 183,150'.00-- ),
for the payme.nt wh~'eof Principal and Surety bind themselves, their heirs, executors, administrators,
5ucce.ssors and assi.gns, jO,inlly and sever.ally, firmly by the~e presents.
WHEREAS,
Principal has by wrItten agreement dated
(Her. tntln full nam., addr... "nd dftt:ripllon 01 proJ.clJ
, entered into a contract with Owner (Of
various HVAC Renovations for the Police Station
in accordance with Drawings and ~pecifka.tions prep~red by
Contract'No. 17"':04/05
(H~rt tn.erc full name ..nd ..dcfft.. 01 '~.., hll~ of Arc:hiltctl
wf1ich contract is by reference made a part hereof, and is hereincHter referred to as the Contract.
AlA OOCUMfNT Aut , PUUORMANct SONO ANO l^BOR AND MA TERrAL PAYMENT BONO . Af^ ~
H8RUARY 1970 to.. THE AMfRlCAN INsnTvn OF ,\RCHlTlCTS, 1135 N.V. AVE., N.W., WASH.INGTQN, ,0. C. 20006
3
lABOR AND MATERIAL PAYMENT BOND
NOW, tHUUO'U, rHf CONDITION OF THIS OBIIGA TlON i~ su'ch Ih~l, if Pfincipal shalf promptly make payment 10 ~JI
ct.;mants.., her~in~fte' defined, for alll.abor ~nd mt!tt'ri~l u~ed Qr re.uonab'v lequired for USt' in rhe perforMance of the
COn1taC:l, then this.Qbligalion sh.lll be void; otherwise it sh:all'remain in (uff force clhd e"ffect, subject, however, to the {ol.
'owinR condi'l;ons: .
,,. A cJilimant Ii defin~d is one h~ving . direct con-
tr.ce with, the PrincipJI or wilh ~Subconu~ctot of the
PrincipJI (or labor, m~ter;.I, or both, used Qr reason.1bly
required fOI t.l5e in th~ ptrformance 01 the Conlract.
l.abar a.nd m.a,te,i~1 being comtrl.!ed to. include th<it part of
WJter, SIS. power, Ji,hl, heat. oil, sasollne, telephone
service 01 ren1.1 of equipment directly app/i(~bl~ to rhe
Contr~ct.
2. The ~bove n'med .Prindpal iand SUlety hereby
jointl." ~nd severally asrel:' wirh (he Owner thac f!'(ery
ct.a;mant is herein defined, who has not been p~id in
tull b.efore It:ae expI(ahOn of i pe.riod of ninety (901
day~ 'dt~r the da.fe on which the fast of such cf,lim."nt'S
work or I~bor w~s dont or performed, Or materioits. wer~
furnished by such .c1aimilnt, mlY sue' on 'this bond fOJ
the u~e of. such cI~.m~nt. pro5lecute the sui( 100n01l
judgment 'or such ~Um .0" ~ums as molY be justfy. ~~e
cf,aim~nr, 'Jnd have execurion therton. The Owner ,hair
nO,t btl liable .lor the p41ymenr of iny COsU Ot expen,es
of any 1uch ,uit. .
3. No suit or ~cUon sh.a II be commel'ictd hereunder
by any cl.irttJ"I:
:a' Unless c1iJ;mant, .0tht'I lh~n ant' having ... direcr
conlr.act wllh the PrinCipal, ~h.;1I 'h.av~ Sjven wlJiten
nOllee to 4ln)' two of the (ollowlng:' rhe Ptin~ij)af! the
Owner, .'or. t.he S,urety olbove' n.1tned" within nmery .(90)
d.ay, llrer Suc,"h cI..umlnl did or p.fHfofmed the rut bf
the work or I,hor, or furn'$hed Ihe fut of the malerials
10; wfiach sild cJiim is madf. '''1mB wilh 'SUbSl.lntlal
Signed .and sealed this
22nd day of
~ccuruv .the .1ri1ounr cI~jmed and the namf! o/the parry
to whom the materi.als were furnished, or (or whom
the work or l.bor w.s donr or performed. Such notice
shall be ser"ea bV mailing Ihe '~.me by re-gisle-red mail
or certified mail, posr.tge pr~paid, 'in an envelope .1d.
dressed 10 thf: Principal, Owner or SUII!ty, at any place
when~ tin' office is re8ul~rJy maintJit.'led for the trans..
action 01 bU$ineu, or serVed in ~ny manne, in which
lelill process mJY be served in the naft in which rhe
Jfores,aid proj"eC'f is loc.ued. 5~ve that luch service need
not be made by a public officer,
b) .Alter rhe expirllion of one t1J y~u roflo~ing the
date On which Principal ceased Work on uid Contratt,
it bemg understo.od, hO,w.ever, that I' ~ny fimit~tlo.n em-
bodied ill rhis bond is prohibited by 'ny I~w controlling
the conslruclion he,eof fuch Umitidinn sh~1f be deemed
to' be Amended SQ'.15 '0 be equ~1 to the minimum period
of 1iii1i1.tion permitted by such Jaw.
e) O,he, thin in ~ stile cau;t of competent 'jurisdiction
.in ind (or th. counry or other politic..' 5ubdivj~ion of
th. st.lte 'in whlch the Proiecf, ,Or -'ny put thereof. is
~ilu.r~d, or in .h. Unit.ed SUles Ojnrict Court (or the
district in which the Projec.1, or ~ny part thereof, js sit.
u~lcd, and not elsewhere.
4. 'The ,)mounl of this bond shill be reduced by ind
10 ,#ie exien' of ."ny p.vment or p.ymenlS .mad. in good
f~it" herfunder, incfu!;,ve of th, payment by Surely of
mech.nics' fiens which m~y b. filed of ,ecord .againsf
'slid improvement,. whelher 0' not cI.lim (or 1he- imount
of such lien be presenleq unde, and ~8ainst. this bond.
September,
~~~M
FXP Corp.
1.1-<'0. \/IU S ~, JU'Q'
~(B~Vc
~ ~--/J
'W"nI'~'J
1
ISUI,
irillC'/
Carolina Casualty Insurance Co:rrpany
(SUfe-I"J C>ult
FL Res. Agent
T B( )NO · ^I^ 119
M,rON. D. C. 1000(,
AlA DOCUMEN' AUt · "U(ORMANC( BONn AND l^,'CJK ^NO MA
'(BRUMcr 191t1 lO.. TH[ ^MUt<:AN INHITVT[ Of ^RC:H'nC1S, 11J'i N Y.I\Vl..
4
.
. .
Berkley Regional Insurance Company
Carolina Casualty Insurance Company
NOTICE
Surety Bond Disclosure
Notice of Terrorism Insurance Coverage
Coverage for acts of terrorism, as defined in the Terrorism Risk
Insurance Act of 2002 (the "Act"), is included in your surety bond.
You should know that, effective November 26, 2002, any losses
caused by certified acts of terrorism, as defined in the Act, would be
partially reimbursed by the United States under a formula established
by federal law. Under this formula, the United States pays 900/0 of
covered terrorism losses exceeding the statutory established
deductible paid by the surety company providing the coverage. The
portion of your bond premium that is attributable to coverage for acts
of terrorism, as defined in the Act: $0.00.
This Endorsement is to be
Attached to bond # 087089
And to become a part of the bond.
c/o Monitor Surety Managers, Inc.383 Main Street, Suite 202, Chatham, NJ 07928
POWER OF ATTORNEY
CAROLINA CASUALTY INSURANCE COMPANY
JACKSONVILLE, FLORIDA
No. 509
KNOW ALL MEN BY THESE PRESENTS: that CAROLINA CASUALTY INSURANCE COMPANY ("Company") a corporation duly
organized and existing under the laws of the State of Florida, having its principal office in Jacksonville, Florida, has made, constituted and
appointed, and does by these presents make, constitute and appoint: Armando Armas, Tracy A. Alessi, Marie L. Wood or Wanda Daniel of
Tampa, FL
its true and lawful Agent and Attorney-in-Fact, with the power and authority hereby conferred in its name, place and stead, to execute, seal,
acknowledge and deliver: any and all bonds and undertakings providing that no single obligation shall exceed Twenty Million and 00/100 Dollars
($20,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected
officers of the Company at its principal office in their own proper persons.
This Power of Attorney is granted pursuant to the Minutes of the Special Meeting of the Board of Directors of Carolina Casualty Insurance Company
held on March 30, 1966, to wit:
RESOLVED: "That the following Officers of the Carolina Casualty Insurance Company, Chairman of the Board, President, Secretary and
Treasurer, or either of them, are hereby authorized to execute on behalf of Carolina Casualty Insurance Company, Powers of Attorney
authorizing and qualifying the Attorney-in-Fact named therein to execute bonds on behalf of the Carolina Casualty Insurance Company,
and further, that the said Officers of the Company mentioned, are hereby authorized to affix the corporate seal of the said Company to
Powers of Attorney executed pursuant hereto".
RESOLVED FURTHER, this Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and
they have no authority to bind the company except in the manner and to the extent therein stated.
RESOLVED FURTHER, this Power of Attorney revokes all previous powers issued in behalf of the Attorney-in-Fact named above.
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of
attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to
use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,
notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF the Carolina Casualty Insurance Company has caused these presents to be signed and attested by its appropriate officers
and its corporate seal hereunto affixed this 23rd day of September .2004.
Carolina Casualty Insurance Company
By: ~ .::? L
Armin W. Blumberg
President and Chief Executive 0
WARNING:
TIDS POWER OF ATTORNEY INVALID IF NOT PRINTED ON GREEN "MONITOR" SECURITY PAPER.
STATE OF FLORIDA)
ss
COUNTY OF DUVAL)
On this .23r.d day of Septp-~r . 2004, before me personally came Betty C. Sutherland to me known, who, being by me duly
sworn, did depose and say: that she is Secretary of Carolina Casualty Insurance Company, the Corporation described in and which executed the
above instrument; and that ~she knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so
affixed by order ofthe Board of Directors of said Corporation and that~she signed his/her name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my hand ad affixed my official seal; the day
CERTIFICATE
~~~~~sg:~~~~-r
I, the undersigned, Secretary of CAROLINA CASUALTY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a just, true,
correct and complete copy of original Power of Attorney; that the said Power of Attorney has not been revoked or rescinded and that the authority of
the Attorney-in-Fact set forth therein, who executed the bond to which thi~wer of Attorne is attac ed, is '0. full force and effect as of this date.
Given under my hand and the seal of the Company, this ~" day of "-O~ \
m
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
TITLE:
VARIOUS HV AC RENOVATIONS FOR THE POLICE STATION
Police Station Gun Range Air Handler Unit Replacement
Police Station Air Handler Units (3) Replacement
Police Station Emergency Chiller Replacement
CONTRACT NO.:
17-04/05
EFFECTIVE DATE(S): September 9, 2005 and upon Issuance of the required Notice to
Proceed( s)
SUPERSEDES:
None
CONTRACTOR(S):
FXP Corp.
A. AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of
the City of Miami Beach, Florida, on September 8, 2005, a contract has been approved
for award and subsequent execution between the City of Miami Beach Florida and FXP
Corp.
B. EFFECT - This contract was entered into to provide Various HV AC Renovations for the
Police Station located at 1100 W ashington Avenue, Miami Beach, Florida. Therefore, the
entire scope of work shall be made under the terms, prices and conditions of this contract,
Bid No. 17-04/05, all addenda thereto, and FXP Corp.'s bid response.
C. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with
the City of Miami Beach Procurement Division policies and procedures, at the prices
indicated, exclusive of all Federal, State and local taxes.
Standing Order(s) shall show the City of Miami Beach contract number (17-04/05), as
applicable.
D. CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any
vendor failure to perform according to the requirements of this Contract to the Property
Management Director at 305-673-7630.
E. PERFORMANCE AND PAYMENT BONDS - The Contractor shall file with the
Procurement Director of the City of Miami Beach a Performance Bond and Payment
Bond each in the amount of one-hundred percent (1000/0) of the contract amount.
