HomeMy WebLinkAboutCity Hall Air Duct System
c2oos-- J ro07 3
~;
I'
fl.,
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
QUOTATION #VA-QT03M-006
QUOTATION DUE: APRIL 28TH, 20006
CITY CLERK
Pre-Bid Conference/ Visit has been schedule for 10:00 a.m. on April 13th, 2006
Brad A. Judd, Property Management Director
City of Miami Beach - Property Management Division
1245 Michigan Avenue
Miami Beach, FL 33139
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
1
m
.. CITY OF MIAMI BEACH
~
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
Telephone (305) 673-7000
Facsimile (305) 673-7650
INVITATION TO
QUOTATION NO: V A-QT03M-006
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
Description: Contractor shall replace outside air duct system and fan, and install filtration
system that would accommodate sets of pre-filters, activated charcoal filters and final filters.
Contractor shall furnish and install new blower, duct work, filtration system, controls, electrical,
plumbing, crane, duct smoke detectors, engineering drawings and permits necessary to
successfully complete the work. Work will be done on overtime hours.
Scope of Work: The contractor shall replace duct work, fan and install filtration system.
Contractor shall furnish new fan, duct work, filtration system, controls, equipment, crane, labor,
material, electrical and plumbing work, roofing 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 that new fan complies with outside air requirements as outlined by ASHRAE and any
other guidelines applicable to the work being performed. The City shall supply engineering
drawings for reference only.
Contractors submitting quotes should examine the site, plans and all current specifications for the
Project (specifications provides as part ofthis document), and base their quotation on existing
field conditions, scope of work, and the proposed renovations. Failure to do so will not be
considered justification for additional charges after contract is awarded.
Contractors submitting quotes on this Project must include in the quotation price the costs for all
necessary labor, materials and equipments necessary for the total completion of the required
work, as per plans and specifications provided.
A Pre-Bid Conference/ Visit has been schedule for 10:00 a.m. on April 13th ,2006, at the
City Hall building, located at 1700 Convention Center Drive, Miami Beach, FI33139.
The Contractor awarded this contract must be able to pull any/all required permits no later than
one (1) week after the contract is executed and approved.
The successful Contractor will be required to furnish General and Automobile Liability insurance
in the respective amounts of $1,000,000 and include the City of Miami Beach, Florida, as
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
2
'"
...
additional insured on the certificate; current Occupational License; and copy of State of Florida
Contractor License.
~
Quotations will be received until 3:00 p.m. on the April 28, 2006, at the following address:
City of Miami Beach Property Management Division, 1245 Michigan A venue, Miami
Beach, FI33139.
Any questions or clarifications concerning this Quotation shall be submitted in writing by mail or
facsimile to the Property Management Director, 1245 Michigan Avenue, Miami Beach, FL
33139, or FAX: (305) 673-7650. The Quotation title/number shall be referenced on all
correspondence. All questions must be received no later than three (3) calendar days prior to the
scheduled Quotation 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 quotation deemed to be in the best
interest of the City of Miami Beach. The City of Miami Beach may reject any and all quotations.
~-0C<--
Brad A. Judd, RP A, FMA, CGC
Director, Property Management Division
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
3
...
'.
t-
Z
w
:E
w
o
z<(
o~
-w
!!2o::
~Z
c<(
t-LL.
Zo
~.~
w:E
"w
<(
zt-co
<(~o
:E(I)9
>-z:Et-
~oSw
w t=. t- w
a.. <(oJ:
00::.(1)
a::: 1-> c( z
a..::! 0
J:LL.zi=
o ~o<(
<(:E-..J
wW~::J
adii t- m
->0<(
:E(I)::Jt-
:!;I-O
:EO
LL.::J
00
>-~
t-<(
ow
o
(j)
t-
=>
o
..J
..J
<C
J:
>-
I-
o
CJ
.=
c
0 CD
E >
.in
'g c
c U 0
0 0-
0 .= I/)
.. ~
<i -
0
C/) c
:E
~
0: 0 0
0:: 0 0
0 d ci
0 0 0
0 0
a.. 0 0
)( 0) 0)
LL. ~ ~
u
c
rn ....
e 0 0
0 0
.. ...t ...t
c
0 .... ....
0 .... ....
ri ri
c ..... t;
0 ~
.
c
.c
0
..,
z e ~
0 ,Bc
i= .~.f t-
a..
it: rn ..
.. e
0 ~,B
C/) "CJrn.....
W ... >-.c
0 -.rn.G)
tIIcs
3.2 G)
._:...u
(I).. I! .. tII
.. ".'Q.
c5i!!
04/28/2006 rKl 15:13 fAX 954 385 0407 Johnson Controls lne,
~ 002/003
".
,..
- ----
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FIL TRA TlON SYSTEM AND FAN REPLACEMENT
QUOT AnON NO: V A-QT03M-006
Proposal Paae 1 of 2
Contractor shaD replace outside air duct system and fim, and install filtration system that would
aCcommod8te Sets ofpre-:ftlters, actiVated charcoal1iltcmand 1inaIDltCrs. Contractor sball furnish 8i1d
install new blower, duct work. filtration system, controls, electrical, plumbing, crane, duct smoke
detectors, engineering drawings and pennits necessary to successfully complete the work.
Scope ofW ork: The contractor sbalJ replace duct work, &n and instaU filtration system. Contractor
shall furnish new fim, duct work, filtration system, controls, equipment, crane, labor, materia~
electrical and pJwnbing WOrk, roofing work, engineering drawings and pcnmts to successfully
complete the work. All work sball be completed in accordance with Florida Building Code and all
other applicable codes, and in a manner consistent with industry standards.
BASE OVOTE
LUMP SUM
1) HV AC Equipment
2) Labor
3) Crane .
4) Duct work
S) Electrical
6) Miscellaneous
$ 5500.00
$ ;Z ~ 500. 00 .
$ I 500 . 00.
$ ~~ 2..5"" .00.
s3.Sot>. ~~
S '78&'1.00.
-" ...,.., .. ........ ".,. ..... '..., .." ...... ........ ,'...."".............,,, ,.,.. ""'''-'' '....................."" .....-....". ,.........,-.......... ..........' ..'''.. ",........ ,..... .."....-,..-..............-....-.--.......__.."'... .. .,.w......."
GRAND TOTAL:
s
13, 1I~ . ci) .
QUOTE NO: V A-QT03M-006
DATE: 04/12106
CITY OF MIAMI BEACH
22
04/28/2006 FRI 15:14 FAX 954 385 0407 Johnson Controls Ine,
~003/003
,..
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
QUOTATION NO: V A-QT03M-006
Proposal Page 2 of 2
PROMPT PAYMENT DISCOUNT: (i.e., 2%/10;1%120)
ANY LETTERS, ATTACHMENTS, OR ADDmONAL INFORMATION TO BE
CONSIDERED PART OF THE QUOTE MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY: 'KOLAND C. Ql)bu,\T~ I l,'
COMPANY NAME:
SIGNED:
"J'O\-l~~ CO....~l-~. I,., \ ,
I~~ t. ~r
(I eertify that I am authorized to execute this QVOTE and
commit the qaotJag firm)
Coatracton JBIlIl aeJuaowledge reeeipt of addendum (if applicable).
