Loading...
HomeMy WebLinkAboutHistoric City Hall Elevators Renovation Project ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL BUILDING QUOTATION #VA-QT6Elev-07 Michael Alvarez, Public Works Assistant Director City of Miami Beach -Property Management Division 1245 Michigan Avenue Miami Beach, FL 33139 QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 1 CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:llm iam i beachfl. gov Telephone (305) 673-7000 QUOTATION NO: VA-QT6Elev-07 ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL BUILDING Facsimile (305) 673-7650 Description: This Project consists of furnishing all labor, machinery and equipments necessary for the renovation of two (2) electric passenger elevators type overhead traction, capacity 25001b. geared traction driving machine, speed 250 feet per minute, serving eight landing at the Historic City Hall building, located at 1130 Washington Avenue. Scope of Work: The contractor shall follow the engineer specifications. This project consists of the replacement of the following components: Electric Motors: The contractor will provide as part of the modernization new electric motors for the existing traction machines, these motor will be of the AC type with type F insulation, will be dynamically balanced and supported by roller bearings of ample capacity and will be able to operate with a WVF type drive and fitted with a encoder. Traction elevators must be equipped with an ascending elevator system. The system must be or equal to Hollister Whitney rope gripper system or a counterweight safety device with over-speed governor or a bi-directional under-car safety device/over- speed governor. Control System: The elevator control system shall be microprocessor based and software oriented with velocity feedback. Field-programmable features shall include: door functions, building configuration, fire codes. No additional tool or programmer need to be use, all programming tools must be included on the controller. The elevator control must provide highly accurate electronic weighting device, overload alarm and signal light. Alarm and signal light shall function if load exceeds design capacity. Elevator shall not function if overload condition exists. The system shall operate in real time, continuously analyzing the cars changing position, condition and work load. All controller and operational circuits including the brake control and drive system shall be digital. Control of the elevator shall be automatic in operation by means of push buttons in the car operating panel numbered to correspond the floors served, for registering car stops, and by up-down bush buttons at each intermediate landing and call push buttons at terminal landings. Door Operators: Door operators shall be changed for new high quality, heavy duty . type. • Wiring: Electric and control wires between controller and cab and hoistway entrances shall be replaced with new compatible electric wiring for the new control system. New electric power wiring shall be provided between the drive controller and the new .. motors. Cabs: Provide car operating panel with ADA complying fixtures, also the car operating panel shall have the Fire Fighters operational buttons and fixtures to comply effective elevator code. Wood and bronze inside cab must be restored to the best condition possible. Door on elevator cab must be engineered to receive the new door operator equipment as necessary. Elevator Pit and Hoistway: The pit floor shall be cleaned and made flush, hoistway window must be closed, and these works are not of the elevator contractor responsibility. The elevator contractor shall provide a pit switch and coordinate with the electrical contractors to install a GFI receptacle on the pit as a receptacle to install a sump pump. Existing buffers will be retained and cleaned. Landings: Install direction indicator in each landing and at first floor elevator contractor must repair and use the bronze floor position indicator that exist on the lobby and restore it to the best condition possible. Elevator Machine Room: A control room temperature and humidity between SSF and 90F will be installed by third parry contractors and are not of the elevator contractor responsibility. Contractors submitting quotes should examine site and all current specifications and base their quotation on existing field conditions, scope of work and 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 for all necessary labor, materials and equipments necessary for the total completion of the required work, as per specifications provided. 