($183,150)
1
Page 2
Certification of Contract
F. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as
required, and they must be signed by a Registered Insurance Agent licensed in the State
of Florida and approved by the City of Miami Beach Risk Manager.
G. LIVING WAGE ORDINANCE - N/ A.
H. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein
shall be assigned, transferred, or encumbered by either party. In addition,
CONTRACTOR shall not subcontract any portion of the work required by this Contract.
CONTRACTOR represents that all persons delivering the services required by this
Contract have the knowledge and skills, either by training, experience, education, or a
combination thereof, to adequately and competently perform the duties, obligations, and
services set forth in the Scope of Work and to provide and perform such services to
CITY's satisfaction for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and services under this Contract in
a skillful and respectable manner. The quality of CONTRACTOR's performance and all
interim and final product( s) provided to or on behalf of CITY shall be comparable to the
best local and national standards.
1. SERVICE EXCELLENCE STANDARDS - N/A.
J. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section
287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other
provider, who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to
the CITY, may not submit a bid on a contract with the CITY for the construction or repair
of a public building or public work, may not submit bids on leases of real property to the
CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with the CITY, and may not transact any business with the
CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes,
for category two purchases for a period of36 months from the date of being placed on the
convicted vendor list. Violation of this section by Contractor shall result in cancellation
of the CITY purchase and may result in Contractor debarment.
K. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under
this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be
subject to the supervision of CONTRACTOR. In providing such 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.
L. THIRD PARTY BENEFICIARIES
Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third
party by this Contract. 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.
2
Page 3
Certification of Contract
The parties expressly acknowledge that it is not their intent to create any rights or
obligations in any third person or entity under this Contract.
M. 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:
Procurement Division
1700 Convention Center Drive
Miami Beach. Florida 33139
Attn: Gus LODez. Procurement Director
With copies to:
City Attorney
City of Miami Beach
1 700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
FXP CorD.
Attn: Francisco X. Perez
2897 S. W. 69th Court
Miami. Florida 33155
N. MATERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that
each requirement, duty, and obligation set forth in these 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 this Contract 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.
3
Page 4
Certification of Contract
O. SEVERANCE - In the event a portion of this Contract is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective unless
CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this
Contract based upon this provision shall be made within seven (7) days after the finding
by the court becomes final.
P. APPLICABLE LAW AND VENUE - This Contract 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 Project. CONTRACTOR, shall specifically bind all subcontractors to the
provisions of this Contract.
Q. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written document prepared with
the same or similar formality as this Contract and executed by the Board and
CONTRACTOR.
R. All documents shall be executed satisfactorily to said City and until Bonds and Insurance
Certificates have been filed and approved, this Contract Agreement shall not be effective.
S. The Contract Documents which comprise the entire Agreement between City and
Contractor are attached to this Agreement and made a part hereof.
The Contract Documents may only be amended, modified or supplemented as provided.
4
Page 5
Certification of Contract
AGREEMENT
TIDS AGREEMENT made this f( -H- day Of~f-t'ln.ber 200 S, A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the City, which
term shall include its successors and assigns, party of the one part, and
FXP Corp.
2897 S. W. 69th Court
Miami" Florida 33155
Contract Amount: $183,,150.00.
IN WITNESS WHEREOF the said City has caused this Certification Agreement to be signed
by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by
the City Clerk of e C' Miami Beach and the said Contractor has caused this Agreement to
be signed it its
(SEAL)
By r ^"'" Us CD l ~ '1...
(Authorized Corporate Officer)
3~o~
Title
ATTEST:
~(p~
City Clerk
Robert Parcher
F:\PURC\$ALL \JOHN\Contracts\FXP .doc
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
Q
IJ}J~/p }r-
Date
5
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\ci.miami-beach.f1.us
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 17-04/05
ADDENDUM NO.4
June 22, 2005
VARIOUS BY AC RENOVATIONS FOR THE POLICE STATION is amended as follows:
I. CHANGE: The Bid Opening Date from June 24, 2005 to June 30, 2005 at 3:00 p.m.
II. The following are answers to questions from prospective bidders of this bid.
1)
Q.
We request a 2nd visit to properly document the existing conditions in preparation
for the bid.
A. A 2nd visit was conducted on June 8, 2005. A third site visit on June 13,2005.
No other site visits will be scheduled.
2)
Q.
Be specific about whether Johnson Controls should be subcontracted to do the
controls work, if any.
A. In the event that any energy management work becomes necessary, Johnson
Controls shall be contacted to perform the work required.
3)
Q.
Be specific regarding the fire alarm work required under this contract.
A. Shut-off valves shall be replaced as required/determined by the Property
Management Director and/or his designated representative. This will be
considered additional work and the costs for the required labor and
materials will be negotiated by the Property Management Director and/or his
designated representative. Contractors shall also include pricing for freezing
the pipes, instead of draining the chilled water loop. Isolation valves for
emergency chiller shall be replaced. Any wiring to the fire alarm shall be
performed by the City. Existing fire dampers, fire alarm key test stations,
duct detectors and fire stats shall remain.
Page 2
Bid 17-04/05
Addendum No.4
4)
5)
6)
7)
Q.
Be specific about what work is expected to be done on overtime rates and on what
days of the week.
A. Emergency chiller and air handler #3 shall be replaced on regular time. Air
handler #4 and #5 shall be done during overtime hours. (Friday after 4:00
p.m. Saturday. and Sunday. Long weekends, such as Labor Day or
Thanksgiving would be preferable.)
Q.
Please state the switchover requirements for the new spare pump.
A. Switchover shall be man ual.
During the walk-thru we observed a series of control dampers, presumable used
for smoke evacuation and pressurization. Please confirm this. It is very likely the
building department will required an assessment of the smoke control for each air
handler? Which may include reviewing the controls for the floor served by each
air handler. Please give a brief description of this system. In addition, is Johnson
Controls controlling these dampers? Or are they being controlled by the fire
alarm? Proper operation and possible replacement of these dampers during final
tests with the building department may be required. Are we to include this work as
well, or will this be treated as a change order only for those dampers not working
during testing?
A. Upon fire alarm activation, face dampers on all air handlers close and outside
air dampers open to allow make-up air to the building. Smoke evacuation
fans are energized and discharge dampers open on smoke evacuation shaft.
All these functions are initiated by the fire alarm and operate with the
Johnson Controls pneumatic system. All fire alarm components and dampers
are fully functional. Change Orders will ONL Y be processed in the case of
unforeseen conditions and/or additional work requested and negotiated by
the Property Management Director and/or his designated representative.
ALL work shall comply with the Florida Building Code requirements.
Q.
Q.
Please confirm the areas served by each air handler can stay without air
conditioning for an extended period of time. We estimate the down time for each
air handler to be approximately 2 weeks.
Emergency chiller, air handler #3 and the gun range air handler may be
replaced during regular business hours. Air handler #4 and air handler #5
must be done during weekends, preferably during a holiday weekend. On the
current time line, Labor Day, Thanksgiving and Martin Luther King
Birthday holidays are all available options.
A.
Page 3
Bid 17-04/05
Addendum No.4
8)
Q.
Please indicate whether there will be limitations with welding and other
mechanical work inside the building.
A. Welding and other mechanical work is possible only with the approval of the
Air Conditioning Supervisor or his Acting Supervisor. No alarm or energy
management system components will be de-energized, altered or
disconnected without the explicit acknowledgement of the Air Conditioning
Supervisor or his Acting Supervisor.
9)
Q.
Please confirm the requirement to replace the chiller stand. Indicate what material
to use for the new stand.
A. Emergency chiller stand shall be replaced with an aluminum stand.
10) Q.
A.
Confirm the timeframe to replace the chiller. Could it be 2 working days?
Emergency chiller shall be operational within 48 hours.
III. Additional Comments:
a. Air handler's replacement at the Police Station shall be done individually. One air
handler unit must be fully operational (Substantially completed) before the
replacement of the next air handler is undertaken.
b. The approximate time for the execution of these projects is four to five months. This
takes into account the internal City procedures as well as the ordering of long lead
time equipment.
Bidders are reminded to please acknowledge receipt of this addendum with their bids or the bid
may be considered non-responsive.
CITY OF MIAMI BEACH
Gus Lopez, CPPO
Procurement Director
kp
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
lQ
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 17-04/05
ADDENDUM NO.3
June 14,2005
VARIOUS BV AC RENOVATIONS FOR THE POLICE STATION is amended as follows:
I. The bid due date has been changed from June 20, 2005 to June 24, 2005 at 3:00 pm.
Subsequent addendum will follow with answers to questions from prospective bidders.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
/f-;:?~~~/
( t.,.--
Gus Lopez, CPPO
Procurement Director
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
lQ
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 17-04/05
ADDENDUM NO.2
June 9, 2005
VARIOUS HV AC RENOVATIONS FOR THE POLICE STATION is amended as follows:
ADD: A FINAL Site Visit is scheduled for June 13, 2005 @ 1 :00 p.m.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
/:::--;~;.~i"F
( t. - .,-.-
Gus Lopez, CPPO
Procurement Director
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
lQ
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 17-04/05
ADDENDUM NO.1
June 1, 2005
VARIOUS HVAC RENOVATIONS FOR THE POLICE STATION is amended as follows:
CHANGE: The Bid Opening Date from June 3, 2005 to June 20, 2005 at 3:00 p.m.
CHANGE: The deadline for receipt of questions to June 10,2005.
ADD: A subsequent Site Visit is scheduled for June 7, 2005 @ 10:00 a.m.
ADD: Should a General Contractor submit a bid for this project they shall submit detailed
qualifications and references of the proposed Mechanical Contractor to be utilized for
evaluation purposes, with their bid or within 5 calendar days upon request from the City's
Procurement Director.
ADD: The Emergency Chiller must be up in running within 48 hours after the commencement of
the Work.
ADD: The Scope of Work shall be accomplished/considered with approximately 15% of the
work provided during Overtime hours.
Bidders are reminded to please acknowledge receipt of this addendum with their bids or the bid
may be considered non-responsive.
CITY OF MIAMI BEACH
(~):~
Gus Lopez, CPPO
Procurement Director
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
~
.....
Condensed Title: .
Request for Approval to Award a Contract to FXP Corp. in the amount of $183.150. Pursuant to Invitation
to Bid No. 17-04/05 for Various HV AC Renovations for the Miami Beach Police Station.
Issue:
I Shall the City Commission approve the award?
Item Summary/Recommendation:
The purpose of Invitation to Bid No. 17-04/05 (the KBidK) is to establish a contract(s) by.means of sealed
. bids to a qualified contractor(s). for the following three (3) Projects: the purchase and installation of one (1)
air handling unit at the Gun Range; purchase and installation of three (3) air handling units at the Police
Station; and the purchase and installation of one (1) emergency air cooled chiller for the Police Station.
All work will be completed In accordance with Florida Building Code and all other applicable codes. and in
a manner consistent with industry standards. Contractor will verify that new units comply with outside air
requirements as outJin~ by the American Association of Heating Refrigeration and Air Engineering
(ASHRAE) and any other guidelines applicable to the work being performed.
The Contractor prior to executing the Contract wiIJ be required to provide a Performance Bond and
Payment Bond each in the amount of one-hundred percent (100%) of the contract amount. and evidence
of required insurance within fifteen (15) calendar days after notification of award of the Contract.
References have been secured by the Procurement Division and this contractor comes highly
recommended. This contractor has completed the installation of air conditioning units at the Public Safety
Communications Unit and Information Technology Department and the 101h Street Ocean Front Auditorium
HV AC Renovation Projects for the City of Miami Beach in an excellent manner.
APPROVE THE AWARD.