Amendment No. I: tJ If\ .
Insert Date
Amendment No.2: ,J lit
Insert Date
NAMEffITLE (PriDt): Rl.>lArJD e. 1< \) b\4.n~Il,' Pro~. M6',
ADDRESS: 33(jo C~~or.o. T'~ AvE. S\"5 WD
CITY/ST ATE:
~~.Y\()t-> I Fl,
9Sl.i. Z.~3' 303"2,
QS'1. 385' 0'10'1
ZIP: ~33~J
TELEPHONE NO:
FACSIMILE NO:
QUOTE NO: V A.QT03M-006
DA TE: 04/12/06
CITY OF MIAMI BEACH
23
0412812UU6 FKl 15:13 FAX 954 JB5 U4U7 Johnson Controls Ine,
ItlOOll003
JolmBon COlltrols.lIlc. Suite 100,
3300 Corporat6 A'\Ie. Welton. n.rldl 33331
..
Johnson Controls Inc.
FAX
Date: 11 /28/0 b
Number of pag~ !nO{uding cover sheot: 3
To:
V jv lIlt.) A A If:M It'" 1
From:
J<OLl1tJD Ro BU,57E' I/;'
Johnson Controls
Phooe:
Fax phone: .305 - &73 - 7&/50
cc:
Phone: 954-233-3000
Fal( phone: 954-385-0407
REMARKS: 0 UfEent 1:81 For your review o R.eply ASAP o Please comment
G. \.l CT A-T\OrJ fult. C-ITJ HAil OIA DUCT ~ ~JT'EYI
,
Cl\JbTE #" \t. A.. Q::r03 M -OOb
-.. --
:
- . .'.
1<~
-
-
135/16/21306 19:42
."
. . '. ~.?;?J~: .
.' .,'...:;Iti n_n_
. ..1,..
)7
3652677798
FXPCORP
PAGE 132
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
QUOTATION NO: VA-QT03M-006
Proposal Pace I of 2
Contractor shall replace outside air duct system and fim. and install filtration system that would
accommodate sets of pre-filters, activated charcoal filters and final.filters. Contractor shall furnish and
instaU new blower, duct Work, filtration system, controls, electrical, plumbing, crane, duct smoke
detectors. engineering drawings and permits neces.4W')' to successfully complete the work.
Stope ofW ork: The contractor shall replace duct work, fan and install filtration system Contractor
shall furnish new fim, duct work, filtration system, controls, equipment, ClaDe, labor, matcria~
electrical and pJmnbing work, roofing work, engineering drawings and pemrits to successfu.IJy
complete the work. All work sbalI be completed in accordance with Florida Building Code and all
other applicable codes, and in 8 manner consistent with industry standards. .
BASE OUOIE
ItUMP SUl\j
1) BV AC Equipment
2) Labor
3) Crane
4) DUd work
~) Electrical
6) MisceIIaDeo..
s 2 5,000.-:-
$ ~O\ OO().-:-
$ ssqoO.:'
52 ,OO(). .
$ S, 000 ..-:"
$ .0\ 000. ~
GRAND TOTAL:
.-
$.90,000, .
QUOTE NO: V A-QT03M-D06
DATE: 04/12J~
CITY OF MIAMI BEACH
z:z
05/10/2006 19:42 3052677798
. ... .',':::~l.
",,' /;:'/1'~
"~),~:f'
,.,:";i~'~'
, ,'J"
, :',::jj',~
FXPCORP
PAGE 83
, '-"
,~~.,
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
QUOTATION NO: VA-QTOJM-006
Proposal P.ge 2 of 2
PROMPT PAYMENT DISCOUNT: (i.e., 241"'/10;10/0120)
SUBMITTED BY:
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE QUOTE MUST B SUBMITTED IN DUPLICATE.
1= x...P <:. <) r =fr to 1'..a.riL '-
~ >LJ9 Go r
(I certify that I a.. a8tborized to
commit the quotiag finn)
COMPANY NAME:
SIGNED:
COIUncton !!.!!!! acknowledge receipt of addenda (it applicable).
Amendrnei1t No.1: -
Insert Date
Amendment No.2: -
Insert Date
NAMEITITLE(print): F"('R[)Q.\~b X .~e.G
S<6'L1/ Su-) LM ()+,
\ \ · · c" I --;L.. ~
\-"\ \ ~ I I \-'L.. ZIP: ' - b\ ~I ""')
TELEPHONE NO: -?;,('""XJ- d /";-1-/11....\2
FACSIMILE NO: "~)... d-ta J--I/~$(
ADDRESS:
CITY/STATE:
QUOTE NO: V A-QT03M-006
DATE: 84/12186
CITY OF MIAMI BEACH
23
85/18/28e6 19:42
311!:>:Lblll'::il::l
,"^""L;UI(t"
t"HIX. tJ.L
FXP
CORP--
Mechani~al Contractors
. CM-C057078, QB-13St7
PE*4S''',CA#7491
2897 SW 69~ Court
Miami,. FL 33155
Tel (305) 267-1748
Fax (305) 267-7798
FACSIMILE TRANSMITTAL 5HI!IET
1'0:
FROM:
Frcn::iscD X. Perez
Vtviarla
COMPANY:
Oty of Miami Beach
fA)( NUMlER:
305-673-7650
DATE:
S/l1/2CXJ6
TOTAL NO. 01' ~~5 INCLUDING COVEll.:
3
. I'f1OIIf! NUMlEIt:
305-673-7630
SfNOEIt"S IlEfEllENQ!:
RE:
YOUR llEFEUNCf:
Quotatton # VA-QT03M-006
o URGENT [J FOR REVIEW 0 PLEASe COMMENT 0 PLEASE RePLY
C PLEASE RfCYCLE
NOns/COMMENTS:
Per your request,
Thank you
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
..
QUOTATION NO: V A-QT03M-006
1.0 GENERAL CONDITIONS
1.1 SEALED QUOTATION:
Original copy of Quotation Form as well as any other pertinent documents must be returned
in order for a quotation to be considered for award. All Quotations are subject to all
conditions specified in this Quotation Form.
The completed Quotation Form must be submitted in a sealed envelope clearly marked to the
City of Miami Beach Property Management Director, 1245 Michigan A venue, Miami
Beach, Florida 33139. Facsimile quotations will also be accepted.
1.2 EXECUTION OF QUOTE:
Quote must contain a manual signature of an authorized representative in the space provided
on the Quote Form. Failure to properly sign the Quotation Form shall invalidate same and it
shall NOT be considered. All quotes 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 quote. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original quote CANNOT be changed or altered in any way. Altered quotes
will not be considered.
1.3 NO QUOTE SUBMITTED:
If not submitting a quote, respond by returning the enclosed Quotation Form questionnaire,
and explain the reason. Repeated failure to not quote without sufficient justification may be
cause for removal of a Contractor's name from the quote 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 quote, 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, if made, will
be in accordance with terms and conditions stated herein. Each item must be quoted
separately and no attempt is to be made to tie any item or items in with any other item or
items. Cash or quantity discounts offered will not be a consideration in determination of
award of quote(s).
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
4
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 23-09-329871-54C.
