HomeMy WebLinkAboutInvitation For BidsCity of Miami
Invitation for Bid (IFB)
Purchasing Department
Miami Riverside Center
444 SW 2""Avenue, 6th Floor
Miami, Florida 33130
Web Site Address: http://ci.miami.fl.usiprocurement
IFB Number:
Title:
Issue Date/Time:
IFB Closing Date/Time:
Pre -Bid Conference:
Pre -Bid Date/Time:
Pre -Bid Location:
Deadline for Request for Clarification:
Buyer:
Hard Copy Submittal Location:
Buyer E-Mail Address:
Buyer Facsimile:
235227
Invitation for Bids for A/C Maintenance
Services at Various Police Facilities
06-AUG-2010
08/23/2010 @ 10:00:00
Mandatory
Thursday, August 12, 2010 at 9:30 AM
Miami Police Headquarter Building, 400
NW 2nd Avenue, Miami, Florida, meet in
lobby,
Monday, August 16, 2010 at 10:00 AM
Velez, Pablo
City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
pvelez@miamigov.com
(305)416-1925
Page 1 of 50
Certification Statement
Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and
retain a copy for your files. Prices should include all costs, including transportation to destination. The
City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a
minimum of 120 days following the time set for closing of the submissions.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted
prices.
We (1) certify that we have read your solicitation, completed the necessary documents, and propose to
furnish and deliver, F.O.B. DESTINATION, the items or services specified herein.
The undersigned hereby certifies that neither the contractual party nor any of its principal owners or
personnel have been convicted of any of the violations, or debarred or suspended as set in section
18-107 or Ordinance No. 12271.
All exceptions to this submission have been documented in the section below (refer to paragraph and
section).
EXCEPTIONS:
We (I) certify that any and all information contained in this submission is true; and we (I) further certify
that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or
service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and
conditions of this solicitation and certify that I am authorized to sign this submission for the submitter.
Please print the following and sign your name:
SUPPLIER NAME.
ADDRESS •
PHONE FAX•
EMAIL: BEEPER.
SIGNED BY•
TITLE: DATE
FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS BID.
Page 2 of 50
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Office Location: City of Miami, Miami -Dade County, or Other
Occupational License Number:
Occupational License Issuing Agency:
Occupational License Expiration Date:
Respondent certifies that (s) he has read and understood the provisions of City of Miami Ordinance No.
10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring
Agreement.": (Yes or No)
Do you expect to create new positions in your company in the event your company was awarded a
Contract by the City? (Yes or No)
In the event your answer to question above is yes, how many new positions would you create to
perform this work?
Please list the title, rate of pay, summary of duties, number of positions, and expected length or duration
of all new positions which might be created as a result of this award of a Contract.
Will Subcontractor(s) be used? (Yes or No)
Page 3 of 50
If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will
be responsible for under this contract (a copy of their license(s) must be submitted with your bid
response):
Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and
date of receipt (i.e. Addendum No. 1, 7/1/07). lino addendum/addenda was/were issued, please insert
N/A.
Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 1: Address, City, State, and Zip for above reference company/agency listed:
Reference No. 1: Name of Contact Person and Telephone Number for above reference no. 1
Reference No. 1: Date of Contract or Sale for above reference no. 1
Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 2: Address, City, State, and Zip for above reference company/agency listed:
Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2
Reference No. 2: Date of Contract or Sale for above reference no. 2
Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 3: Address, City, State, and Zip for above reference company/agency listed:
Page 4 of 50
Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3
Reference No. 3: Date of Contract or Sale for above reference no. 3
Page 5 of 50
Line: 1
Description: Mr Conditioning Maintenance Services at Police Central Headquarters Building, as
per Bid Specifications
Category: 91036-00
Unit of Measure: Month
Unit Price: $
Line: 2
Number of Units: 12 Total: $
Description: Air Conditioning Maintenance Services at College of Police Training Center, as per
Bid Specifications
Category: 91036-00
Unit of Measure: Month
Unit Price: $
Line: 3
Number of Units: 12 Total: $
Description: Air Conditioning Maintenance Services at Police North Substation, as per Bid
Specifications
Category: 91036-00
Unit of Measure: Month
Unit Price: $
Line: 4
Number of Units: 12 Total: $
Description: Air Conditioning Maintenance Services at David Herring Training Center, as per
Bid Specifications
Category: 91036-00
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Page 6 of 50
Line: 5
Description: Air Conditioning Maintenance Services at Police South Substation, as per Bid
Specifications
Category: 91036-00
Unit of Measure: Month
Unit.Price: $
Line: 6
Number of Units: 12 Total: $