Advisory Board Recommendation:
I
Financial Information:
Source of Amount Account Approved
Funds: 1 FY 04/05 Capital Renewal &
t~1 Replacement Account Numbers:
2 $19.000 125.6332.069358
3 $74.000 125.6338.069358
4 $90.150 125.6331.069358
T.otal $183,150
City Clerk'. OffIce Legislative TraCking:
I Gus Lopez
SI n.()ffs:
Depa,vn8nt DireCtor
GL
AssIstant City Manager
L
City Manager
Document 1
AGENDA ITEM
DATE
C~F
?...3~
22
CITY OF MIAMI BEACH
CITY HAll 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.miamibeachfl.gov
To:
From:
Subject:
COMMISSION MEMORANDUM
Mayor David Dermer and
Members of the City Commission
Jorge M. Gonzalez ~
City Manager 0 - 0
REQUEST. FOR APPROVAL TO AWARD A CONTRACT TO FXP CORP. IN
THE AMOUNT OF $183,150.00, PURSUANT TO INVITATION TO BID NO.
17..Q4/05 FOR VARIOUS HVAC RENOVATIONS FOR THE POLICE
STATION.
Date: September 8, 2005
ADMINISTRATION RECOMMENDATION
Approve the Award.
BID AMOUNT AND FUNDING
Funds are available from the following FY 04/05 Capital Renewal and Replacement
Account Numbers:
$19,000
$74,000
$90.150
$183,150
ANAL YSIS
125.6332.069358 Group I (Replace Gun Range Air Handler)
125.6338.069358 Group II (Replace 3 Police Building Air Handlers)
125.6331.069358 Group III (Replace Emergency Chiller at Police Bldg.)
As part of the development of the funding needs necessary for inclusion in the FY 04/05
Capital Renewal and Replacement projects budget, three components of the air
conditioning system at the Police Department Building were identified and included in the
funded projects list. The existing air conditioning system components at the Police
Department Building are all well beyond the rated life of the systems and are failing.
The Mayor and City Commission, at the April 20, 2005 Commission meeting, adopted
Resolution No. 2005-25857, which authorized the Property Management Director to serve
as the Certified General Contractor for all of the FY 04/05 Capital Renewal and
Replacement projects. The Property Management Director exercised the authority given to
him by the City Manager and City Commission, and developed scope of work
specifications for the project.
23
Commission Memorandum
Invitation to Bid No. 17-04/05
Page 2
ANALYSIS (Continued)
Because the three projects were within the same facility and all required the services of a
Mechanical contractor and to achieve economy of scale possible by awarding all three
contracts to the same company, the Property Management Director requested assistance
from the Procurement Department in issuing a formal bid to obtain competitive bids for the
work.
The purpose of Invitation to Bid No. 17-04/05 (the "Bid") is to establish a contract(s) by
means of sealed bids to a qualified contractor(s), for the following three (3). Projects.: the
purchase and installation of one (1) air handling unit at the Gun Range; purChase and
installation of three (3) air handling units at the Police Station; and the purChase and
installation of one (1) emergency air cooled chiller for the Police Station as specified
herein.
POLICE STATION GUN RANGE AIR HANDLER UNIT REPLACEMENT: {GROUP n
Contractor will remove one (1) air handling unit. Contractor will furnish and install one (1)
new air handling unit, piping, valves, duct work, controls, equipment, crane, labor, material,
electrical, and plumbing work, engineering drawings and permits to successfully complete
the work.
POLICE STATION AIR HANDLING UNITS REPLACEMENT: {GROUP III
Contractor will remove three (3) existing air handler units. Contractor will furnish and install
three (3) new air handling units, piping, valves, duct work, controls, electrical, plumbing,
crane, engineering drawings and permits necessary to successfully complete the work.
POLICE STATION EMERGENCY CHILLER REPLACEMENT: {GROUP IIIl
Contractor will remove existing air cooled chiller. Contractor will furnish and install new air.
. cooled chiller. Contractor will replace existing chilled water pump. Contractor will install
additional back-up chilled water pump. Contractor will furnish all piping, valves, insulation,
duct work, controls, electrical, plumbing, roofing work, crane, duct smoke detectors,
engineering drawings and permits necessary to successfully complete the work.
All work will be completed in accordance with Florida Building Code and all other
applicable codes, and in a manner consistent with industry standards. Contractor will verify
that new units comply with outside air requirements as outlined by the American
Association of Heating Refrigeration and Air Engineering (ASHRAE) and any other
guidelines applicable to the work being performed.
The Contractor prior to executing the Contract will be required to provide a Performance
Bond and Payment Bond each in the amount of one-hundred percent (100%) of the
contract amount, and evidence of required insurance within fifteen (15) calendar days after
notification of award of the Contract.
24
Commission Memorandum
Invitation to Bid No. 17-04105
Page 3
ANALYSIS (Continued)
The City will issue a first notice to proceed after award of contract notifying contractor to
commence scheduling activities, permit applications, delivery of the equipment and other
pertinent work. Once contractor is in receipt of all permits and materials, a second notice to
Proceed will be issued to mobilize on the project site and commence with work. .
Each of the three (3) projects shall be substantially completed within fifteen (15) calendar
days from the issuance.of the second Notice to Proceed, and completed and ready for final
payment within seven(7) calendar days from the date certified by the Project Manager as
the date of Substantial Completion.
Contractor will agree to pay Owner (the City) as liquidated damages for delay (but not as a
penalty) the amount of One Hundred Dollars ($100.00) for each calendar day beyond the
fifteen-day substantial completion period until the work is substantially completed.
After Substantial Completion if Contractor shall neglect, refuse. or fail to complete the
remaining Work within the Contract Time, Contractor shall pay Owner (the City) One
Hundred Dollars ($100.00) for each calendar day beyond the time specified for completion
and readiness for final payment.
The contractor will warrant all work performed for a minimum of 1 year from date of
acceptance. Equipment supplied will be covered by manufacturer's warranty.
The Bid was issued on May 2. 2005. with an opening date of June 30, 2005. Bidnet issued
bid notices to thirty-seven (37) prospective bidders, and the Procurement Divisiol') issued
an additional forty (40) bid notices which resulted in the receipt of seven bids.
References have been secured by the Procurement Division and this contractor comes
highly recommended. This contractor has completed the installation of air conditioning
units at the Public Safety Communications Unit and Information Technology Department
and the 10th Street Ocean Front Auditorium HVAC Renovation Projects for the City of
Miami Beach in an excellent manner.
25
BID TABULATION
Contractor Group I Group II Group III Sub Total *Dlscount Grand Total
(Group InUlI1)
FXP Corp. $19,000. $74,000. $92,000. $185,000. 10/0/1 %/1 % $183,150.
-All Dade Air
Conditioning $24,200. $118,500. $45,500. .... $188,200. 2%/2%/2% $184,436.
Thermal Concepts $20,300. $91,600. $92,900. $204,800. N/A $204,800.
Johnson Controls $19,482. $89,501. $113,911. $222,894. NJA $222,894.
Pyke Mechanical $36,382. $131,945. $97.612. $26~,939. 1.5%/1.5%11.5% $261.949.92
Comfort Tech Air $39,240. $126,700. $110,240. $276,180. 2%/4%14% $265,917.60
Conditioning Inc.
DocIec, Inc. $68,187. $113.753. $102,180. $284,120. N1A $284,120.
* This represents the. discount (by Group) to be given should the contractor receive
award for all 3 Groups.
** Contractor: Key Biscayne Mechanical dba All Dade Air Conditioning.
*** Contractor Key Biscayne Mechanical dba All Dade Air Conditioning submitted a
mistake in bid and therefore cannot provide the Work for Group III for $45,500.
CONCLUSION
Based on the analysis of the bids received, it is recommended that the City Request
approval to award of contract to, FXP Corp. in the amount of $183,150, pursuant to
Invitation to Bid No. 17-04/05 for Various HVAC Renovations for the Police Station.
T:\AGENDA\2005\Sep0805\Consent\POLlCEHVACPROJECTSCommlsslon Memo.dot
26
CITY OF MIAMI BEACH
lQ
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
PUBLIC NOTICE
INVITATION TO BID NO. 17-04/05
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700
Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 3rd of June, 2005 for:
VARIOUS HV AC RENOV A TIONS FOR THE POLICE STATION
Scope of Work: The work specified in this bid consists of furnishing all labor, machinery, tools, means
of transportation, supplies, equipment, materials, and services necessary for the various HV AC
renovations for the Police Station: purchase and installation of one air handling unit at the Gun Range;
purchase and installation of three air handling units and the purchase and installation of one emergency
air cooled chiller for the Police Station. Contractor shall be responsible for engineering drawings and
shall be licensed to pull all permits necessary to successfully complete the work.
Minimum Requirements: Prospective Bidder must have a minimum of3 years experience in providing
HV AC Renovations and provide eight references. At least three (3) of those references must be for
projects completed, of which each project total cost was twenty-five thousand dollars ($25,000) or
higher in construction work.
Estimated Bude:et: $225,000.
Bid Guarantv: A Bid Guaranty is not required; however the successful Bidder executing the Contract
will be required to provide a Performance Bond and Payment Bond in the amount of one-hundred
percent (100%) of the contract amount, and evidence of required insurance within fifteen (15) calendar
days after notification of award of the Contract.
A Pre-Bid Conference will be held at 10:30 a.m. on May 20, 2005 at the Miami Beach Police
Station located at 1100 Washington Avenue, Miami Beach, FL 33139. Attendance at the Pre-bid
Conference is highly encouraged and recommended as a source of information but is not mandatory.
At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time
and date specified will be returned to the bidder unopened. The responsibility for submitting a
bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S.
Mail, or any other occurrence.
The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid
notification system created exclusively for state and local agencies located in South Florida. Created in
conjunction with BidNet(r), this new South Florida Purchasing system has replaced the DemandStar
system and allow vendors to register online and receive notification of new bids, amendments and
awards. Vendors with Internet access should review the registration options at the following website:
www.govbids.com/scripts/southflorida/pubIic/homeI.asp.
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
2
If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997 extension #
214.
Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile to
the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305) 673-
7851. The Bid title/number shall be referenced on all correspondence. All questions must be received
no later than ten (10) calendar days prior to the scheduled Bid opening date. All responses to
questions/clarifications will be sent to all prospective bidders in the form of an addendum.
The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best
interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami
Beach may reject any and all proposals or bids.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE
OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COPY OF ALL
WRITTEN COMMUNICATION(S) REGARDING THIS BID MUST BE FILED WITH THE CITY
CLERK.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
"CODE OF BUSINESS ETHICS" ("CODE"), IN ACCORDANCE WITH RESOLUTION NO.
2000-23879.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CITY
OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE BID
SOLICITATION PROTEST ORDINANCE NO. 2002-3344.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BIDIS SUBJECT TO THE CITY
OF MIAMI BEACH LOBBYIST FEES DISCLOSURE ORDINANCE NO. 2002-3363.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE
CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389.
YOU ARE HEREBY ADVISED THAT THIS BI D SOLICITATION IS SUBJECT TO THE LOCAL
PREFERENCE ORDINANCE NO. 2003-3413. RESPONSIVE AND RESPONSIBLE MIAMI
BEACH-BASED VENDORS THAT ARE WITHIN SOA> OF THE LOWEST AND BEST BIDDER,
WILL BE GIVEN AN OPPORTUNITY OF PROVIDING SAID GOODS OR GENERAL
SERVICES CONTAINED HEREIN, FOR THE LOWEST RESPONSIVE BID AMOUNT.
Detailed representation of all these ordinances can be found on the City of Miami Beach WebSite at
http://www .m iam ibeachtl.gov /newcity/depts/purchase/bid intro.asp
CITY OF MIAMI BEACH
/;::::/
I,
Gus Lopez, CPPO
Procurement Director
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
3
CITY OF MIAMI BEACH
lQ
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
I NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents, complete
the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:
_Our company does not handle this type of product/service.
_We cannot meet the specifications nor provide an alternate equal product.
_Our company is simply not interested in bidding at this time.
_Due to prior commitments, I was unable to attend pre-proposal meeting.
_OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a bid or this completed form, may result in your
company being removed from the City's bid list.
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
4
VARIOUS HV AC RENOVATIONS FOR THE POLICE STATION
BID # 17-04/05
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS:
Original copy of Bid Form as well as any other pertinent documents must be returned in order
for the bid to be considered for award. All bids are subject to the conditions specified hereon
and on the attached Special Conditions, Specifications and Bid Form.