...
1.6 MISTAKES:
Contractors submitting quotes are expected, and solely responsible for examining the
specifications, delivery schedules, quotation prices and extensions and all instructions
pertaining to supplies and services. Failure to do so will be at the Contractor's risk.
1.7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result ofthis quotation shall
be the latest new and current model offered (most current production model at the time of
this quote). 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 quotation, all manufactured items and fabricated
assemblies shall be Underwriters Laboratories listed or re-examination listing where such has
been established by Underwriters Laboratories for the item(s) offered and furnished.
1.9 WAIVER OR REJECTION OF QUOTATIONS:
The City reserves the right to waive irregularities or technicalities in quotations or to reject
all quotations or any part of any quote it deems necessary in the best interest of the City of
Miami Beach.
1.10 EQUIVALENTS:
If Contractor offers makes of equipment or brands of supplies other than those specified in
the following, he must so indicate on his quote. 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. Contractors shall formally substantiate and verify that product(s) offered
conform with or exceed quality as listed in the specifications.
Contractor shall indicate on the Quotation Form the manufacturer's name and number if
quoting 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 QUOTE. NO QUOTES WILL BE CONSIDERED
WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the
quote will be considered as a quote in complete compliance with the specifications as listed
on the attached form.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
5
1.11
NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Items delivered, not conforming to
specifications may be rejected and returned at Contractor's expense. These items and items
not delivered as per delivery date in quote and/or purchase order may be purchased on the
open market. Any increase in cost may be charged against the contractor. Any violation of
these stipulations may also result in Contractor's name being removed from the City's vendor
list.
'"
1.12 SAMPLES:
Samples of items, when required, must be furnished free of expense. Contractors will be
responsible for the removal of all samples furnished within thirty (30) days after quote
opening. All samples will be disposed of after thirty (30) days. Each individual sample must
be labeled with Contractor's name. Failure of Contractor to either deliver required samples
or to clearly identify samples may be reason for rejection of the quote. Unless otherwise
indicated, samples should be delivered to the Property Management Director, 1245
Michigan Avenue, Miami Beach, Florida 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 ofpurchase order,
in space provided. Delivery time may become a basis for making an award. Delivery shall
be within the normal working hours of the City, Monday through Friday, excluding holidays.
1.14 AWARDS:
When deemed to be in the best interest of the City of Miami Beach, the City reserves the
right to reject all quotes or any portion of any quote it deems necessary; to accept any item or
group of items unless qualified by the Contractor; to acquire additional quantities at prices
quoted on the Quotation Form unless additional quantities are not acceptable, in which case
the Quotation Form must be noted "QUOTE IS FOR SPECIFIED QUANTITY ONLY"
1.15 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 Contractor until
acceptance by the City unless loss or damage resulting from the sole negligence by the City.
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
Contractor and/or the vendor and return product at Contractor's expense.
1.16 PAYMENT:
Payment will be made by the City after the items awarded to a Contractor and/or the vendor
have been received, inspected, and found to comply with award specifications, free of
damage or defect and properly invoiced.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
6
1.17 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 all parties.
1.18 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 Contractor will in no way
be a cause for relief from responsibility.
1.19 PATENTS & ROYALTIES:
The Contractor, 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 Contractor uses any design, device or materials covered
by letters, patent, or copyright, it is mutually understood and agreed, without exception, that
the quote prices shall include all royalties or cost arising from the use of such design, device,
or materials in any way involved in the work.
1.20 OSHA:
The Contractor warrants that the product supplied to the City shall conform in all respects to
the standards set forth in the Occupational Safety and Health Act (OSHA) 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 contractor responsible for same.
1.21 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from the General Conditions shall take
precedence.
1.22 ANTI-DISCRIMINATION:
Contractor 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.
1.23 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 the Heidi Johnson Wright
at the Public Works Department at (305)673-7080.
1.24 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this quote shall be new. The items quoted must be new, the latest
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
7
model, of the best quality, and highest grade workmanship.
· 1.25 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where Contractor is required to enter or go onto City of Miami Beach property to deliver
materials or perform work or services as a result of a quotation award, the Contractor 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 Building Code requirements and the South Florida Building Code, all as may
be amended. The Contractor shall be liable for any damages or loss to the City occasioned by
negligence of the Contractor, its subcontractor, or any other persons the Contractor has
designated in the completion of the contract as a result of his or her quote.
1.26 PERFORMANCE BONDS, CERTIFICATES OF INSURANCE:
After acceptance of quote, the City will require the successful Contractor to submit a
performance bond and certificate of insurance in the amount specified in the Special
Conditions.
1.27 DEFAULT:
Failure or refusal of a Contractor to execute a contract upon award, or withdrawal of a quote
before such award is made, may result in forfeiture of that portion of any 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 Contractor
from the City's vendor list.
1.28 CANCELLATION:
In the event any ofthe provisions ofthis quote are violated by the Contractor, the Property
Management Director shall give written notice to the Contractor stating the deficiencies, and
unless such deficiencies are corrected within ten (l0) days, recommendation will be made for
immediate cancellation. The City reserves the right to terminate any contract resulting from
this quotation at any time and for any reason, upon giving thirty (30) days prior written notice
to the other party.
1.29 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be
submitted in DUPLICATE to the City of Miami Beach Property Management Division,
1245 Michigan Avenue, Miami Beach, Florida 33139.
1.30 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.
1.31 SUBSTITUTIONS:
The City WILL NOT accept substitute shipments of any kind. Contractors are expected to
furnish the brand quoted in their quote once awarded. Any substitute shipments will be
returned at the Contractor's expense.
QUOTE NO: V A-QT03M-006 CITY OF MIAMI BEACH
DATE: 04/12/06 8
- 1.32 FACILITIES:
The City reserves the right to inspect the Contractor's facilities at any time with reasonable
prior notice.
1.33 QUOTE TABULATIONS:
Contractor's desiring a copy of the quote tabulation, may request same by enclosing a self-
addressed stamped envelope with the quote.
1.34 CLARIFICATION AND ADDENDA TO QUOTE SPECIFICATIONS:
Any Contractor contemplating submitting a quote who is in doubt as to the true meaning of
the specifications or other quote documents, or any part thereof, must submit to the City of
Miami Beach Property Management Director, 1245 Michigan Avenue, Miami Beach,
Florida, or fax (305)673-7650, at least three (3) calendar days prior to scheduled quote
opening, a written request for clarification and/or interpretation.
All such requests for clarification must be made in writing and the person submitting the
request will be responsible for its timely delivery and/or fax transmission.
Any clarification and/or interpretation of the quote, if made, will be made only by written
Addendum duly issued by the City of Miami Beach Property Management 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 quotes is required. A copy of such Addendum shall be sent by mail or
facsimile to each Contractor receiving the quote. In the event of conflict with the original
quote, Addendum shall govern to the extent specified. Subsequent Addendum shall govern
over prior Addendum only to the extent specified. The Contractor shall be required to
acknowledge receipt of Formal Addendum by signing in the space provided on the Quote
Proposal Form. Failure to acknowledge Addendum may deem a quote non-responsive;
provided, however, that the City may waive this requirement when in its best interest. The
City will not be responsible for any clarifications or interpretations made verbally.