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. A Pre-Bid Conference/ Visit has been schedule for 10:00 a.m. on February 8`h , 2007, at the Historic City Hall building, located at 1130 Washington Avenue, Miami Beach, F133139. Attendance at this Pre- Bid Conference/ Visit is highly encouraged and recommended as a valuable source of information, however it is not mandatory. Quotations will be received until 3:00 p.m. on the February 28th, 2007, at the following address: City of Miami Beach Property Management Division, 1245 Michigan Avenue, Miami Beach, Fl 33139. _ - 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 additional insured on the certificate; current Occupational License; and copy of State of Florida Contractor License 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. ~~ Michael Alvarez, CGC Assistant Director, Public Works Department UNIVERSAL ELEVATOR CORP. REPAIR • RESIDENTIAL • COMMERCIAL • DUMBWAITER October 4, 2007 City of Miami Beach Properly Management Division 1245 Michigan Avenue Miami Beach, Florida 33139 Re: Elevators Renovation Project At The Historic City Hall Building Quotation #VA-QT6Elev-07 Dear Viviana; First, we would like to thank you for allowing us the opportunity to bid this job for you. This is an important opportunity for us, and we really do appreciafie the significance this project will have for our company. We would like to assure you that our rnmpany will put forth a concentrated effort to do an excellent job for your department. Based on our previous conversation, and our recommendation, we are submitting this proposal for your perusal. We are committed bo finish the fnst elevator on time provided the contract gets executed as soon as possible since time is of the essence and we will need every available day in order to comply with your request of one finished elevator by the end of December 2007. ScorE olV woRx MIAMI BEACH CTTY HALL HISTORICAL BUILDING Modernization of 2 traction elevators of the followumg charac6eristics: o Capacity 25001bs o Speed 250 Fpm o Stops 8 on line o Opening 39x84 side opening doors, two speed, both left hand opening o Type :Traction o Machine: Locate on top of building ~= Install new control with the following features o Non-proprietary o A17.1-2004 J B44-00 Complaint Design o Standardized Core PC Boards o Backward CompatcbiIity o Diagnostics: All diagnostics shall be provided onboard o Service TooL• No service tool shaIl be required for equipment installation, adjustment, and maintenance or troubleshooting. o Field Programmable o Telephone Technical Support o Modular Dispatching o Nema 4 enclosure 12272 SW 131 Avenue • Miami, Florida 33186 • Phone: (305) 256-8811 • Fax: [305) 256-0011 o Emergency Power capable o Load weight control o VWF motor control with encoder feedback ~. Install new AC hoist motors Install new encoders on electric motors Install new encoder communication wires from encoder to control Install new electric wiring between control and electric hoist motors ,= Install new electric wiring between power unit and disconnect provided by customer Install new electric wiring between control and elevator cab ^' Install new electric wiring between control and each one of the floors Install new speed governor for each elevators Sand and buff first floor bronze mirror entrance. ~= Install new hall call stations on Muntz #4 on each one of the landings Install on first floor hall station with fire service, fire jewel, phase I instructions, in use jewel and access switch Instafl Fire Lobby panel with position indicators w/ arrows, emergency power selector switch, key switch and power jewel. Install new car direction indicators on Muntz #4 on each one of the landings for each car ~= Provide access switches for main and top landing Install new Braille markings at each floor on both sides of the entrances frames Install new door equipment on each landing Repair and refinish wood interiors Refinish bronze interior finishes, including handrail Install new marble floor Give maintenance to existing platform -~= Give maintenance to existing rails and rail brackets Give maintenance to existing sprung buffers on elevator pit Give maintenance to existing traction machines -~ Install new drop ceiling with Mentz tiles and down