The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title to
the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive,
Miami Beach, Florida 33139. Facsimile or e-mailed bids will not be accepted.
1.2 EXECUTION OF BID:
Bid must contain a manual signature of an authorized representative in the space provided on the
Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be considered for
award. All bids must be completed in pen and ink or typewritten. No erasures are permitted. If
a correction is necessary, draw a single line through the entered figure and enter the corrected
figure above it. Corrections must be initialed by the person signing the bid. Any illegible
entries, pencil bids or corrections not initialed will not be tabulated. The original bid conditions
and specifications CANNOT be changed or altered in any way. Altered bids will not be
considered. Clarification of bid submitted shall be in letter form, signed by bidders and attached
to the bid.
1.3 NO BID:
If not submitting a bid, respond by returning the enclosed bid form questionnaire, and explain
the reason. Repeated failure to bid without sufficient justification shall be cause for removal ofa
supplier's name from the bid mailing list.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give 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). Discounts for prompt payment. Award, ifmade, 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 ofbid(s).
1.5 TAXES:
The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax and
Use Certificate Number is 04-00097-09-23.
1.6 MISTAKES:
Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions
and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's
risk.
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
5
1.7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result of this bid shall be the
latest new and current model offered (most current production model at the time of this bid). All
containers shall be suitable for storage or shipment, and all prices shall include standard
commercial packaging.
1.8 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.
1.9 BIDDER'S CONDITIONS:
The City Commission reserves the right to waive irregularities or technicalities in bids or to
reject all bids or any part of any bid they deem necessary for the best interest of the City of
Miami Beach, FL.
1.10 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those specified in the
following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall
conform in quality, design and construction with all published claims of the manufacturer.
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.
Bidder shall indicate on the bid form the manufacturer's name and number ifbidding other than
the specified brands, and shall indicate ANY deviation from the specifications as listed. Other
than specified items offered requires complete descriptive technical literature marked to indicate
detail(s) conformance with specifications and MUST BE INCLUDED WITH THE BID. NO
BIDS WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the bid
will be considered as a bid in complete compliance with the specifications as listed on the
attached form.
1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Item delivered, not conforming to
specifications, may be rejected and returned at vendor's expense. These items and items not
delivered as per delivery date in bid and/or purchase order may be purchased on the open
market. Any increase in cost may be charged against the bidder. Any violation of these
stipulations may also result in:
A) Vendor's name being removed from the vendor list.
B) All departments being advised not to do business with vendor.
BID NO: 17-04/05
DA TE: 05102105
CITY OF MIAMI BEACH
6
1.12 SAMPLES:
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 bidder's name. Failure ofbidder
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 Division,
1700 Convention Center Drive, Miami Beach, FL 33139.
1.13 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 user, Monday through Friday, excluding holidays.
1.14 INTERPRETATIONS:
Unless otherwise stated in the bid, any questions concerning conditions and specifications
should be submitted in writing to the Procurement Director, 1700 Convention Center Drive,
Miami Beach, FL 33139. Fax (305) 673-7851.
1.15 BID OPENING:
Bids shall be opened and publicly read on the date, time and place specified on the Bid Form.
All bids received after the date, time, and place shall be returned, unopened.
1.16 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk of
loss or damage to all items shall be the responsibility of the successful bidder until acceptance by
the buyer unless loss or damage result from negligence by the buyer.
If the materials or services supplied to the City are found to be defective or not conform to
specifications, the City reserves the right to cancel the order upon written notice to the seller and
return product at bidder's expense.
1.17 PAYMENT:
Payment will be made by the City after the items awarded to a vendor have been received,
inspected, and found to comply with award specifications, free of damage or defect and properly
invoiced.
1.18 DISPUTES:
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the
decision of the City shall be final and binding on both parties.
1.19 LEGAL REQUIREMENTS:
Federal, State, county and city laws, ordinances, rules and regulations that in any manner affect
the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for
relief from responsibility.
1.20 PATENTS & ROYALTIES:
The bidder, without exception, shall indemnify and save harmless the City of Miami Beach,
Florida and its employees from liability of any nature or kind, including cost and expenses 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
BID NO: 17-04/05 CITY OF MIAMI BEACH
DA TE: 05/02/05 7
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.
1.21 OSHA:
The bidder warrants that the product supplied to the City of Miami Beach, Florida 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 considered as a breach of
contract. Any fines levied because of inadequacies to comply with these requirements shall be
borne solely by the bidder responsible for same.
1.22 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall have
precedence.
1.23 ANTI-DISCRIMINATION:
The bidder certifies that he/she 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.
1.24 AMERICAN WITH DISABILITIES ACT:
Call (305) 673-7490NOICE to request material in accessible format; sign language interpreters
(five days in advance when possible), or information on access for persons with disabilities. For
more information on ADA compliance please call Heidi Johnson Wright, Public Works
Department, at 305.673.7080.
1.25 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or equipment
covered by this bid shall be new. The items bid must be new, the latest model, of the best
quality, and highest grade workmanship.
1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where bidders are required to enter or go onto City of Miami Beach property to deliver materials
or perform work or services as a result of a bid award, the successful 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 Miami-Dade County and City of Miami Beach
municipal code requirements as well as the Florida Building Code. The bidder shall be liable for
any damages or loss to the City occasioned by negligence of the bidder (or agent) or any person
the bidder has designated in the completion of the contract as a result of his or her bid.
1.27 BID GUARANTY:
A Bid Guaranty is not required; however the successful Bidder executing the Contract will be
required to provide the Performance Bond and Payment Bond in the amount of one-hundred
percent (100%) of the contract amount, and evidence of required insurance within fifteen (15)
calendar days after notification of award of the Contract.
BID NO: 17-04/05
DA TE: 05102/05
CITY OF MIAMI BEACH
8
1.28 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 equal to
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 bidder's
list
1.29 CANCELLATION:
In the event any of the provisions of this bid are violated by the contractor, the Procurement
Director shall give written notice to the contractor stating the deficiencies and unless
deficiencies are corrected within ten (10) days, recommendation will be made to the City
Commission for immediate cancellation. The City Commission of Miami Beach, Florida
reserves the right to terminate any contract resulting from this invitation at any time and for any
reason, upon giving thirty (30) days prior written notice to the other party.
1.30 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted
in DUPLICATE to the City of Miami Beach, Accounts Payables Department, 1700 Convention
Center Drive, Miami Beach, Florida 33139.
1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH:
Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00 P.M.
1.32 SUBSTITUTIONS:
The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind.
Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute
shipments will be returned at the bidder's expense.
1.33 FACILITIES:
The City Commission reserves the right to inspect the bidder's facilities at any time with prior
notice.
1.34 BID TABULATIONS:
Bidders desiring a copy of the bid tabulation may request same by enclosing a self-addressed
stamped envelope with the bid.
1.35 PROTEST PROCEDURES:
Bidders that are not selected may protest any recommendation for Contract award in accordance
with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting
protested bids and proposed awards. Protest not timely pursuant to the requirements of
Ordinance No. 2002-3344 shall be barred.
1.36 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:
If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true
meaning of the specifications or other Bid documents or any part thereof, the Bidder must submit
to the City of Miami Beach Procurement Director at least ten (10) calendar days prior to
scheduled Bid opening, a request for clarification. All such requests for clarification must be
made in writing and the person submitting the request will be responsible for its timely delivery.
BID NO: 17-04/05
DATE: 05101105
CITY OF MIAMI BEACH
9
Any interpretation of the Bid, ifmade, will be made only by Addendum duly issued by the City
of Miami Beach Procurement Director. The City shall issue an Informational Addendum if
clarification or minimal changes are required. The City shall issue a Formal Addendum if
substantial changes which impact the technical submission of Bids are required. A copy of such
Addendum shall be sent by mail or facsimile to each Bidder receiving the Solicitation. In the
event of conflict with the original Contract Documents, Addendum shall govern all other
Contract Documents to the extent specified. Subsequent addendum shall govern over prior
addendum only to the extent specified. The Bidder shall be required to acknowledge receipt of
the Formal Addendum by signing in the space provided on the Bid Proposal Form. Failure to
Acknowledge Addendum shall deem its Bid non-responsive; provided, however, that the City
may waive this requirement in its best interest. The City will not be responsible for any other
explanation or interpretation made verbally or in writing by any other city representative.
1.37 DEMONSTRATION OF COMPETENCY:
1) Pre-award inspection of the Bidder's facility may be made prior to the award of contract.
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. Bidders must be able to
demonstrate a good record of performance for a reasonable period of time, and have sufficient
financial support, equipment and organization to insure that they can satisfactorily execute the
services if awarded a contract under the terms and conditions herein stated. 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.
2) The City may consider any evidence available regarding the financial, technical and other
qualifications and abilities of a Bidder, including past performance (experience) with the City in
making the award in the best interest of the City.
3) 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 supplies to the City through the
designated representative. Any conflicts between this material information provided by the
source of supply and the information contained in the Bidder's Proposal may render the Bid non-
responsive.
4) 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 insure that the Bidder is
continuing to provide sufficient financial support, equipment and organization as prescribed in
this Solicitation. 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 this demonstration of competency section.
1.38 DETERMINATION OF AWARD
The City Commission shall award the contract to the lowest and best bidder. In determining the
lowest and best bidder, in addition to price, there shall be considered the following:
BID NO: 17-04/05
DA TE: 05101105
CITY OF MIAMI BEACH
10
a. The ability, capacity and skill of the bidder to perform the Contract.
b. Whether the bidder can perform the Contract within the time specified, without
delay or interference.
c. The character, integrity, reputation, judgment, experience and efficiency of the
bidder.
d. The quality of performance of previous contracts.
e. The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
1.39 ASSIGNMENT:
The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract,
including any or all of its right, title or interest therein, or his or its power to execute such
contract to any person, company or corporation without prior written consent of the City of
Miami Beach.
1.40 LAWS, PERMITS AND REGULATIONS:
The bidder shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code requirements
applicable to the work contemplated herein.
1.41 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase from
the resulting contract, provided the Department of Management Services, Division of
Procurement, has certified its use to be cost effective and in the best interest of the State.
Contractors have the option of selling these commodities or services certified by the Division to
the other State agencies at the agencies option.
1.42 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this bid from the awarded
vendor. However, items that are to be a Spot Market Purchased may be purchased by other
methods, Le. Federal, State or local contracts.
1.43 ELIMINATION FROM CONSIDERATION
This bid solicitation 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 .
1.44 WAIVER OF INFORMALITIES
The City reserves the right to waive any informalities or irregularities in this bid solicitation.
1.45 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 solicitation. Estimates are based upon the City's actual needs and/or usage during a previous
contract period. The City for purposes of determining the low bidder meeting specifications may
use said estimates.
BID NO: 17-04/05
DATE: 05102/05
CITY OF MIAMI BEACH
11
1.46 COLLUSION
Bids from related parties. Where two (2) or more related parties each submit a bid or proposal
for any contract, such bids or proposals 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 bids or
proposals. Related parties mean bidders or proposers or the principals thereof which have a
direct or indirect ownership interest in another bidder or proposer for the same contract or in
which a parent company or the principals thereof of one (1) bidder or proposer have a direct or
indirect ownership interest in another bidder or proposer for the same contract. Bids or proposals
found to be collusive shall be rejected. Bidders or Proposers who have been found to have
engaged in collusion may be considered non-responsible, and may be suspended or debarred,
and any contract resulting from collusive bidding may be terminated for default.
1.47 DISPUTES
In the event of a conflict between the documents, the order of priority of the documents shall be
as follows:
. Any agreement resulting from the award of this Bid (if applicable); then
. Addenda released for this Bid, with the latest Addendum taking precedence; then
. The Bid; then
. Awardee's Bid.
1.48 REASONABLE ACCOMMODATION
In accordance with the Title II of the Americans with Disabilities Act, any person requiring an
accommodation at the Bid opening because of a disability must contact Heidi Johnson Wright at
the Public Works Department at (305) 673-7080.