1.35 DEMONSTRATION OF COMPETENCY:
1) Pre-award inspection of the Contractor's facility may be made prior to the award of
contract. Quotes will only be considered from firms which are regularly engaged in the
business of providing the goods and/or services as described in this invitation for quote.
Contractors 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
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
9
qualifications and abilities of a Contractor, including past performance (experience) with the
City in making the quote award in the best interest of the City.
3) The Property Management Director may require Contractors 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 Contractor's quote may render the quote non-responsive.
4) The City may, review the successful contractor's record of performance to ensure that the
Contractor is continuing to provide sufficient financial support, equipment and
organization as prescribed in this Quotation Form. Irrespective of the Contractor'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 Contractor no longer possesses the financial support, equipment and
organization which would have been necessary during the quote evaluation period in
order to comply with this demonstration of competency section.
1.36 DETERMINATION OF AWARD:
The City shall award the contract to the lowest and best Contractor. In determining the
lowest and best Contractor, in addition to price, there shall be considered the following:
a. The ability, capacity and skill of the contractor to perform the contract.
b. Whether the Contractor can perform the contract within the time specified,
without delay.
c. The character, integrity, reputation, judgment, experience and efficiency of the
Contractor.
d. The quality of performance of previous contracts.
e. The previous and existing compliance by the Contractor with laws and
ordinances relating to the contract.
1.37 ASSIGNMENT:
The Contractor shall not assign, transfer, convey, sublet or otherwise dispose of the contract,
including any or all of its right, title or interest therein, or his or its power to execute such
contract to any person, company or corporation without the prior written consent of the City.
1.38 LAWS, PERMITS AND REGULATIONS:
The Contractor 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.
1.39 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this quote solicitation
from the Contractor. However, items that are to be Spot Market Purchased, may be
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
10
..,.,...
purchased by other methods, (i.e. Federal, State or local contracts).
1.40 ELIMINATION FROM CONSIDERATION:
This quote shall not be awarded to any person or firm which 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.
1.41 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 quote. Estimates are based upon the City's actual needs and/or usage during
a previous contract period. The City, for purposes of determining the successful Contractor
meeting specifications, may use said estimates in reaching a decision.
1.42 COLLUSION:
Quotes from related parties: Where two (2) or more related parties each submit a quote or
proposal for any contract, such bids or quotes 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 in this case,
respondent's to this quote, 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 bidder or proposer have a direct or indirect ownership interest in
another bidder or proposer for the same contract. Quotes found to be collusive shall be
rejected. Bidders or proposers who have been found to have engaged in collusion shall be
considered non-responsive, and may be suspended or debarred, and any contract resulting
from collusive bidding may be terminated for default.
1.43 DISPUTES:
In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
· The contract resulting from the award of this quote (if applicable); then
· Addenda released for this quotation, with the latest Addendum taking precedence;
then
· The Quotation Form; then
· Contractor's Quote.
1.44 REASONABLE ACCOMMODATION:
In accordance with Title II of the Americans with Disabilities Act, any person requiring an
accommodation at the quote opening because of a disability must contact Heidi Johnson
Wright at the Public Works Department at (305) 673-7080.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
11
'" 1.45 GRATUITIES:
Contractors 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
quotation.
1.46 SIGNED QUOTE CONSIDERED AN OFFER:
The signed quote shall be considered an offer on the part ofthe Contractor, which offer shall
be deemed accepted upon approval by the City, In case of default on the part of the
successful Contractor, after such acceptance, the City may procure the items or services from
other sources and hold the Contractor responsible for any excess cost occasioned or incurred
thereby.
1.47 TIE QUOTES:
In accordance with Section 287.087, Florida Statutes, regarding identical tie quotes,
preference will be given to Contractors certifying that they have implemented a drug free
work place program. A certification form will be required at that time.
1.48 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 entity in excess of the threshold amount provided in Sec. 287.017, Florida
Statutes, for CATEGORY TWO for a period of36 months from the date of being placed on
the convicted vendor list.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
12
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
..
QUOTATION NO: V A-QT03M-006
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The purpose of this quote is to award a contract, by means of sealed quotes, to a qualified
Contractor, for the City Hall outside Air Duct System, Filtration System and Fan
Replacement, as specified in the Quotation Form.
2.2 METHOD OF AWARD:
Award of this contract will be made to the lowest responsive, responsible and best Contractor
whose quote will be in the best interest of the City of Miami Beach.
2.3 PAYMENT:
Payment will be made upon final completion of this Project. The City will pay the contract
price minus any liquidated damages and/or other damages to the Contractor upon final
completion and acceptance.
2.4 [Intentionally Omitted]
2.5 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The Contractor shall be responsible for its work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
Project. It 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 Worker's Compensation and Employer's Liability Insurance to meet the statutory
requirements of the State of Florida.
Maintain Comprehensive General Liability Insurance in amounts prescribed by the City (see
checklist for insurance limits) to protect the Contractor and the interests of the City against all
risks of injury to persons (including death) or damage to property wherever located resulting
from any action or operation under the contract or in connection with the work. This policy is
to provide coverage for premises/operations, independent contractor, broad form property
QUOTE NO: V A-QT03M-006 CITY OF MIAMI BEACH
DATE: 04/12/06 13
damage, products/completed operations and contractual liability.
Maintain Automobile Liability Insurance including Property Damage covering all owned,
non-owned or hired automobiles and equipment used in connection with the work.
.
Maintain any additional coverage required by the City's Risk Manager as indicated on the
Insurance Check List.
Name the City of Miami Beach, Florida, as an additional insured on all liability policies
required by this contract. When naming the City of Miami Beach as an additional insured
onto your policies, the insurance companies must agree and will endorse the policies to state
that the City will not be liable for the payment of any premiums or assessments. A copy ofthe
endorsement( s) naming the City of Miami Beach, Florida, as an additional insured is required
and must be submitted to the City's Risk Manager.
No change or cancellation in insurance shall be made without thirty (30) days written notice to
the City's 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's Risk Manager before work is
started. The certificate must state Quote Number and Title. Upon expiration ofthe 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 preceding indemnity and hold harmless 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.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
14
...
"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 for all
damages to the property of others in and up to the amount of $1,000,000.00 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".
The Contractor will notify its insurance carrier without delay ofthe existence ofthe indemnity
and hold harmless agreement contained within this contract, and furnish a copy of the said
agreement to its 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 preceding indemnity and
hold harmless agreement from any and all claims arising out of the contract.
The Contractor will also be responsible for securing and maintaining policies of
subcontractors. All policies shall be made available to the City upon demand. Compliance by
the Contractor and its subcontractors with the foregoing requirements as to carrying insurance
and furnishing copies of the insurance policies shall not relieve the Contractor and its
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 its
subcontractor, and of persons employed by them, as it is for acts and omissions of persons
directly employed by it.
Insurance coverage required in these specifications shall be in force throughout the Contract
term. Should any Contractor fail to provide acceptable evidence of current insurance within
seven (7) days of receipt of written notice at any time during the contract term, the City shall
have the right to consider the contract breached, this justifying the termination thereof.