lights -~ Install new door operator on top of cab ~= Install top of car control panel -~= Install a new car operating panel with the following features: o Illuminated pushbutton for each landing o Fire service o Dorr open /door close buttons o Alarm button o Run /stop key o Emergency light o Hans free ADA telephone o Floor position indicator o Fan /light keys o Handicap Braille Signs o Engraved Capacity o Phase II Fire Service Instruction inside Firefighter cabinet o Floor passing tone and door nudging buzzer .:; Install new Certificate Frame Install an elevator fan Install new Infrared Curtain Install new Fire Signs Total Estimate Amount Per IIevator. One hundred and twenty four thousand dollars per elevator or $248,000.00 for two elevators. We require a lead-time of approximately 8-10 weeks to order and receive the equipment and commence work on the project and approximately 8-12 weeks to complete the job. We will have a two-person crew at the job site from Monday thru Friday from 7:00 A.M. to 3:30 P.M. We thank you for allowing us the opportunity to provide this estimate for you and we await your prompt response, we are ahNays here for our clients and do no# mind coming to you to clarify any point you may not be clear about. We know that this is a great investment and you would want to choose a company that not only provides great prices but also is responsible enough to complete the project in a timely and professional manner. Please do not hesitate to contact us should you need additional information. Regards, Alexandra Sanabria Viee President asanabriaQuniversalelevatorcorp. com 10/26/2007 09:56 3052560011 UNIVERSAL ELEVATOR PAGE 02/03 AC~RD,~ CERTIFICATE OF LIABILITY INSURANCE ;~,„'"'"'°""r' - """""O TI#6 CERf IFN'.ATE E< AS A MA7TER fDF MIFOMMI}ON USI Insuranioa SefvkM ONLY ANO CONFHfiB NO IM~+MTS tlPOlf TiffL CER71F1CATE 2756 FlafNarld poslcl MOLOER TMi CERTIFICATE DOES NOT ANEyiD~ EXT@ID OR F N Cl 220 ALTS THE OOVERA6E AFPgRDED BY TfIE POLSpE9 B1:i0M1. a s w~b. VA 13 703 2061700; FAX 610 577385 Nf3tAtERS AFFORDOYP COVERAGE NAIL ti aiellas~ UniwrsM EI l b C l rJeuaErt~ ~inn~lsllslell Inswsrta Co 21322 rl a r apaat on 11800 SW /4t C 13 B awuN~N e; hl a •~R 11Nami FL 35193 .. _ .. . a. INSUNE~e E: COYERAi8E5 71Ee POLICIES OF INSURANCr Ui1ED BQ.aW FIAVE BEN IS>3<IED TO T}E fNSUllh~ NAKED JIBOVE 1'OR 111E POLICr PERIOD INDK•ATED. NO11NR1iBfNWIN6 JINr NriOU~Tir.1F=R#I OR CONOIiION OP AIW CONTRA4T OR OTHER OO dAN~fT WTTN ACT TO WMChI TMS CER'flPICATE MAY BE ISBIIED OR MAY P®srAIN.1FA IdIB{IRANCE AFfOR0E0 gr 1116 POLICES OEeCN9EO HEREIN B SUB,IECr TO ALL THE TEF1M9. EXCLUSIONS AND CDIORION3 OF SUC-1 POLICES- ARaGREGAtE LIINTiS SHOWN IMAM NAVE BEEN REDUCED BY PAE) dJ1MAS. TrR OF MMIIIANCE ROLICT 111111a^1 ~~ A AoleuL Lwanr 9MD®IEGIs'900BRK 10fJ51D7 10125188 EACH OCCYNRb70E s1 ' cs>A.1ENC~w. Q! TENK LYMlrrr 6100 000 a+uvwrm nuoE nX ocrxiN IwED ~ fM+r oA pawn 610 000 ~asonAL a wv swluNr 61000 oeNCw~L -TE 000 000 QENLA09RECATELAIITAPPl~E8aER; vgOOUCig-OOM-loPAO6 s3 000 000 aoucr X PNa Lac Au ~o~IDenF LM~II,A'- aM/OIEUMIT C MI~ 3 ANIfAUfO ( ~ n ALL ~NgD AUf06 _ ej~ _ 9CNEDULm MITOE (Pw Nwe ~ Rr~ f NON-0WN@D /1tll'Oa (P+r ~ seeMMA) oANn~LUw.In ntITOO~+~r-FwAccior~rr = ~rtrAtno O~f1DtTMAM E/1ACC s Auro ar+l.r: Atla _ ~s~nlsaNe~uASUn Ewcx+ocalwlENCe OOIXIII ~ CtMMSMADE /IGGREGAT@ _ s ~~~ s NEIEN~ION i s OOw~I><J1110N AND YYC STA ~lLOIEIDT twain ANr EL ~1CM ACCIDENT S ass~cann~ENSa exauoEm E ~~ ~~ E.L. 019EASE • EA E E i lUew - PaI.ICY La11T E DTN9! DESCRN'f1011 bF OPJl11ATNNY I lACA110MJY9iCL,at / E>tCLWIONi AW®S1' ~afa•DIIEIR! iFEGAL ~ROYINON6 1~: NIs~iDdc Cihl Hdl; VA~QTOELEN•07; 1130 Wasrhln8loa Awnua, Miaml ~h. FL 331 ~ Modsnslzsgon d 2 Elsrdols - Mstrh, i Itlb~rior Colstns:[ f~p{fC :Z~I8,000 Quragoll d Job: 0 molrflls C TION sNO1ws AN- ot: THE Aaar¢ ~ww roueaas JNE eANCeLaafo ~vNa tn[ EIOMNATf011 filly otF Mlaenl BsseNPropesty IManaOemsnt DlNolon DATE TNlAOOF. THE NNINNO MsueeN waL eNDEArDN To rAa ~8_ DArs>~ A1fatls: VIYI~M ANdliMly NOTICE TO TNt C[RI7<iCATB NOLOEA NAME TO TNa LIFT, sIJT FAI1.11gi 10 DO i0>NN1LL 1246 Mkhgsln Avensw rose No oeueATAN oe uADam of M.. AND uroN TINT IIIEI~NEN, IIS AYENft oR MaIIN dfaladl, FL 33'178 AIrtIIDR~ IMal~i@NTATNE ^--^-~ -~ ~--~ ••wJ r w e 1ss1377R161M1255179 JFCEIC O ACORO CORPORATNNI 1YEE CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDD/YYYY) tODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Buywise Insurance