1.49 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this proposal.
1.50 SIGNED BID CONSIDERED AN OFFER
The signed bid shall be considered an offer on the part of the bidder or contractor, which offer
shall be deemed accepted upon approval by the City Commission of the City of Miami Beach,
Florida and in case of default on the part of successful bidder or contractor, after such
acceptance, the City may procure the items or services from other sources and hold the bidder or
contractor responsible for any excess cost occasioned or incurred thereby.
1.51 TIE BIDS:
Please be advised that in accordance with Florida Statues Section 287.087, regarding identical
tie bids, preference will be given to vendors certifying that they have implemented a drug free
work place program. A certification form will be required at the time of Bid submission.
1.52 PUBLIC ENTITY CRIMES (PEC):
A person or affiliate who has been placed on the convicted vendor list following a conviction for
public entity crimes may not submit a bid on a contract to provide any goods or services to a
public entity, may not submit a bid on a contract with a public entity for the construction or
repair of a public building or public work, may not submit bids on leases of real property to
public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or
consultant under a contract with a public entity, and may not transact business with any public
BID NO: 17-04/05 CITY OF MIAMI BEACH
DATE:05m2m5 12
entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a
period of 36 months from the date of being placed on the convicted vendor list.
1.53 DETERMINATION OF RESPONSIVENESS:
Determination of responsiveness will take place at the time of bid opening and evaluation. In
order to be deemed a responsive bidder, your bid must conform in all material respects to the
requirements stated in their Bid.
1.54 DELIVERY TIME:
Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar days)
for each item. It must be a firm delivery time, no ranges will be accepted, Le.; 12-14 days.
1.55 CONE OF SILENCE
This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No. 2002-
3378. A copy of all written communication(s) regarding this bid must be filed with the city
clerk.
1.56 TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill
in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations
material to the Agreement, the City shall thereupon have the right to terminate the services then
remaining to be performed by giving written notice to the successful bidder of such termination
which shall become effective upon receipt by the successful bidder of the written termination
notice.
In that event, the City shall compensate the successful bidder in accordance with the Agreement
for all services 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 Agreement 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.
1.57 TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at any
time without cause by giving written notice to 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 Agreement is terminated by the City as provided in this section, the City shall compensate
the successful bidder in accordance with the Agreement for all services actually performed by
the successful bidder and reasonable direct costs of successful bidder for assembling and
delivering to City all documents. No compensation shall be due to the successful bidder for any
profits that the successful bidder expected to earn on the balanced of the Agreement.
Such payments shall be the total extent of the City's liability to the successful bidder upon a
termination as provided for in this section.
BID NO: 17-04105
DA TE: 05102/05
CITY OF MIAMI BEACH
13
1.58 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The contractor shall be responsible for his work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
project. He shall specifically and distinctly assume, and does so assume, all risks of damage or
injury to property or persons used or employed on or in connection with the work and of all
damage or injury to any person or property wherever located, resulting from any action or
operation under the contract or in connection with the work. It is understood and agreed that at
all times the contractor is acting as an independent contractor.
The contractor, at all times during the full duration of work under this contract, including extra
work in connection with this project shall meet the following requirements:
Maintain Automobile Liability Insurance including Property Damage covering all owned, non-
owned or hired automobiles and equipment used in connection with the work.
No change or cancellation in insurance shall be made without thirty (30) days written notice to
the City of Miami Beach Risk Manager.
All insurance policies shall be issued by companies authorized to do business under the laws of
the State of Florida and these companies must have a rating of at least B+: VI or better per Best's
Key Rating Guide, latest edition.
Original signed Certificates of Insurance, evidencing such coverages and endorsements as
required herein, shall be filed with and approved by the City of Miami Beach Risk Manager
before work is started. The certificate must state Bid Number and Title. Upon expiration of the
required insurance, the contractor must submit updated certificates of insurance for as long a
period as any work is still in progress.
It is understood and agreed that all policies of insurance provided by the contractor are primary
coverage to any insurance or self-insurance the City of Miami Beach possesses that may apply to
a loss resulting from the work performed in this contract.
All policies issued to cover the insurance requirements herein shall provide full coverage from
the first dollar of exposure. No deductibles will be allowed in any policies issued on this
contract unless specific safeguards have been established to assure an adequate fund for payment
of deductibles by the insured and approved by the City's Risk Manager.
The liability insurance coverage shall extend to and include the following contractual indemnity
and hold harmless agreement:
"The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a
municipal corporation, its officers, agents, and employees from all claims for bodily injuries to
the public in and up to the amount of $1,000,000.00 for each occurrence and and for all
damages to the property of others in and up to the amount of$t ,000,000.00 for each occurrence
per the insurance requirement under the specifications including costs of investigation, all
expenses of litigation, including reasonable attorney fees and the cost of appeals arising out of
any such claims or suits because of any and all acts of omission or commission of any by the
contractor, his agents, servants, or employees, or through the mere existence of the project under
contract" .
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
14
The foregoing indemnity agreement shall apply to any and all claims and suits other than claims
and suits arising out of the sole and exclusive negligence of the City of Miami Beach, its
officers, agents, and employees, as determined by a court of competent jurisdiction.
The contractor will notify his insurance agent without delay of the existence of the Hold
Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless
Agreement to the insurance agent and carrier.
The contractor will obtain and maintain contractual liability insurance in adequate limits for the
sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement from
any and all claims arising out of this contractual operation.
The contractor will secure and maintain policies of subcontractors. All policies shall be made
available to the City upon demand. Compliance by the contractor and all subcontractors with the
foregoing requirements as to carrying insurance and furnishing copies of the insurance policies
shall not relieve the contractor and all subcontractors of their liabilities and obligations under
any Section or Provisions of this contract. Contractor shall be as fully responsible to the City for
the acts and omissions of the subcontractor and of persons employed by them as he is for acts
and omissions of persons directly employed by him.
Insurance coverage required in these specifications shall be in force throughout. the contract
term. Should any awardee fail to provide acceptable evidence of current insurance within seven
days of receipt of written notice at any time during the contract term, the City shall have the right
to consider the contract breached and justifying the termination thereof.
If bidder does not meet the insurance requirements of the specifications; alternate insurance
coverage, satisfactory to the Risk Manager, may be considered.
It is understood and agreed that the inclusion of more than one insured under these policies shall
not restrict the coverage provided by these policies for one insured hereunder with respect to a
liability claim or suit by anoth~r insured hereunder or an employee of such other insured and that
with respect to claims against any insured hereunder, other insureds hereunder shall be
considered members of the public; but the provisions of this Cross Liability clause shall apply
only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair
of such portio~s of the premises insured hereunder as are not reserved for the exclusive use of
occupancy of the insured against whom claim is made or suit is filed.
BID NO: 17-04/05
DA TE: 05102105
CITY OF MIAMI BEACH
15
INSURANCE CHECK LIST
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 $ LOOO.OOO.OO per
occurrence for bodily injury property damage to include Premisesl 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 - ownedJnon-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
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indenmity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.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 bid number and title
BIDDER AND INSURANCE AGENT ST.ym,
We understand the Insurance Requirements of these spJfj' . 0
may be required within five (5) days after bid openin I /~
I
FXP Corp.
Bidder Si
BID NO: 17-D4/05
DATE: OSJ01J05
CITY OF MIAMI BEACH
16
f(.)
9f2if~006 1;~6 1M ~ROM; Fa~ MoCQ~tneY ~n2u~an~e TO! 3052$7779~ PAGE: 002 OF 002
ACORD..
!lk!cartney %l1&uraDCe agency,:Inc
5739 Bird Road
Wiam1 rL 3315S-3705
pboDe;305-666-4444
IHI\JN:tl
.NSUR~S AFFOR~ COV~E
I'XP cozporation
2891 8Mr6~t& co~r~
JQ:.Ma, n 3315~
COVERAGeS
I~j>,:
II'ISlJRER 6:
IN~ER C
lNalR:t:~ 0:
INS~e;
THE POLlOIES Of INSURANCE LISTED 8~lOW HAVE BEEN ISSUeD TO TH~ INSURED NAMED NJf7JE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
>>N REOUIREftt11!NT, TERM OR CONDITION OF NIt CONTRACT Oft OTHER ()()ClHeNT WITH Rf:SpeCT TO WHIot TtiIS CERTIFICATE MAY BE I$SUED OR
MAY PER.T AIM, Tf.IE INSt.lRANCE AFt:ORDED BY ntE POliCIES oeSCR.IIED HEREIN JS SUBJECT TO ~L THE TERMS. EXCLUSIONS AND CONDm~ OF SUCH
POLlCI.ES, AGGREGAli lIMITS SHCMN MAY HAVE BEEN REDUCED pY PAID clAIMS.
'tw: "I'M or: IN8URANCIi POI..ICV NJIIIBER ~I~i ~ ~
GENERAL UASIIJTY EACH OCC~E~CE S 1,000,000
-
A ~ ~~ GENEAAl.. i-IABlLITY CL81114275 03/14/05 03/:1.4/04 "I~ 0MW:>e (HIy OM lire) '50,000
I--- tJ CL.Al~~ MACE 0 OCr.I.~ IEP exP (NY; Oflt pel"$Cli1) $1,000
PE~&N:JV~ S 1,000,000
~A~CATE $ 2 ,000 ,000
~ MGRE:GA1'E lIMIT APPLIES Ft:~: Pr<<nJCTS - CCN",IIJP JI(/1G $1~OOO ,000
POI.ICV n ~ n l..OC
AUTOMDeLE I.\ABll.OV CCM:JINW Sl~ LIMIT
- $1,000,000
- /<NY.A;JTO (E& eoc;lldlrt)
- All. O'MEO Jll,J'fOS BOOIL y INAAY
C X S~UUl..t(J AUTOS o 83U;rr1 12/16/0" 12/16/05 (P~ P9l'9Q1) $ Jl:Xclllded
-
~ t'l1~OAUTOS BOOIL Y IN~
X N()N..~ AUTOS (Per IIOOtdert) $ Bxcllldec1
~ ?
!-- ~ ).y~.., t PROPERTY t\6MAGE , Ex~1u<1ec1
Wi" JQCIdenl)
R=::' ~ AUtO OM. Y - EA AcCtDel"{T $ Dcluded
OTHE:R THAN CA~ $ BxcludeC1
AUro Otl. Y: AGG $lbtcludec1
ElCCesSLIABILIJY eACHO~ . axclude4
[] OCCLR D (";I. AIMS MADE ~G.-.TE . Kxc1uC1ed
j ,_.
f kC:S1ucted
~ DEOUCnaE ~ ~1.ucled
RETENTIOtl . $ Exoluded
wtlRKl!R8 cOMPENSA'nON AM) X I ~yIJ'~ I IVER
B I;MPLOVEft8' UAIlI..fl'Y
wcv 7036360 08/17/05 08/1'/06 EJ... IiiACH ACCIDENT' $ 1,000,000
I!J.. OISEASE - EA EMf'LOYl:e $ 1,000,000
O'flitOR e.\.. Ol~ - POLICY LIMl'l' $1,000,000
DEICItlIl'OON ~ QPli;~1'1DI'48Il.0CATJONSlVEHlCLIi.8l'El<ClJJ8toN1 APDI!D BY IiNDCR8MtmSPEClAL. PROWJIONS
!be eext1ficilte IlOl4e~ is liated as an J\ODDrJ!IODL ItlStmBD
CERTtACATENOLD~ r Y I ADDt'1lONAL hSURJiPllN8lJl8 um&R: .~ CANCELLATtON
CI~'!Oft1 SHOU.D NfY OF ~ A8CMi D&SCNSi'D I"Oe..CI!S 8& CANCELLED 8IiifUU! 'Y\oE IXPIRA~
~he c.i~y of Miami Beach DAllt 1'HEREOF, lHE taSUINCi ~ M.1- E!~'VOR.1'Q MM. ~ D.AV8~N
HV'AC 8enovat.iona ~or the N011Ce TO 1liE CS(I'tflCAlli HCXJ)I5R ~ '1'0 THE LiFT, ElUr F~ 1'000 sa Stw.L.