If Contractor can not or does not meet the insurance requirements of the specifications;
alternate insurance coverage, at the sole discretion of the City and satisfactory to the City's
Risk Manager, may be considered.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
15
xxx 1.
xxx 2.
XXX 3.
xxx 5.
xxx 7.
xxx 8.
xxx 9.
INSURANCE CHECK LIST
Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
Comprehensive General Liability (occurrence form), limits ofliability $ 1,000.000.00
per occurrence for bodily injury property damage to include Premises/ Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Indemnity and hold harmless endorsement exactly as written in
"insurance requirements" of specifications).
Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
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 Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
Thirty (30) days written cancellation notice required.
Best's guide rating B+:VI or better, latest edition.
The certificate must state the quote number and title
CONTRACTOR INSURANCE STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance shall be included in the Quotation package.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
16
Signature of Contractor
Print Name/ Title
..
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
17
2.6 CONTACT PERSON:
For any additional information regarding the specifications and requirements ofthis Project,
contact Brad A. Judd, Property Management Director, at (305) 673-7000.
2.7 SAMPLES:
The Contractor shall provide upon request, a complete and accurate sample of the product(s)
which it proposes to furnish.
2.8 BID, PERFORMANCE AND PAYMENT BOND:
Not required on this Project.
2.9 LIQUIDATED DAMAGES:
The Contractor agrees to pay the City liquidated damages in the amount of$200 per calendar
day beyond the ninety (90) day substantial completion date.
2.10 WARRANTY:
The successful Contractor will be required to warranty all work performed.
2.11 REFERENCES (PROVIDE 4 REFERENCES, PLEASE SEE PAGE 25)
2.12 COMPLETE PROJECT REQUIRED:
The Quotation Form, and the specifications described herein, outline the various items or
classes of work required, enumerating or defining the extent of same necessary, but the
City's 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.
2.13 FACILITY LOCATION:
The City Hall, is located at 1700 Convention Center Drive, Miami Beach, Fl 33139
2.14 CONTRACTOR QUALIFICATIONS:
In order for quotes to be considered, Contractors must submit with their quote evidence that
they are qualified to satisfactorily perform the specified work. Evidence shall include all
information necessary to certify that the Contractor: maintains a permanent place of business;
has technical knowledge and practical experience in the type of equipment required for work
on the Project; 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 provided scope of work to
similar size projects as the Project outlined herein. The evidence will consist of listing of
work that has been provided to public and private sector clients, (ie. nature of work and
number of similar projects completed within the last three (3) years).
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
18
2.15 COMPLETE INFORMATION REQUIRED ON QUOTATION FORM:
All quotes must be submitted on the form(s) attached in the Quotation Form and all blanks
filled in. To be considered a valid bid, the ORIGINAL AND ONE COPY of the Quotation
Form and all required submittal information must be returned, properly completed, in a
sealed envelope as outlined in the section 1.1 of General Conditions.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
19
Section 3
MEASUREMENT AND PAYMENT
3.1 Measurement of Quantities - All work completed under this contract shall be measured
by the Property Management Director, according to United States Standard Measures. All
measurements shall be taken horizontal or vertical, except for paving surfaces, which will be taken
along the actual surface of the pavement. No allowance shall be made for surfaces laid over a greater
area than authorized or for material moved from outside of slope-stakes and lines shown on the
Plans, except where such work is done upon written instructions of the Property Management
Director.
3.2 Scope of Payments - It is understood and agreed that the Contractor shall receive and
accept the prices and rates, as herein specified, in full payment for furnishing all materials, labor,
equipment, and tools, and for performing all the work contemplated and embraced in this Quotation
Form and the specifications herein, also for all loss or damage arising out ofthe nature of the work
aforesaid, or from the action of the elements or for any unforeseen difficulties or obstructions which
may arise or be encountered in the prosecution of the work, until its final acceptance as hereinafter
provided for, and also for all risks of every description and all expenses incurred by or in
consequence of the suspension or discontinuance of the work as herein provided for, or for any
infringement of patent, trademark, or copyright, and for the completion of the work in accordance
with this Quotation Form, the specifications, and contract.
3.3 Payment and Compensation for Altered Quantities -When alterations in plans or
quantities of work not requiring supplemental agreements as herein before provided for are ordered
and performed, the Contractor shall accept payment in full at the contract unit price for the actual
quantities of work done; no allowance will be made for anticipated profits; increased or decreased
work involving supplemental agreements shall be paid for as stipulated in such agreement.
3.4 Force Account Work - All extra work done on a "Force Account" basis shall be
performed by such labor, teams, tools, and equipment as may be specified by the Property
Management Director, and will be paid for in the following manner:
(a) For all labor, teams, and foremen in direct charge of the specified operations, the
Contractor shall receive the current local rate of wages, to be agreed upon in writing before starting
such work, for every hour that said labor, teams, and foremen are actually engaged in such work, to
which shall be added an amount equal to fifteen (15) percent of the sum thereof which shall be
considered as full compensation for general supervision and the furnishing and repairing of small
tools and ordinary equipment used on the contract such as picks, hand shovels, plows, etc. In
addition to the above, the Contractor shall receive the actual cost for Social Security taxes,
unemployment insurance, and Workmen's Compensation insurance involved in such force account
work, based on the actual wages paid the said labor and foremen. No percentage will be added to the
cost of such taxes or insurance.
(b) For all materials used the Contractor shall receive the actual cost of such materials,
delivered at the site, as shown by the original receipted bills, but no percentage shall be allowed on
QUOTE NO: V A-QT03M-006 CITY OF MIAMI BEACH
DATE: 04/12/06 20
the cost of such materials.
(c) For any special equipment or machinery, such as power driven rollers, tractors, trucks,
shovels, drills, concrete mixers, pumps, and hoists, also industrial railway equipment, crushers, etc.,
required for the economical performance of the work, the Property Management Director shall allow
the Contractor a reasonable rental price to be agreed upon in writing before such work is begun, for
each and every hour that said special equipment is in use on the work, to which sum no percentage
shall be added.
The compensation as herein provided shall be received by the Contractor as payment in full
for extra work done on a force account basis.
The Contractor's representative and the Project Manager shall compare records of extra work
done on a force account basis at the end of each day. Copies of these records shall be made in
duplicate upon a form provided for this purpose by the Project Manager and signed by both the
Project Manager and the Contractor's representative, one copy being forwarded, respectively, to the
Property Management Director or authorized representative, and to the Contractor. All claims for
extra work done on a force account basis shall be submitted as hereinbefore provided by the
Contractor upon certified statements, to which shall be attached original receipted bills covering the
costs of and the freight charges and hauling on all materials used in such work, and such statements
shall be submitted to the Property Management Director on the current estimate of the month in
which work was actually done.
3.5 Omitted Items - The City shall have the right to cancel the portions of the contract
relating to the construction of any items therein by the payment to the Contractor of a fair and
equitable amount covering all items incurred prior to the date of cancellation or suspension of the
work by order ofthe Property Management Director.