Agency, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ?4 Box 16 2 6 0 0 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Miami, FL 33116-2600 (305)598-6549 'UFO UNIV$RSAL l3LEVATOR CORP 12272 SW 131ST AVENIIE MIAMI, FL 33186 INSURERS AFFORDING COVERAGE INSURER A: Ei'jJB j~, INSURER B: INSURER C: t~ - ~, INSURER D: ~ INSURER E: _ ~ - Q NAIC# THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED: NOAA+ITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICA~~ MAYBE ISSUED OR "riAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANO,CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOW N MAY HAVE BEEN REDUCED BY PAID CLAIMS. `- - : F i POLICY NUMBER POLICY EFFECTIVE DA M POLICYEXPIRA I N TE MM/D .' LIMITS.-^ GENERAL UABIUTY EACH OCCURRENCE .: S" COMMERCIAL GENERAL LIABILITY PREMISES Ea ecp:renx S ' CLAIMS MADE ~ OCCUR MEDEXP{Anyonepe~son) S PERSONAL&ADVINJURY S GENERAL AGGREGATE S GEN'L AGGREGATE LIMB APPLIES PER: PRODUCTS - COMP/OP AGG S POLICY SECT LOC AUT OMOBILELIABILfTY COMBINED SINGLE LIMIT ANYAUTO (Eaaocident) S ALL OW NED AUTOS BODILY INJURY SCHEDULED AUTOS {Per ) S HIRED AUTOS BODILY INJURY NON-OWNEDAUTOS (Peraccident) S PROPERTY DAMAGE (Pereccfdent) S GARAGE LIABILITY AUTO ONLY-EAACCIDENT S ANYAUTO OTHER THAN EAACC S AUTOONLY: AGG S EXCESSNMBRELLA LIABILITY EACH OCCURRENCE S OCCUR ~ CLAIMSMADE AGGREGATE S S DEDUCTIBLE S RETENTION S S WORKERS COMPENSATIONAND T RYLIMIT X ER aNV aROaweroRnAP:TNERlEXECUTIVE 10 6 4 0 414 0 4/ 01 / 0 7 0 4/ 01 / 0 8 E.L. EACH ACCIDENT 5 1 0 0 0 0 0 0 F FIC EWMeMBER E7CCLUDED9 O E.L. DISEASE • EA EMPLOYE S 1 0 0 0 O O O y e ~ SPECIAL. PROVISIONS below E.L. DISEASE -POLICY LIMIT S 1 0 0 0 0 0 OTHER n,.eem ~ non Ur vrteaA i ivns i LIJGA ~ ~urvs / vttia:Lt~ i tXl:LU5WN5 ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CITY OF MIAMI BEACH 1245 MICHIGAN AVENiTE MIAMI BEACH, FL 33139 ATTN: VIVIANA ALEMANI ORD25(2001/08} SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED RS~RESE ®ACORD CORPORATION 1988 10/19/2007 08:57 3052560011 UNIVERSAL ELEVATOR PAGE 02/02 ' IIA07 LOCAL 01180~TAX RECEIPT 2008 FIF13T-CLASS IAIAIM~DADE OOUNTY ,OAOE OOVki'r .STATE OF FLORIDA U.S. POSp M3@ TAX COLCACT'DR MIAMI. R. 1~0 W. FLAGLER ST. EXPIRES ~PT'T~~, E ~ 6US PUlI9WNT70 OOUNTY CODE Ct1AF?!R el- • ART. s d,10 PERNi1T p0.2~1 AMIFL 3a1~ ~ ~ ......::._~.:.~..._:. _ _ ....... • ~ RENEwaL 516539-2 uCENeHI~w. 541977-5 ~~~~ STATEi EL0000379 ~Z~ZR$yA1t131EAVE0R CORP 33166 UNIN DARE COUNTY UNIVERSAL ELEVATOR CORP ~,tORKERlS Soa 1y~a ~ 6whnoa 2 196 SPEC MECHANICAL CONTRACTOR TN1E1 N~I,YnA LOOAL CO~~~ ~~yM DO N01' FORWARD QWNlY Mt OfT1E~N~OR ' O f,TEEEM'~SNE UNIVERSAL EL.EVATDR CORP "+~'~~ LUIS SANABRIA PRES N~r'A~c° 12272 SN 131 AYE 7nq~11. MIAMI FL 33186 coAU~~ 30/10/2007 008082.50 ~Il~inr Isf:t X11 +dllu 111 n Inklr s In u I ~8 i1E61 OTHER Sld! . . ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL BUILDING QUOTATION NO: VA-QT6Elev-07 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 aze 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 Public Works Assistant Director, 1245 Michigan Avenue, 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 aze 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: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 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 of this 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 incomplete compliance with the specifications as listed on the attached form. QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10!09/07 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 Public Works Assistant 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 ft 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 to/or 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: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 6 1.17 DISPUTES: In case of any doubt or difference of opinion as to the items to be fiunished 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. Ifthe 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) 673-7490/VOICE 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 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 model, of the best quality, and highest grade workmanship. QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 7 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 awazd, 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 awazd, or withdrawal of a quote before such awazd 