Polioe Station -.oft NO 08U0A11QN P\'I UAl!llUTYOF PI<< KIND lJf'CJIlt1'H@ ~, IT8 AGetm ~
Bid' 11-04/05 ~A~.
Ni4Dli 8eaeh rIa 3313' ftStNi8&NTAllYE
I Doll McCartDev
ACORD 2.5.S (7191) CACORD CORPORATION 1988
VARIOUS HVAC RENOVATIONS FOR THE POLICE STATION
BID # 17-04/05
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The purpose of this bid is to establish a contract(s), by means of sealed bids to a qualified
contractor( s), for the purchase and installation of one air handling unit at the Gun Range;
purchase and installation of three air handling units; and the purchase and installation of one
emergency air cooled chiller for the Police Station as specified herein.
2.2 TERM OF CONTRACT: N/A
2.3 MEmOD OF AWARD
It is the City's intent to award to one contractor for all three groups however the City reserves
the right to award this contract to the lowest and best bidder per group, as defined in General
Conditions 1.48, whose bid will be the most advantageous to the City of Miami Beach. Bidders
do not have to bid on all groups to be considered for award. The City reserves the right to make
multiple awards if it is in the best interest of the City.
Each project specified in this bid could be awarded on an individual basis, so each price quoted
on the bid form must be capable of standing alone and not be dependant on award of entire
contract. Bidders are requested to state on the bid form a percentage discount to be allowed per
project should they be awarded the entire contract. The City will calculate the grand total of
each/all bids minus the percentage discount and determine award based on the lowest and best
value bid.
2.4 PROGRESS SCHEDULE:
The City will issue a first notice to proceed after award of contract notifying contractor to
commence scheduling activities, permit applications, delivery of the equipment and other
pertinent work. Once contractor is in receipt of all permits and materials, a second notice to
Proceed will be issued to mobilize on the project site and commence with work.
COMPLETION TIMES:
2.5 Time is of the essence throughout this Contract. Each project shall be substantially completed
within fifteen (15) calendar days from the issuance of the second Notice to Proceed, and
completed and ready for final payment within seven (7) calendar days from the date certified by
the Project Manager as the date of Substantial Completion.
2.6 ADDITIONSIDELETIONS OF FACILITIES: N/A
2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: N/A
2.8 PRE-BID CONFERENCE/SITE INSPECTION:
A Pre-Bid Conference will be held at 10:30 a.m. on May 20, 2005 at the Police Station located
at 1100 Washington Avenue, Miami Beach, FL 33139, with subsequent site visits to all three
projects.
BID NO: 17-04/05
DA TE: 05102105
CITY OF MIAMI BEACH
17
2.9 VENDOR APPLICATION
The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid
notification system created exclusively for state and local agencies located in South Florida.
Created in conjunction with BidNet(r), this new South Florida Purchasing system has replaced
the DemandStar system and allow vendors to register online and receive notification of new
bids, amendments and awards. Vendors with Internet access should review the registration
options at the following website: www.govbids.com/scriots/southfloridaJpublic/homeI.asp. If
you do not have Internet access, please call the BidNet(r) support group at 800-677-1997
extension # 214.
2.10 CONTACT PERSON:
The contact person for this Invitation to Bid is John Ellis. The contact person may be reached by
phone: 305.673.7490; fax: 305.673.7851; or e-mail: johnellis@miamibeachfl.gov.
Communications between a proposer, bidder, lobbyist or consultant and Procurement Staff is
limited to matters of process or procedure.
Requests for additional information or clarifications must be made in writing to the contact
person, with a copy to the City Clerk, no later than ten (10) calendar days prior to the scheduled
Bid opening date.
The City will issue replies to inquiries and any other corrections or amendments it deems
necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders
should not rely on representations, statements, or explanations other than those made in this Bid
or in any written addendum to this Bid. Bidders should verify with the Procurement Division
prior to submitting a proposal that all addenda have been received.
YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.66, ENTITLED
CONE OF SILENCE, WHICH SETS FORTH THE POLICIES AND PROCEDURES
RELATIVE TO ORAL AND WRITIEN COMMUNICATIONS.
2.11 SAMPLES: N/A
2.12 LIQUIDATED DAMAGES:
Bidder agrees to pay Owner as liquidated damages for delay (but not as a penalty) the amount
of One Hundred Dollars ($100.00) for each calendar day beyond the fifteen-day substantial
completion period until the work is substantially completed. After Substantial Completion if
Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract
Time, Contractor shall pay Owner One Hundred Dollars ($100.00) for each calendar day
beyond the time specified for completion and readiness for final payment.
2.13 DISCOUNTS (From published price lists): N/A
2.14 ESTIMATED QUANTITIES: N/A
2.15 HOURLY RATE: N/A
2.16 WARRANTY:
The successful bidder will be required to warranty all work performed for a minimum of 1 year
from date of acceptance. Equipment supplied shall be covered by manufacturer's warranty.
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
18
2.17 PRODUCT/CATALOG INFORMATION:
All bidders must submit product information on the product they propose to furnish if awarded
this contract. Failure to submit such information may result in rejection of your bid.
2.18 REFERENCES (pROVIDE 8 REFERENCES, IN THE CUSTOMER REFERENCE
FORM)
Each bid must be accompanied by a minimum of eight (8) references. At least three (3) of those
references must be for projects completed, of which each project total cost was twenty-five
thousand dollars (525,000) or higher in construction work. Reference shall include the name of
the company, a contact person and the telephone number. NO BID WILL BE CONSIDERED
WITHOUT THIS LIST.
2.19 COMPLETE PROJECT REQUIRED:
These specifications describe the various items or classes of work required, enumerating or
defining the extent of same necessary, but failure to list any items or classes under scope of the
several sections shall not relieve the contractor from furnishing, installing or performing such
work where required by any part of these specifications, or necessary to the satisfactory
completion of the project.
Workmanship of units will be inspected and accepted by the Property Management Director, or
designated representative.
2.20 FACILITY LOCATION:
Police Station at 1100 Washington Avenue, Miami Beach, FL 33139.
2.21 BIDDER QUALIFICATIONS:
In order for bids to be considered, bidders must submit with their bid, evidence that they are
qualified to satisfactorily perform the specified work. Evidence shall include all information
necessary to certify that the bidder: maintains a permanent place of business; has technical
knowledge and practical experience in the type of equipment included in this scope of work; has
available the organization and qualified manpower to do the work; has adequate financial status
to meet the financial obligations incident to the work; has not had just or proper claims pending
against him or his work; and has done HV AC renovations as specified under the Minimum
Requirements on Page 2 of this Bid Documents. The evidence at a minimum will consist of
listing of work that has been provided to public and private sector clients, i.e. nature of work and
number of units (includes purchase, delivery and installation) within the last three (3) years.
2.22 LATE BIDS:
At time, date, and place above, bids will be publicly opened. Any bids or proposals received
after time and date specified will be returned to the bidder unopened. The responsibility for
submitting a bid/proposal before the stated time and date is solely and strictly the responsibility
of the bidder/proposer. The City is not responsible for delays caused by mail, courier service,
including U.S. Mail, or any other occurrence.
2.23 EXCEPTIONS TO SPECIFICATIONS:
Exceptions to the specifications shall be listed on the Bid Form and shall reference the section.
Any exceptions to the General or Special Conditions shall be cause for the bid to be considered
non-responsive.
BID NO: 17-04105
DA TE: 05102105
CITY OF MIAMI BEACH
19
2.24 COMPLETE INFORMATION REQUIRED ON BID FORM:
All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a
valid bid, the ORIGINAL AND ONE COpy of the Bid Form pages and all required submittal
information must be returned, properly completed, in a sealed envelope as outlined in the first
paragraph of General Conditions.
2.25 MAINTENANCE AGREEMENT: N/A
2.26 EQUAL PRODUCT:
Manufacturer's name, brand name and model number are used in these specifications for the
purpose of establishing minimum requirement of level of quality, standards of performance and
design required and is in no way intended to prohibit the bidding of other manufacturer's items
of equal material, unless otherwise indicated. Equal (substitution) may be bid, provided product
so bid is found to be equal in quality, standards of performance, design, etc. to item specified,
unless otherwise indicated. Bidders shall submit bids for the Trane, Carrier and York Models.
Bidders shall provide complete factory information sheets (specifications, brochures, etc.)
and test results of units bid within 5 calendar days upon request from the Procurement
Director or designated representative.
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
20
VARIOUS HV AC RENOVATIONS FOR THE POLICE STATION
BID # 17-04/05
3.0 MINIMUM SPECIFICATIONS
3.1. SCOPE OF WORK - POLICE STATION GUN RANGE AIR HANDLER UNIT
REPLACEMENT SPECIFICATIONS
Contractor shall remove one (1) air handling unit. Contractor shall furnish and install one (1) new air
handling unit, piping, valves, duct work, controls, equipment, crane, labor, material, electrical, and
plumbing work, engineering drawings and permits to successfully complete the work.
3.1.1.GENERAL
3.1.1.1 The contractor shall replace one (1) air handling unit. Contractor shall furnish and install
one (1) new air handling unit, piping, valves, duct work, controls, equipment, crane,
labor, material, electrical and plumbing work, engineering drawings and permits to
successfully complete the work. All work shall be completed in accordance with Florida
Building Code and all other applicable codes, and in a manner consistent with industry
standards. Any waiver of permit fees shall be solely determined by the Building
Department. Contractor shall verify tonnage and voltages. Contractor shall verify that
new unit complies with outside air requirements as outlined by ASHRAE and any other
guidelines applicable to the work being performed. The City shall not supply any current
engineering drawings or heat load calculations.
3.1.1.2 Contractor shall furnish at the time of bid submittal, or within five calendar days upon
receipt of a request from the Procurement office, a list of the proposed equipment and
their corresponding specifications.
3.1.1.3 Contractor shall submit proposal in a line item format as follows:
Item Cost
HV AC equipment
Labor
Crane
Duct work
Electrical
Miscellaneous
TOTAL
3.1.2. EOUIPMENT LIST
3.1.2.1 The following is a list of the equipment to be replaced:
Unit type Make Model number
Air Handler # Trane N/ A
V oltageIPhase
460/3
3.1.3. DEMOLITION AND DISPOSAL
3.1.3.1 All equipment, support frame, duct work, and any other debris resulting from the
replacement of this air conditioning equipment shall be removed for disposal by the
Contractor. The City shall reserve the right to salvage any component deemed useful.
BID NO: 17-04/05
DA TE: 05102/05
CITY OF MIAMI BEACH
21
3.1.4. NEW HV AC EOUIPMENT
3.1.4.1 The new equipment shall be Trane, Carrier or York, and shall be of equal cooling
capacity, voltage, and general characteristics as existing equipment.
3.1.4.1.1 Air handling unit shall have double walled panel construction.
3.1.4.1.2 Air handling units shall be furnished with stainless steel pan.
3.1.4.1.3 Air conditioning units shall be furnished with fire dampers and duct smoke and
fire detectors as required by the Building code. Such detectors shall be fully
compatible with existing building fire alarm system. PRIOR TO
COMMENCING WORK, CONTRACTOR SHALL COORDINATE A
FIRE ALARM TEST WITH mE APPROPRIATE CITY
REPRESENTATIVES TO VERIFY PROPER OPERATION OF FIRE
ALARM SYSTEM. ANY SYSTEM DEFICIENCIES MUST BE
IDENTIFIED AT SUCH TIME. IT IS SOLELY THE CONTRACTOR'S
RESPONSIBILITY TO ENSURE PROPOSED DUCT SMOKE
DETECTORS ARE FULLY COMPATIBLE AND OPERATIONAL
UPON COMPLETION OF WORK AND PRIOR TO FINAL PAYMENT.