3.6 Partial Payments - Ifthe work progresses according to contract, the Contractor will be
paid monthly ninety (90) percent of the value of the work completed, and materials furnished by the
Contractor under these specifications, when such materials have been delivered, inspected, and
payments satisfactorily vouched for to the Property Management Director, provided the materials, in
the judgment of the Property Management Director, are such as will probably be incorporated in the
work within thirty (30) days; ten (10) per cent of the amount due being reserved until a final
settlement after the completion of the work. Contractor shall provide PARTIAL RELEASE OF
LIENS with each application for payment.
It is understood and agreed that the City may also deduct from any estimate, either partial or
final, the amount of any unsatisfied claim against the Contractor for labor, materials, teams,
equipment and/or other things as elsewhere provided herein.
Should any defective work or material be discovered previous to the final acceptance, or
should a reasonable doubt arise previous to the final acceptance as to the integrity of any part of the
completed work, the estimate and payment for such defective or questioned work shall not be
allowed until the defect has been remedied and causes for doubt removed. The monthly payments
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
21
"'"
--.' ~'
shall be approximate only, and all partial estimates and payments shall be subject to correction in the
final estimate and payment. If the total amount of the retained percentage of the contract is greatly in
... excess of the uncompleted portion of the contract the City upon consultation with the Property
Management Director, may allow the Contractor a portion ofthe suspended payment, provided that
the City shall at all times retain an amount sufficient to enable it to complete the uncompleted work
in the contract and liquidate unsatisfied claims.
3.7 Acceptance and Final Payment - Whenever the work provided for under this contract
shall have been completely performed on the part of the Contractor, and all parts of the work have
been approved by the Property Management Director, according to the contract, and all trash, debris,
equipment, and other things used in the construction removed from the site of the construction and
from the adjoining land, after final inspection as provided herein, shall certify such fact to the
Property Management Director in writing, recommending the acceptance of the work.
The amount of the final payment, less any sums that may have been deducted or retained
under the provisions of this contract, will be paid to the Contractor within thirty (30) days after the
final payment has been approved by the City upon consultation with the Property Management
Director, provided that the Contractor has furnished to the City a sworn affidavit to the effect that all
bills are paid and no suits are pending in connection with the work done under this Contract. Upon
this final payment the City is to be released from all liability whatever growing out of this contract.
No final payment shall be made without the submittal ofthe following documents: the
FINAL RELEASE OF LIEN, LETTER OF FINAL COMPLETION (or LETTER OF FINAL
ACCEPT ANCE) from the Contractor.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
22
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
QUOT A TION NO: V A-QT03M-006
Proposal Page 1 of 2
Contractor shall replace outside air duct system and fan, and install filtration system that would
accommodate sets of pre-filters, activated charcoal filters and final filters. Contractor shall furnish
and install new blower, duct work, filtration system, controls, electrical, plumbing, crane, duct smoke
detectors, engineering drawings and permits necessary to successfully complete the work.
Scope of Work: The contractor shall replace duct work, fan and install filtration system. Contractor
shall furnish new fan, duct work, filtration system, controls, equipment, crane, labor, material,
electrical and plumbing work, roofing 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.
BASE QUOTE
LUMP SUM
1) HVAC Equipment
2) Labor
3) Crane
4) Duct work
5) Electrical
6) Miscellaneous
$ 5,500.00
$ 28,500.00
$ 1,500.00
$ 26,250.00
$ 3,500.00
$ 7,864.00
GRAND TOTAL:
$ 73.114.00
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
23
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
QUOTATION NO: V A-QT03M-006
Proposal Page 2 of 2
PROMPT PAYMENT DISCOUNT: (i.e., 2%/10;1 %/20)
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE QUOTE MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY: KOLA~>> c. Qobusr~l\,'
COMPANY NAME:
"J'OHt,.}.sOl0 Co,r..JT~\)L.). TrJ\
'~;voi t. ~~..
(I certify that I am authorized to execute this QUOTE and
commit the quoting firm)
SIGNED:
Contractors must acknowledge receipt of addendum (if applicable).
Amendment No.1: N /1\
Insert Date
Amendment No.2: j'ljlt
.
Insert Date
NAME/TITLE (Print):
'Rl)u\vl) C. g \) bU~l~III'
ProJ. t1tf-.
ADDRESS:
33t.o
CQrror Q iG
A0~
Sns 100
CITY/STATE:
I0~S"\\)tJ ) fl.
95Y- L33' 3031.
9SL-f 3& 5' OLJ Of1
ZIP: 333~1
TELEPHONE NO:
FACSIMILE NO:
QUOTE NO: V A-QT03M-006
DA TE: 04/12/06
CITY OF MIAMI BEACH
23
..
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
QUOTATION NO: V A-QT03M-006
CHECK LIST
To ensure that your quotation is submitted in conformance with the Contract, please verify that the
fill " h bid db' d . d
o owmg Items ave een comp ete an su mI tte as reqUIre .
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.15
X Execution of Quote
General Conditions Section 1.2
Equivalents/Equal Product
General Condition Section 1.10
Insurance and Indemnification (including Insurance Checklist)
X General Condition Section 1.27
Special Conditions Section 2.5
Bid/Performance Bond
General Condition Section 1.27
Special Conditions Section 2.11
X Warranty
Special Conditions Section 2.13
Product/Catalog Information
X References
Special Conditions Page 24
X Bidder Qualifications
Special Conditions Section 2.17
X Contractor's Questionnaire
(Page 25)
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
25
-"
.;
CITY HALL OUTSIDE AIR DUCT SYSTEM,
FILTRATION SYSTEM AND FAN REPLACEMENT
...
QUOTATION NO: V A-QT03M-006
CUSTOMER REFERENCE LISTING
Contractor shall furnish the names, addresses, and telephone numbers of a minimum offour (4) firms
or government organizations for which the Contractor is currently furnishing or has furnished similar
services.
1)
Company Name
The City of Boca Raton
Address
2500 NW 1ST Ave Boca Raton, Fl 33431
Contact Person/Contract AmountMichael Fichera / $125,000.00
Telephone Number
561-239-2084
2)
Company Name
Broward County
Address
115 S. Andrews Ave Ft. Lauderdale, Fl
Contact Person/Contract Amount Carol Coburn / $1,000,000.00
Telephone Nuinber 954-357-6482
3)
Company Name
Fliqht Safety International
Address
3887 Southern Blvd W. Palm Bch, Fl
Contact Person/Contract Amount Evan Reig / $90.000.00
Telephone Number 561-515-2900
4)
Company Name
The City of Miami Beach
Address
1245 Michigan Ave Miami Bch, FL 33139
Contact Person/Contract Amount ~alph Moreno / $80,000.00
Telephone Number
305-673-2972
QUOTE NO: V A-QT03M-006
DATE: 04/12106
CITY OF MIAMI BEACH
26
"
"
CONTRACTOR'S QUESTIONNAIRE
- NOTE:
Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this quote.
Submitted to City of Miami Beach, Florida:
By David Santo - Bus~hess Development Manaqer
PrincipalOffice 3300 Corporate Ave, Suite 100, Weston, FL 33331
How many years has your organization been in business as a General Contractor under your present
business name? 122
Does your organization have current occupational licenses entitling it to do the work contemplated in
this contract?Ye s
State of Florida occupational license - state type and number: QBO 0 1 7 7 2 2
Dade County certificate of competency - state type and number:
City of Miami Beach occupational license - state type and number:
Include copies of above licenses and certificates with proposal.