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 of the provisions of this quote are violated by the Contractor,. the Public Works Assistant Director shall give written notice to the Contractor stating the deficiencies, and unless such deficiencies aze corrected within ten (10) 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 aze 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: vA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 S 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 aself- 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 Public Works Assistant Director,1245 Michigan Avenue, Miami Beach, Florida, or faz (305)673-7650, at least two (2) 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 Public Works Assistant 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 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. QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 9 3) The Public Works Assistant Director may require Contractors to show proof that they have been designated as authorized representatives of amanufacturer orsupplier 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 ofthe 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 prescn`bed 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 purchased by other methods, (i.e. Federal, State or local contracts). QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 10 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 the Public Works Department at (305) 673-7080. QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 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 of the Contractor, which offer shall be deemed accepted upon approval by the City, In case of default on the part ofthe 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 of 36 months from the date of being placed on the convicted vendor list. QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 12 ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL BUILDING QUOTATION NO: VA-QT6Elev-07 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 ELEVATORS RENOVATION AT THE HISTORIC CITY HALL BUILDING, as specified in the Quotation Form. 2.2 METHOD OF AWARD: Awazd 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: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 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 of the 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 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 dollaz 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: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 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 ofinvestigation, 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: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 15 INSURANCE CHECK LIST XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. X~~ 2. Comprehensive General Liability (occurrence form), limits of liability $1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Indemnity and hold harmless endorsement exactly as written in "insurance requirements" of specifications). X~~ 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4 ~~ 5. 6. XX~~ 7. X~~X 8. XX~~ 9. 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. Other Insurance as indicated: _ Builders Risk completed value $ .00 Liquor Liability $ .00 _ Fire Legal Liability $ .00 _ Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 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 Insuranc Requirements ofthese specifications and that evidence ofthis insurance shall be included ' e Quotatio package. =-U i~ SAN ik bpi A ~~uPSI'cle~7 Signature of Contractor Print Name/ Title QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 16 2.6 CONTACT PERSON: For any additional information regarding the specifications and requirements of this Project, contact Michael Alvarez, Public Works Assistant Director, at (305) 673-6629. 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 thirty (30) day substantial completion date. 2.10 WARRANTY: The successful Contractor will be required to warranty all work performed. The work performed on the elevators renovation will require a minimum warranty of one (1) year in craftsmanship and parts. 