3.1.5. CONTROLS
3.1.5.1 Existing Metasys EMS controls shall remain. Contractor is responsible for the
reinstallation of these controls. Any coordination with Johnson Controls, if necessary,
shall be the contractor's responsibility.
3.1.6. ELECTRICAL
3.1.6.1 Contractor shall be responsible for the electrical work necessary to complete the job.
3.1.6.2 N/A.
3.1.6.3 Contractor shall verify that replacement air handling units are fully compatible with
existing variable frequency drives.
3.1.7. PLUMBING
3.1.7.1 Contractor shall install and secure all drain lines on air handling units.
3.1.8. EOUIPMENT
3.1.8.1 Contractor shall supply all cranes, lifts, hoists, and all other equipment necessary to lift,
remove, install and discard of all debris, install new units, and successfully complete the
work.
BID NO: 17-04/05
DA TE: 05102105
CITY OF MIAMI BEACH
22
VARIOUS HV AC RENOVATIONS FOR THE POLICE STATION
BID # 17-04/05
3.2 SCOPE OF WORK - POLICE STATION AIR HANDLING UNITS REPLACEMENT
Contractor shall remove three (3) existing air handler units. Contractor shall furnish and install three (3)
new air handling units, piping, valves, duct work, controls, electrical, plumbing, crane, engineering
drawings and permits necessary to successfully complete the job.
3.2.1.GENERAL
3.2.1.1 The contractor shall replace three (3) air handling units. Contractor shall furnish and
install three (3) new air handling units, piping, valves, duct work, controls, equipment,
crane, labor, material, electrical and plumbing work, engineering drawings and permits
to successfully complete the work. All work shall be completed in accordance with
Florida Building Code and all other applicable codes, and in a manner consistent with
industry standards. Any waiver of permit fees shall be solely determined by the Building
Department. Contractor shall verify tonnage and voltages. Contractor shall verify that
new units comply with outside air requirements as outlined by ASHRAE and any other
guidelines applicable to the work being performed. The City shall not supply any current
engineering drawings or heat load calculations.
3.2.1.2 Contractor shall furnish at the time of bid submittal, or within five calendar days upon
receipt of a request from the Procurement office, a list of the proposed equipment and
their corresponding specifications.
3.2.1.3 Contractor shall submit proposal in a line item format as follows:
Item Cost
HV AC equipment
Labor
Crane
Duct work
Electrical
Miscellaneous
TOTAL
3.2.Z. EOUlPMENT LIST
3.2.2.1 The following is a list of the equipment to be replaced:
Unit type Make Model number
Air Handler #3 Trane K85M82055
Air Handler #4 Trane K85M82056
Air Handler #5 Trane K85M82057
V oltageIPhase
460/3
460/3
460/3
3.2.3. DEMOLITION AND DISPOSAL
3.2.3.1 All equipment, support frames, duct work, and any other debris resulting from the
replacement of this air handling equipment shall be removed for disposal by the
Contractor. The City shall reserve the right to salvage any component deemed useful.
BID NO: 17-04/05
DA TE: 05/02105
CITY OF MIAMI BEACH
23
3.2.4. NEW HV AC EQUIPMENT
The new equipment shall be Trane, Carrier or York, and shall be of equal cooling capacity,
voltage, and general characteristics as existing equipment.
3.2.4.1 New air handling units shall have double wall panel construction.
3.2.4.2 New air handling units shall be furnished with stainless steel drain pan.
3.2.4.3 Air conditioning units shall be furnished with fire dampers and duct smoke and fire
detectors as required by the Building code. Such detectors shall be fully compatible with
existing building fire alarm system. PRIOR TO COMMENCING WORK,
CONTRACTOR SHALL COORDINATE A FIRE ALARM TEST WITH THE
APPROPRIATE CITY REPRESENTATIVES TO VERIFY PROPER
OPERATION OF FIRE ALARM SYSTEM. ANY SYSTEM DEFICIENCIES
MUST BE IDENTIFIED AT SUCH TIME. IT IS SOLELY THE
CONTRACTOR'S RESPONSIBILITY TO ENSURE PROPOSED DUCT
SMOKE DETECTORS ARE FULLY COMPATIBLE AND OPERATIONAL
UPON COMPLETION OF WORK AND PRIOR TO FINAL PAYMENT.
3.2.5. CONTROLS
3.2.5.1 Existing Metasys EMS controls shall remain. Contractor is responsible for the
reinstallation of these controls. Any coordination with Johnson Controls, ifnecessary,
shall be the contractor's responsibility.
3.2.6. ELECTRICAL
3.2.6.1 Contractor shall be responsible for all electrical work necessary to complete the job.
3.2.6.2 NI A.
3.2.6.3 Contractor shall verify that replacement air handling units are fully compatible with
existing variable frequency drives.
3.2.7. PLUMBING
3.2.7.1 Contractor shall install and secure all drain lines on air handling units.
3.2.8. EQUIPMENT
3.2.8.1 Contractor shall supply all lifts, hoists, cranes and all other equipment necessary to lift,
remove, install and discard of all debris, install new units, and successfully complete the
work.
BID NO: 17-04105
DATE: 05102105
CITY OF MIAMI BEACH
24
VARIOUS BV AC RENOVATIONS FOR THE POLICE STATION
BID # 17-04/05
3.3 SCOPE OF WORK - POLICE STATION EMERGENCY CHILLER REPLACEMENT
Contractor shall remove existing air cooled chiller. Contractor shall furnish and install new air cooled
chiller. Contractor shall replace existing chilled water pump. Contractor shall install additional back-up
chilled water pump. Contractor shall furnish all piping, valves, insulation, duct work, controls, electrical,
plumbing, roofing work, crane, duct smoke detectors, engineering drawings and permits necessary to
successfully complete the job.
3.3.1.GENERAL
3.3.1.1 The contractor shall replace one (1) air cooled chiller. Contractor shall furnish new air
cooled chiller. Contractor shall replace existing chilled water pump. Contractor shall
install additional back-up chilled water pump. Contractor shall furnish all piping, valves,
controls, equipment, crane, labor, material, electrical and plumbing work, engineering
drawings and permits to successfully complete the work. All work shall be completed in
accordance with Florida Building Code and all other applicable codes, and in a manner
consistent with industry standards. Any waiver of permit fees shall be solely determined
by the Building Department. Contractor shall verify tonnage and voltages. Contractor
shall verify that new units comply with outside air requirements as outlined by ASHRAE
and any other guidelines applicable to the work being performed. The City shall not
supply any current engineering drawings or heat load calculations.
3.3.1.2 Contractor shall furnish at the time of bid submittal, or within five calendar days upon
receipt of a request from the Procurement office, a list of the proposed equipment and
their corresponding specifications.
3.3.1.3 Contractor shall submit proposal in a line item format as follows:
Item Cost
HV AC equipment
Labor
Crane
Duct work
Electrical
Miscellaneous
TOTAL
3.3.1.4 Contractor shall provide bids for replacement of system at present location, and for
relocation of system to roof on the Bid Form.
3.3.2. EOUIPMENT LIST
3.3.2.1 The following is a list of the equipment to be replaced:
Unit type Make Model number V oltagelPhase
Air cooled chiller Trane CGABC604AEOO 460/3
Serial number
J85K8260 1
BID NO: 17-04/05
DA TE: 05102/05
CITY OF MIAMI BEACH
25
3.3.3. DEMOLITION AND DISPOSAL
3.3.3.1 All equipment, support frames, duct work, and any other debris resulting from the
replacement of this air handling equipment shall be removed for disposal by the
Contractor. The City shall reserve the right to salvage any component deemed useful.
3.3.4. NEW HV AC EOUIPMENT
The new equipment shall be Trane, Carrier or York, and shall be of equal cooling capacity,
voltage, and general characteristics as existing equipment.
3.3.4.1 New units shall have two refrigerant circuits with two compressors.
3.3.4.2 New units shall have factory applied anti-corrosion treatment on condenser coils.
3.3.4.3 Air conditioning units shall be furnished with fire dampers and duct smoke and fire
detectors as required by the Building code. Such detectors shall be fully compatible with
existing building fire alarm system. PRIOR TO COMMENCING WORK,
CONTRACTOR SHALL COORDINATE A FIRE ALARM TEST WITH THE
APPROPRIATE CITY REPRESENTATIVES TO VERIFY PROPER
OPERATION OF FIRE ALARM SYSTEM. ANY SYSTEM DEFICIENCIES
MUST BE IDENTIFIED AT SUCH TIME. IT IS SOLELY THE
CONTRACTOR'S RESPONSIBILITY TO ENSURE PROPOSED DUCT
SMOKE DETECTORS ARE FULLY COMPATIBLE AND OPERATIONAL
UPON COMPLETION OF WORK AND PRIOR TO FINAL PAYMENT.
3.3.5. CONTROLS
3.3.5.1 Unit controls shall be fully compatible with Johnson Controls Metasys energy
management system (EMS).
3.3.6. ELECTRICAL
3.3.6.1 Contractor shall be responsible for all electrical work necessary to complete the job.
3.3.6.2 Contractor shall replace electrical disconnects. Unit disconnects shall be stainless steel..
3.3.7. PLUMBING
3.3.7.1 Contractor shall install and secure all drain lines on air conditioning units.
3.3.8. EOUIPMENT
3.3.8.1 Contractor shall supply all lifts, hoists, cranes and all other equipment necessary to lift,
remove, install and discard of all debris, install new units, and successfully complete the
work.
BID NO: 17-04/05
DA TE: 05102/05
CITY OF MIAMI BEACH
26
VARIOUS HV AC RENOVATIONS FOR mE POLICE STATION
BID # 17-04/05
COMPANY NAME:
GROUP I. POLICE STATION GUN RANGE AIR HANDLER UNIT REPLACEMENT
SPECIFICATIONS
We propose to furnish all labor, machinery, tools, means of transportation, supplies, equipment,
materials, and services necessary for the Police Station Gun Range Air Handler Unit Replacement, in
accordance with these specifications.
Bid Proposal Page 1 of 4
F><P CO~p
DESCRIPfION
1) HV AC EQUIPMENT/AIR HANDLER UNIT:
OTY. UNIT PRICE TOTAL
AHII 1:
1 EA $ c;. ,000.- $ (C"OO<'. -
MAKElMODEL: TRANE: M" " ~
MODEL II: '-'-~
AH1I2:
MAKElMODEL:CARRJER
MODEL II:
1..M
$ 9,OOQ- $ '1,000.-
~9t"\
AH1I3:
MAKEIMODEL: YORK
MODEL II: .~"T,a....t
lEA
$ e,OCJo.- $ 8,000.-
1) HV AC EQUIPMENT/AIR HANDLER (INCLUDE THE LOWEST OF mE 3):
2) LABOR:
3) CRANE:
4) DUCT WORK:
5) ELECTRICAL WORK:
6) MISCELLANEOUS:
$ ~.OOO,-
$ $;,000.-
$ \,000.-
$ 2.,000.-
$ ~,OOO.:-
$ 3.,'000 .-
N.\~ce~w \\"OUSJW\O
Written Amount
GRAND TOTAL: $
'C1~\OOO ,-
Delivery of AlC Equipment
(;,0
Calendar Days
BID NO: 17-04105
DATE: 05102105
CITY OF MIAMI BEACH
21
fll
VAlUOUS HVAC RENOVATIONS FOR THE POLICE STATION
BID # 17..04/05
COMPANY NAME:
Bid Proposal Page 2 of 4
F~P c.o~r>
GROUP II. POLICE STATION AIR HANDLING UNITS REPLACEMENT
We propose to furnish aU labor, machinery, tools, means of transportation, supplies, equipluent,
materials, and services necessary fOf the Police Station Air Handler Units Replacement, in accordance
with these specifications.