How many years experience in similar work has your organization had?
(A) As a General Contractor 25 years
(B)
As a Sub-Contractor
122 years
(C) What contracts has your organization completed? (use separate sheets if necessary)
Contract Amt Class of Work When Completed Name/Address of Owner
$45,000 HVAC Mech Feb 2006 City of Miami Beach - Public Works
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? N / A
Has any officer or partner of your organization ever failed to complete a construction contract
handled in his own name?
NO
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
27
~ If so, state name of individual, name of owner, and reason thereof
N / A
..
In what other lines of business are you financially interested or engaged? Please see
Annual Report attached
Give references as to experience, ability, and financial standing P 1 Pi'!!':P !':pp An nil i'!l Rppnrt
attached
What equipment do you own that is available for the proposed work and where located?
Hvac Equipment and standard trade tools avaliable in our office and
over (40) stocked service vehicles
What bank or banks have you arranged to do business with during the course ofthe contract should it
be awarded to you?
Please list the names and addresses of the subcontractors to be used for the portions of the work
listed below.
Sheet Metal Experts - 8986 NW 105th Way, Medley, FL 33178
I HEREBY CERTIFY that the above answers are true and correct.
Johnson Controls, Inc.
Contractor
David Santo - Business Development Manager
Print Name/Title
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
28
CONTRACT FOR QUOTATION NO. V A-QT03M-006
..
THIS CONTRACT made this 25 day of Mav 2006, 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
Johnson Controls Inc.
herein after called the Contractor, which term shall include its heirs, successors and assigns, party of
the other part.
WITNESSETH that the said Contractor for the consideration and compensation herein agreed to be
paid and the said City in consideration of the Project to be done by said Contractor PURSUANT
TO City Quotation NO. V A-QT03M-006 and designated "CITY HALL OUTSIDE AIR DUCT
SYSTEM, FILTRATION SYSTEM AND FAN REPLACEMENT" (also referred to as "the
work" or "the Project") by said City, do hereby mutually agree as follows:
I. This Agreement shall extend to and be obligatory upon said City, its successors and assigns,
and upon said Contractor and its heirs, successors and assigns. Neither this Agreement nor
any part thereof nor any part of the work herein contemplated, shall be assigned or sublet, nor
shall any sums of money provided to be paid to said Contractor be assigned by said
Contractor to anyone without the prior written consent of the City.
2. City of Miami Beach Quotation NO. V A-QT03M-006 and Contractor's Quote in
response there to, are hereby referred to and made a part of this Agreement and the terms
and conditions set forth therein, except when in direct conflict with this written Contract,
are as much a part hereof as if copied herein. If conflicts exist between them and this
written instrument, only that part of the matter in direct conflict herewith shall not be
construed to be a part hereof. The priority of documents shall be as set forth in Section
1.43 of the Quotation Form.
3. The Contractor shall commence work within seven (7) days of the issuance ofa Notice to
Proceed from the City and shall construct and complete in a good and workmanlike manner
the materials herein referred to, strictly in accord herewith the following:
3.1 Unless there is a change in the scheduling of the Project approved by the Property
Management Director, the Contractor shall be substantially completed with the
work within ninety (90) calendar days from the issuance of the Notice to
Proceed, and completed and ready for final payment within hundred and
twenty(120) calendar days after the issuance of said Notice.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
29
-'
3.2
,
4
I"
Damages - City and Contractor recognize that the City will suffer direct financial loss
if work is not completed within the Contract times specified in Paragraph 3.1. They
also recognize the delays, expense and difficulties involved in proving in a legal or
arbitration preceding the actual loss suffered by City ifthe work is not completed on
time, and therefore time is of the essence. Accordingly, instead of requiring any such
proof Contractor agrees to forfeit and pay City as liquidated damages for delay (but
not as a penalty) the amount of Two Hundred Dollars ($200.00) for each calendar
day that expires after the Contract Time specified in Paragraph 3.1 for
Substantial Completion until the work is substantially complete. After Substantial
Completion if Contractor shall neglect, refuse, or fail to complete the remaining work
within the Contract Time, Contractor shall pay Owner Two Hundred Dollars
($200.00) for each calendar day that expires after the time specified in
Paragraph 3.1 for completion and readiness for final payment. These amounts
represent a reasonable estimate of City's expenses for extended delays and for
inspection, engineering services and administrative costs associated with such delay.
4. Contractor shall furnish all implements, machinery, equipment, transportation, tools,
materials, supplies labor, and other things necessary to the execution and completion of the
work, nothing being required of the City except that it may, at its expense, supervise such
work and enter upon and inspect the same at all reasonable times.
5. If any dispute arises between the City and said Contractor with reference to the meaning or
requirements of any part of this contract and they cannot agree, the more stringent
requirements shall govern as determined by the City, through its Property Management
Director.
6. If the Contractor shall complete the work herein contemplated in a good and workmanlike
manner within the time herein specified and in accord herewith, the said City shall pay to the
Contractor the contract sum in accordance with the conditions ofthe contract. The City, by
allowing Contractor to continue with said construction after the time for its completion
hereinbefore stated shall not deprive City of the right to exercise any option in this contract
nor shall it operate to alter any other term of this contract.
7. Prior to commencing any work on the Project 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's Risk Manager.
8. All documents shall be executed satisfactorily to the City and until required Bonds and
Insurance Certificates have been filed and approved, this contract shall not be deemed
effective.
City shall pay Contractor for performance of the work in accordance with the Quotation
Form in current funds at the lump sum or unit prices presented in the Quotation Form and
Contractor's response there to, as attached to this contract. The parties expressly agree that
the contract price is a stipulated sum except with regard to the items in the Quote which are
subject to unit prices.
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
9.
CITY OF MIAMI BEACH
30
J
Contract Price:
$ 73.1 14.00
-.
10. This contract, and all attachments hereto, comprises the entire agreement between City and
Contractor, to this Agreement.
The contract may only be amended, modified or supplemented as provided in the General
Conditions.
IN WITNESS WHEREOF the City has caused this contract 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 the City of
Miami Beach, and the said Contractor has caused this Agreement to be signed it its name.
~rf~
City Clerk
Robert Parcher
.Y~~U
Signatur~
By
"
ATTEST:
E ~ $(',-z.., ~f; J2pvelry~1 .}lM1~1-lv-
Print N ame/Title
Bruce Barberio - Service Branch Mgr
Print Name/Title
QUOTE NO: V A-QT03M-006
DATE: 04/12/06
CITY OF MIAMI BEACH
31
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
~
'"'.
Johnson Controls, Inc.
Controls Group
507 East Michigan Street
Post Office Box 423
Milwaukee, WI 53201-0423
Tel. 414/524 4000
..