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 Historic City Hall building is located at 1130 V~ashington Avenue, 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 oflisting ofwork 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: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 17 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: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 I8 Section 3 MEASUREMENT AND PAYMENT 3.1 Measurement ofQuantities -All work completed under this contract shall be measured by the Public Works Assistant 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 ofslope-stakes and lines shown on the Plans, except where such work is done upon written instructions of the Public Works Assistant Director 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 of the 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 Public Works Assistant 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. QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 19 _ (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 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 Public Works Assistant 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 Public Works Assistant 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 Public Works Assistant 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 of the Public Works Assistant Director. 3.6 Partial Payments - If the 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 Public Works Assistant Director, provided the materials, in the judgment of the Public Works Assistant 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 QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 20 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 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 Public Works Assistant Director, may allow the Contractor a portion of the 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 Public Works Assistant Director, according to the contract, and all trash, debris, equipment, and other things used in the construction removed from the site ofthe construction and from the adjoining land, after final inspection as provided herein, shall certify such fact to the Public Works Assistant 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 Public Works Assistant 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 of the following documents: the FINAL RELEASE OF LIEN, LETTER OF FINAL COMPLETION (or LETTER OF FINAL ACCEPTANCE) from the Contractor. QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 21 ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL BUILDING QUOTATION NO: VA-QT6Elev-07 Proposal Page 1 of 2 This Project consists of furnishing all labor, machinery and equipments necessary for the renovation of two (2) electric passenger elevators type overhead traction, capacity 2500 lb. geared traction driving machine, speed 250 feet per minute, serving eight landing at the Historic City Hall building, located at 1130 Washington Avenue. Scope of Work: The Contractor shall follow the Engineer specifications, provided in this Bid. Refer to the first page of the Contract Book, scope of work. BASE QUOTE 1) Renovation of two (2) passenger elevators. GRAND TOTAL: LUMP SUM $ 248,000.00 _ $ 248,000.00 QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 22 ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL BUILDING QUOTATION NO: VA-QT6Elev-07 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: G~U ~ ~ S~-NAl3R ~ R COMPANY NAME: SIGNED: Contractors must acknowledge receipt of addendum (if applicable). Amendment No. 1: Amendment No. 2: Insert) Date Insert Date NAMEiTITLE (Print): LU ~~ s SR n~R B r ~' A ADDRESS: ~ Z Z 7 Z SW ? 3 r ~~ CITY/STATE: /rl i A ~ ~ Z~: ° 3 l 8~ TELEPHONE NO: ~ oS - o`~ `~ - 8d' i FACSIMILE NO: 3 05- o~ 5?0 - O O 1 QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 23 (I certify that I am authorized to ezecute this QUOTE and commit the quoting firm) ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL BUILDING QUOTATION NO: VA-QT6Elev-07 CHECK LIST To ensure that your quotation is submitted in conformance with the Contract, please verify that the ~„n,,.i~„rt ;tPmC have t,PP., rmm~lPtPd and submitted aS reQUlred. 1V UV rr ua lYV l1a.a s X Original and one copy of bid (including all submittal information) General Conditions Section l .l 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 Contractor's Questionnaire X (Page 25) QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 24 ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL BUILDING QUOTATION NO: VA-QT6Elev-07 CUSTOMER REFERENCE LISTING Contractor shall furnish the names, addresses, and telephone numbers of a minimum of four (4) firms or government organizations for which the Contractor is currently furnishing or has furnished, similar services. 