DESCHIPTION
I) HVAC EQUlPMENT/AIR HANDLING UNIT:
OTY. UNIT PRICE
TOTAL
IvfAK.E: TR...<\.NE
lvIODEL #: ..-\ c...~ e
J...10DEL #:~ c::..~e>
MODEL #: "'" <:.. ~e
3 EA $ \2,000.- $ '3<;', 00e>.-
MAKE: CARRIER
MODEL #: 39M
MODEL #::J~ ..-(
MODEL #: ~~ B
IV1AKE: YORK
MODFL #: .$0\"'\10-1
MODEL #: -Co,''' no....)
MODEL #: SQ\ u -n co""
3 EA $ \ ~. S:OO.- $ 3 -C, SO"
3 EA $ \~,c;.OO $ 31,S, 00
1) HVAC EQUIPlvffiNTI AIR HANDLER (INCLUDE THE LOWEST OF THE 3):
2) LABOR:
3) CRANE:
7) DUCTWORK:
8) ELECTRICAL WORK:
9) l\l1ISCELLANEOUS:
$ 3(;,.000,,-
$ 18,000,,-
$ \,000_-
$ ::3. 000.-
$ 4,000.-
$ \~,ooc:>.-
GRAND TOTAL: $ l ~ ,000.-
Se ",e \1\ 1'-\ F 00 I<- -ntcoU ~ 0
Written Amount
Delivery of Ale Equipment
<pC)
Calendar Days
BID NO: 17-04/05
DATE: 05/02/05
CITY OF MIAMI BEACH
28
VARIOUS HVAC RENOVATIONS FOR TIlE POLICE STATION
BID # 17-04/05
COMPANY NAME:
Bid Proposal Page 3 of 4
F)(..p C.OJiZ.p
c;aoup In. POLICE STATION EMERGENCY CIDLLER REPLACEMENT
We propose to furnish all labor, machinery, tools, and means of transportation, supplies, equipment,
materials, and services necessary for the Police Station Emergency Chiller Replacement, in accordance
with these specifications.
DESCRIPTION
1) HV AC EQUIPMENT/AIR COOLED CHILLER:
ory. UNIT PRICE
TOTAL
MAKE: TRANE
MODEL: c.~ A-Fc... (iO ~
1 EA
$ 3"2., CJXJ.' $ ~,OOO ..-
MAKE: CARRIER
1 EA
$ ~.ooo:- $ 40,000.-
MODEL:
MAKE: YORK
1 EA
$ ~e.ooo..... $ :79,000.'-
MODEL:
1) HV AC EQUIPMENT/AIR HANDLER (INCLUDE THE LOWEST OF THE 3):
2) LABOR:
3) CRANE:
10) DUCT WORK:
11) ELECTRICAL WORK:
12) MISCELLANEOUS:
$ 212.,000.-
$ 9,000.-
$ ~, 000 ,...
$ -
",.
$ ,(,,000.
---
$ 3'2,000..
GRAND TOTAL: $
~,iJ corl'\1 '"t"w ~ "'{'th:) \.\ S ~ 0 -
Written Amount
9'2.,000.-
Delivery of Ale Equipment
.90
Calendar Days
BID NO: 17-04/05
DATE: 05102105
CITY OF MIAMI BEACH
29
(~
VARIOUS HV AC RENOVATIONS FOR mE POLICE STATION
BID # 11-04/05
Each group specified in this bid could be awarded on an individual basis, so each price quoted on the bid form
must be capable of standing alone and not be dependant on award of entire contract. Please state on the space
provided below a percentage discount to be allowed per group should you be awarded the entire contract:
Group I: Police Station Gun Range Air Handler Unit Replacement:
i o( \? Discount
iota Discount
~ o/b Discount
Group II: Police Station Air Handling Units Replacement:
Group III: Police Station Emergency ChiUer Replacement:
BID NO: 17-04/05
DATE: OSI02IOS
CITY OF MIAMI BEACH
30
,~
VARIOUS BVAC RENOVATIONS FOR THE POLICE STATION
BID # 17-04/05
Bid Proposal Page 4 of 4
PAYMENT TERMS: NET JO. If other, specify here
ANY LETTERS, ATIACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE BID MUST BE SUBMITIED IN DUPLICATE.
SUBMITTED BY:
Francisco X. Perez
TITLE:
President
/~
./" /,.~/ /
/,/ /~
COMPANY NAME:
SIGNED:
(I certify that 1 am a
commit the biddin I
Bidders!!!!!!! acknowledge receipt of
ADDENDUM No. 1: 06/01/2005
Insert Date
ADDENDUM No. 2: 06/09/2005
Insert Date
ADDENDUM No. 3: 06/14/2005
Insert Date
ADDENDUM No. 4: 06/22/2005
Insert Date
NAME/TITLE(print):
ADDRESS:
Francisco X. Perez/President
2897 S.W. 69th Court
CITY/STATE:
Miami, FL
ZIP: 331 55
TELEPHONE NO:
(305) 267-7748
FACSIMILE NO:
(305) 267-7798
FEDERAL I.D. NUMBER:
65-0625730
BID NO: 17-04/05
DATE: 05lO2IOS
CITY OF MIAMI BEACH
31
fJR
VARIOUS HVAC RENOVATIONS FOR THE POLICE STATION
BID # 17-04/05
BID CHECK LIST
To ensure that your bid is submitted in conformance with the Contract Documents, please verify that
the following items have been completed and submitted as required.
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.24
X Execution of Bid
General Conditions Section 1.2
X EquivalentsIEqual Product
General Conditions Section 1.10
Special Conditions Section 2.26
Insurance and Indemnification (including Insurance Checklist)
X General Conditions Section 1.58
X Bid GuarantylPerformance Bond
General Conditions Section 1.27
X Warranty
Special Conditions Section 2.16
X Product/Catalog Information
Special Conditions Section 2.17
X References
Special Conditions Section 2.18 / Page 30
X Bidder Qualifications
Special Conditions Section 2.21
X Exceptions to Specifications
Special Conditions Section 2.23
X Contractor's Questionnaire
(Page 32)
BID NO: 17-04/05
DA TE: 05/02/05
CITY OF MIAMI BEACH
32
VARIOUS HVAC RENOVATIONS FOR THE POLICE STATION
BID # 17-04/05
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of eight (8) finns
or government organizations for which the Contractor is currently furnishing or has fwnished,
similar services. At least three (3) of these references must be for projects completed, of which each
project total cost was twenty-five thousand doUars ($25,000) or higber in construction work.
1)
Company Name
City of Hollywood
Address
2717 Van Buren st., Hollywood, FL
ContactPerson/ContractAmount Bob Wertz, Less Pettit/$370,000
Telephone No. (954) 921-3900
Fax No. (954) 921 - 3 4 61
2)
Company Name
City of Miami Beach, Property Management
Address
1245 Michigan Avenue, Miami Beach, FL
Contact Person/Contract Amount Ralph M,oreno/ $1 50,000
Telephone No. (305) 673 - 7 61 0
Fax No. (305) 673-7963
3)
Company Name
Padula & Wadsworth
2100 N. Andrews Ave. EXt., Pompano Beach, FL
Address
Contact Person/Contract Amount Wal ter Wadsworth/ $ 290, 000
Telephone No. (954) 974-3262
Fax No. ( 9 54 ) 9 74- 3 2 7 2
4)
Company Name
AFCO Constructors
Address
1804 NW Madrid Way, Boca Raton, FL
ContactPersonlContractAmount Aldo Ferera/$370,000
Telephone No. (561 ) 338-2160
Fax No. (561 ) 338-5037
BID NO: 17-04105
DATE: OSJ02IOS
CITY OF MIAMI BEACH
33
~.vY
VARIOUS BV AC BENOV A TIONS FOR mE POLICE STA nON
BID # 17-04/05
CUSTOMER REFERENCE LISTING (Contd.)
5)
Company Name
Florida International University
Address
University Park Campus, Miami, FL
Contact Person/Contract Amount Will i am Powe r / $ 3 0 2 , 000
Telephone No. (305) 348 - 4 6 6 7 Fax No. (305) 348 - 4 0 1 0
6)
Company Name
Port Everglades, Broward County
Address
1850 Eller Drive, Ft. Lauderdale, FL
Contact Person/Contract Amount
Israel Rosental/$331,000
Telephone No. (954)
Fax No. (954) 765-5389
7)
Company Name
Milton Construction
Address
3711 S.W. 27th street, Miami, FL
Contact Person/Contract Amount
Alex Milton/$650,000
Telephone No. (305) 444-8326 Fax No. (305) 444-9642
8)
Company Name
JCM Development
Address
8602 S.W. 74th street, Miami, FL
Contact Person/Contract Amount
Juan Carlos Mena/$118,000
TelephoneNo. (305) 595-3739 Fax No.
(305) 595-6811
BID NO: 17-04/05
DATE: OSlO2IOS
CITY OF MIAMI BEACH
J4
~vQ
VARIOUS HVAC RENOVATIONS FOR TIlE POLICE STATION
BID # 17...04/OS
CONTRACTOR'S QUESTIONNAIRE
NOTE:
Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answen may be grounds for disqualification from
award of this bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By FXP Corp., Francisco X. Perez
Principal Office
2897 S.W. 69th Court, Miami, Florida 33155
How many years has your organization been in business as a General Contractor mder your present
business name? 9
Does your organization have current occupational licenses entitling it to do the work contemplated
in this Contract? yes
CMC057078
State of Florida occupational license - state type and number: General Mech. Contractor
Dade County certificate of competency - state type and number: N / A
City of Miami Beach occupational license - state type and number: N / A
Include copies of above licenses and certificates with proposal.
How many years ex~' ence in similar work has your organization had?
rlm~ 9
(A) As a erm Contractor
(B) As a Sub-Contractor 9
(C) What contracts has your organization completed?
Contract Amt Class of Work
$132,000 HVAC
$370,000 HVAC
$302,000 HVAC
When Completed Name! Address of Owner
2003 City of Miami Beach, Property, Mgmt
2005 City of Hollywood
2002 FlU
Have you ever had a contract terminated. (as prime contractor or sub-contractor, under existing
company name or another company name) due to failure to comply with contractual specifications?
No
If so, where and why?
Has any officer or partner of your organization ever failed. to complete a construction contract
handled in his own name?
No
If so, state name of individual, name of owner, and reason thereof
BID NO: 17-04105
DATE: 05102105
CITY OF MIAMI BEACH
35
~vf
In what other lines of business are you fmancially interested or engaged? N / A
Give references as to experience, ability, and fmanciaI standing We are also registered
Engineers in the state of Florida, 9 years as Mechanical
Contractors, the company averages $90,000 in profits a year.
What equipment do you own that is available for the proposed work and where located?
Welders, Ductwork Machines, Lifts 'located in office
What Bank or Banks have you arranged to do business with during the course of the Contract should
it be awarded to you? Firs t National Bank of South Miami
Please list the names and addresses of the subcontractors to be used for the portions of the work
listed below.
AGC Electric, Electrical Work
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants)
with a controlling financial interest. The teon "controlling fmancial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
Francisco X. Perez
BID NO: 17-04/05
DATE: 05/02105
CITY OF MIAMI BEACH
36
y~
CONTRACTORtS OUESTIONNAIRE (CONTD.)
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have X have not 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. Please provide the name(s) and date(s) of said contributions and to whom
said contribution was made.
ncisco X. Perez
(SEAL)
(SEAL)
BID NO: 17-04/05
DATE: 05102105
CITY OF MIAMI BEACH
37
fY'
CITY OF MIAMI BEACH
PROCUREMENT DIVISION
Interoffice Memorandum
to
To:
Robert Parcher I-
City Clerk
Gus Lopez, CPPO
Procurement Direct r
Date: October 4,2005
From:
Subject: CONTRACTS FOR BID NO. 17-04/05 - VARIOUS HVAC PROJECTS FOR
THE POLICE STATION
Four (4) copies of the above referenced Contract are attached for the Mayor's signature
and execution. The insurance certificate has been approved by Risk Management and
the City Attorney has approved the form and language for contract execution.
Thank you for your prompt attention to this matter.
/,"".'/' ~:;.'.7
..~..../ ~.:r--
/ - ,I"/~--- -
( 0:....-.
Gus Lopez, CPPO
Procurement Director
je