"
0~HNSON
CONTR~LS
DELEGATJ:ON OF AU'l'HORJ:TY
The undersigned, President of Johnson Controls, Inc., a Wisconsin
corporation, pursuant to the authority vested in him by a certain resolution
adopted by the Board of Directors of the Company on January 23, 1980, hereby
authorizes
Bruce Barberio
Branch Manager - Service
Miami Branch Office
3300 Corporate Ave., Suite 100
Weston, FL 33331
to perform, on behalf of the company, the acts described below:
To execute
work, sale
instruments
business.
and deliver any and all contracts for the performance of
of goods, and furnishing of services, and any other
in connection therewith and in the ordinary course of
This authority does not extend to:
a. the execution of surety, performance or bid bonds;
b. the signing of any notes, contracts, or any other agreement to
borrow money in the name of the Company; and
c. the signing, on behalf of the Company, of any deeds, abstracts,
offers of purchase, or any other instruments pertaining to the
purchase or sale of real property.
This authority shall remain in full force and effect until October 25, 2006.
Signed and sealed at Milwaukee, Wisconsin, this 25th day of
2006 .
April
lCI Branch No/Localion:
DATE
PRODUCER
...
Marsh U~A Inc.
411 East Wisconsin Avenue
Suite 1600
Milwaukee, Wisconsin 53202-4419
Attn: CPU, Phone (414) 290-4912 Fax (414) 290-4953
CPU _Mllwaukee@marsh.com
09/29/2005
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE
POLICY, THIS CERTIFICATE OOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES DESCRIBED HEREIN.
COMPANIES AFFORDING COVERAGE
AM at atlng
(Ao of 09/26/05)
*See Below
Attn: Corp. Risk Mgmt. X-92
P,O. Box 591
Milwaukee, WI 53201
Company
A
Company
B
Company
C
Illinois Union Insurance Company
P.O. Box 41484, Philadelphia, PA 19101
Sentry Insurance A Mutual Co.
1800 North Point Drive, Stevens Poin\, WI 54481
A+XV
INSURED
Johnson Controls, Inc.
Johnson Controls Battery Group, Inc.
Johnson Controls Interiors, L.L.C.
Johnson Controls of Puerto Rico, Inc.
Cal-Alr, Inc.
GES America, L.L.C.
Optima Batteries, Inc.
USI Companies Inc,
A+XV
Indemnity Insurance Company of North America
and for CA: ACE American Insurance Company
P.O. Box 41484, Philadelphia, PA 19101
Lexington Insurance Company
100 Summer Street, Boston, MA 02110
A+XV
Company
D
A+XV
/w
.",a"Kit" :~l'.' "+,,'-
, . 1.ll;Ji,l<, J).I~!-2, .'
;' ~~~;
.~
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES, LIMITS SHOWN
MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY EFFECTIVE POLICY EXPIRATION
LT TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDIYY) DATE (MM/DDIYY) LIMITS
R
A GENERAL LIABILITY (1) (2) (3) GENERAL AGGREGATE $ 5,000,000
X HDOG1723551 10-1-2005 10-1-2006 $ 5,000,000
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG
CLAIMS MADE ~ OCCUR PERSONAL & ADV INJURY $ 5,000,000
OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 5,000,000
X Contractual $ 5,000,000
X X.C.U (Explosion. Collapse, Underground)
X Additlonallnsured.Owners lessees or $ 50,000
Contractors See Below MED EXP (Anyone person
B AUTOMOBILE LIABILITY (1) (2) (3)
90-04606-01 10-1-2005 10-1-2006 COMBINED SINGLE LIMIT $ 2,000,000
X ANY AUTO
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person)
X HIRED AUTOS BODILY INJURY
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE
GARAGE LIABILITY AUTO ONL Y-EA ACCIDENT
ANY AUTO OTHER THAN AUTO ONLY:
D EXCESS LIABILITY
5577313 10-1-2005 10-1-2006 EACH OCCURRENCE
X UMBRELLA FORM
AGGREGATE
OTHER THAN UMBRELLA FORM
C WORKERS COMPENSATION AND WLRC44333879 10-1-2005 10-1-2006
EMPLOYERS' LIABILITY (3) WLRC44333880 - CA
THE PROPRIETOR!
PARTNERS/EXECUTIVE
OFFICERS ARE:
OTHER
(1) ADDITIONAL INSURED/LOSS PAYEE: Includes coverage for Additional Insureds & loss Payees as required by lease or contract.
If required by contract, this includes:
(2) PRIMARY COVERAGE: Where required by lease or contract, this coverage is primary and not excess of or contributing with other insurance or self-insurance.
3 WAIVER OF SUBROGATION: Insured waives subro alion to the extent re ulred b contract.
DESCRIPTION OF OPERATIONSIlOCATIONSNEHICLES/SPECIAL ITEMS JCI Contract No.
Project Name:
Customer PO Number:
fiB
INCL
The Indemnity Insurance Company of North
America program applies to all JCt entities in all
states except for the self~nsured entities and the
monopolistic states.
EL EACH ACCIDENT
$ 1,000,000
EXCL
EL DISEASE-POLICY LIMIT $ 1,000,000
EL DISEASE-EACH EMPLOYEE $ 1,000,000
Additional Insured: City of Miami
Beach
SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.
THE ISSUING COMPANY WIU Iitlt;!Ii"'O~ TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER
NAMED HEREIN, 8' fl" l7"Ib."Ri W t1AIb. i"(,,11 tlO'TI". CM"L.b.1t1PQt&: tlQ Qt:'bK'''TIOtl QR. L.I"PIL.W"Qr "tlY Klt:IO
IIPQtl T"'" It'~1 'J;;liR A~I7QI>i~ltl~ ~9'~RA~Ii.ITt ""&rR"t QlXl RiPRiiitlT"TI'lii
MARSH USA INC. BY:
."", .,<, "'" "'"'J"[" ,,[-,my""""! "lil""""'~'=""'cP'~"~~~""T"'''"''''''''''~'''''''"r'<''I'!'-l.r"'w",,~' ,,-,. '-","" "0"-" . " . .""I'"Pi'l
.' ~ " ,1-1(1<1 r'J,I., 'll"\lj.r)'I-H',"(., 11\\'I,~;.l]J"':I*_'..!I!/'I' '.ll! .1'l'Il'~'l,'I'U.t,:l\""~I"'!t~/"!."~ ~"'''~\''I;l'[i'-~t \1!Vf'iIC' "'~{', l'lt '.'tr-.~,~ 1-;..,)",,\ I"f ;: \"1 ~'Il' l,l).!', 1'It1.I,;r,~('RII t~'lll' f' . If ~ f I
, I, ,', I.' j"f.' 'II 'pl;~it!.,,"'f't'!("I.'ill ii.':I~'~\}il .'~dh)~I'J.~<,J d\'I"~~llIJr.,..li'/i'}'lf~lj').,)ljl!.1 tW,i':tl'lt"I, ">1'111:+<1, >', ,l~, ~">~1: ... p" Il!l'l}'
" ~ II 1'1', 'j 1) :'II .'~ 1 II l1' t. ,'lY;'~ .t\.,!..J i!}I, l.t, I I',' II f tl,) i\d'}. ll,t I",~,,~ U..\;J~ ,;l , I] ,1\ :i'~ II tl.ll,d '''-,\,1; 1~';d\.HI ~~, .'~1j'~'\~~ ..,i,. <4A~' ",. ,:t~~ o:!~ ><-:)1:' . 'i~ ~tl~' ""'~'~'" 1;'1'..:-..~'i~' ~&i':f
PW~7
z' ,~~7?