1) Company Name U P ~- ~ ~ ~ ~~n ON S Address 13 ~5 l ~ w ~? '~2rr' Contact Person/Contract Amount h -J-E'f ~~•yef'O _ Telephone Number 7 ~~ _ 29' S ' ~- ~ ~3 Z 2) Company Name c~.e,o~ ~ S Address ~9 1 1 S (~ ~J w ~~ Z s l Contact Person/Contract Amount ~~ Qty. ~' Telephone Number ''~ Of ` ~0~7 "~~ ZD 3) Company Name ~ `n Address ~"~ 4' O ~ . W ~7 S r Contact Person/Contract Amount ~0~~ ~~ ~ Telephone Number 305 - 6 4 °1 ' OO Z O 4) Company Name •J O~u iu ~ ~~ les Address Contact Person/Contract Amount ~.8c(d~'~¢tecc~d~. Ca X916« ~• Telephone Number ~ O S ' -] ?~ S~ ~ S 1 S QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 25 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 UN i J P,f's~ I ~ Ip-~A sv ~ PoR P Principal Office ~ 2 Z ~ a SW / 3 ! ~t°. rYj i',4, ~ ~ 3318 (o How many years has your organization been in business as a General Contractor under your present business name? 7 Does your organization have current occupational licenses entitling it to do the work contemplated in this contract? ~P S State of Florida occupational license -state type and number: L L G 3 7 9 Dade County certificate of competency -state type and number: G C 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 o`1 J /' S (B) As a Sixb-Contractor (C) What contracts has your organization completed? (use separate sheets if necessary) Contract Amt Class of Work When Completed Name/Address of Owner 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? ~p -' 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? „ ~,~0 QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10109/07 26 If so, state name of individual, name of owner, and reason thereof In what other lines of business are you financially interested or engaged? } ~~,~u 8 Give references as to experience, ability, and financial standing What equipment do y u own that is available for the proposed work and where located? P>l IDCOc. ~t°.OL ~Gl1Z cy awe G>~.cge What bank or banks have you arranged to do business with during the course of the contract should it be awarded to you? COP.C:Grt~G QGC V' Qae~ Please list the names and addresses of the subcontractors to be used for the portions of the work listed below. I HEREBY CERT a ve answers' a true and correct. _, Contractor Lei S S' ~4N ~~ A Print Name itle QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10!09/07 27 CONTRACT FOR QUOTATION NO. VA-QT6Elev-07 THIS CONTRACT made this~_; ~i `g day of ~~~~/ 20 07 , 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 Universal Elevator Corp hereinafter 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. VA-QT6Elev-07 and designated "ELEVATORS RENOVATION PROJECT AT THE HISTORIC CITY HALL" (also referred to as "the work" or "the Project") by said City, do hereby mutually agree as follows: 1. 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. VA-QT6Elev-07 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 of a 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 Public Works Assistant Director, the Contractor shall be substantially completed with the work within two hundred seventy (270) calendar days from the issuance of the Notice to Proceed, and completed and ready for final payment within three hundred eight (308) calendar days after the issuance of said Notice. QUOTE NO: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 28 3.2 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 if the 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, refixse, 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 requiremenrts of any part of this contract and they cannot agree, the more stringent requirements shall govern as determined by the City, through its Public Works Assistant 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 of the 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. 9. 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: VA-QT6Elev-07 CITY OF MIAMI BEACH DATE: 10/09/07 29 Contract Price: $ 248.000.00 . 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. ATTEST: City Clerk Robert Parcher ATTEST: Signature Print Name/Title By Signature o~resive~t~br Authorized Representative ~U ~'s S ru (3f 1~A~ Print Name/Title QUOTE NO: VA-QT6Elev-07 DATE: 10/09/07 CITY OF MIAMI BEACH 30 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION David Dermer