Description: Air Conditioning Maintenance Services at Police Mounted Stables, as per Bid
Specifications
Category: 91036-00
Unit of Measure: Month
Unit Price: $
Line: 7
Number of Units: 12 Total: $
Description: Air Conditioning Maintenance Services at Police Fleet Trailer, as per Bid
Specifications
Category: 91036-00
Unit of Measure: Month
Unit Price: $
Line: 8
Number of Units: 12 Total: $
Description: Air Conditioning Maintenance Services at Grapeland Heights (Specialized
Operations), as per Bid Specifications
Category: 91036-00
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
Page 7 of 50
Line: 9
Description: Air Conditioning Maintenance Services at Marine Patrol Watson Island, as per Bid
Specifications
Category: 91036-00
Unit of Measure: Month
Unit Price: $
Line: 10
Number of Units: 12 Total: $
Description: Air Conditioning Maintenance Services at Various Police Facilities. Regular
Journeyman Labor Rate for Repairs, Monday -Friday. 8:00 am - 5:00 pm., as per Bid
Specifications
Category: 91036-00
Unit of Measure: Hour
Unit Price: $
Line: 11
Number of Units: 600 Total: $
Description: Air Conditioning Maintenance Services at Various Police Facilities. Overtime
Journeyman Labor Rate for Repairs, Monday -Friday. 5:00 pm - 8:00 am, and 24 hours on
weekends and legal holidays, as per Bid Specifications
Category: 91036-00
Unit of Measure: Hour
Unit Price: $ Number of Units: 166 Total: $
Page 8 of 50
Inv. ition for Bid (IFB) 235227
Table of Contents
Terms and Conditions I I
1. General Conditions 1 1
1.1. GENERAL TERMS AND CONDITIONS 1 1
2. Special Conditions 28
2.1. PURPOSE 28
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION 28
2.3. PRE -BID MEETING AND SITE INSPECTIONS 28
2.4. TERM OF CONTRACT 29
2.5. CONDITIONS FOR RENEWAL 29
2.6. EQUITABLE ADJUSTMENT 29
2.7. NON -APPROPRIATION OF FUNDS 29
2.8. METHOD OF AWARD 29
2.9. BIDDERS MINIMUM QUALIFICATIONS 30
2.10. CERTIFICATE OF COMPETENCY 30
2.11. FAILURE TO PERFORM 30
2.12. INSURANCE REQUIREMENTS 30
2.13. PAYMENTS RELATED TO GUARANTEE OBLIGATIONS 32
2.14. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS 32
2.15. CONTRACT ADMINISTRATOR 32
2.16. SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED 32
2.17. SUBCONTRACTOR(S)'S MINIMUM REQUIREMENTS 32
2.18. WORKMANSHIP AND MATERIALS 33
2.19. TIE BIDS 33
2.20. USE OF PREMISES 33
2.21. DAMAGES TO PUBLIC/PRIVATE PROPERTY 33
2.22. HOURLY RATE (FOR REPAIRS OUTSIDE THE ROUTINE MAINTENANCE
PORTION OF THE CONTRACT) 34
2.23. OVERTIME (FOR REPAIRS OUTSIDE THE ROUTINE MAINTENANCE PORTION
OF THE CONTRACT) 34
2.24. PARTS AT PASS -THROUGH COST (FOR REPAIRS OUTSIDE THE ROUTINE
MAINTENANCE PORTION OF THE CONTRACT) 34
2.25. WARRANTY, FITNESS FOR PURPOSE 34
2.26. REFERENCES 35
2.27. SPECIFICATION EXCEPTIONS 35
2.28. SAFETY MEASURES 35
2.29. QUALITY OF WORK 35
2.30. TERMINATION 35
2.31. ADDITIONAL TERMS AND CONDITIONS 36
2.32. PRIMARY CLIENT (FIRST PRIORITY) 36
2.33. LICENSES AND PERMITS 36
2.34. EMPLOYEES 36
2.35. SUPERVISORY MEETINGS / CONTACTS 36
2.36. NOTIFICATION TO PERFORM WORK 37
2.37. DOCUMENTATION 37
2.38. DELAYS 37
2.39. ACCEPTANCE OF WORK 37
2.40. LIQUIDATED DAMAGES IN CASE OF DELAY OR LOSS OF USE 37
2.41. WORKMANSHIP AND MATERIALS 37
2.42. INVOICING 37
2.43. CONTRACTOR'S USE OF PROJECT SITE 38
2.44. CITY OCCUPANCY 38
2.45. GENERAL REQUIREMENTS 38
2.46. SAFETY PRECAUTIONS 38
2.47. TIME FOR PERFORMING THE WORK 39
Page 9 of 50
Inv,.ation for Bid (IFB) 235227
2.48. EXAMINATION OF THE WORK 39
2.49. EMERGENCY SERVICE/CONTACT 39
2.50. FINAL CLEAN-UP 39
2.51. APPLICABLE STANDARDS 39
2.52. LEGAL HOLIDAYS 40
3. Specifications 41
3.1. SPECIFICATIONS/SCOPE OF WORK 41
Page 10 of 50
Invi.ation for Bid (IFB) 235227
Terms and Conditions
1. General Conditions
1.1. GENERAL TERMS AND CONDITIONS
Intent: The General Terns and Conditions described herein apply to the acquisition of
goods/equipment/services with an estimated aggregate cost of $25,000.00 or more.
Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals,
Request for Qualifications, or Request for Letters of Interest pursuant to the City of
Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be
defined in the same manner herein.
1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this
formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and
actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with
the terms herein and be fully in accordance with specifications and of the highest quality. In the event the
goods/equipment supplied to the City are found to be defective or does not conform to specifications, the
City reserves the right to cancel the order upon written notice to the Contractor and return the product to the
Contractor at the Contractor's expense.
1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall
be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon
issuance by the City of a purchase order.
1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or
parts of after opening/closing date and request re -issuance on the goods/services described in the formal
solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected
bidders/proposers and make available a written explanation for the rejection. The City also reserves the
right to reject the response of any bidder/proposer who has previously failed to properly perform under the
terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a
position to perform the requirements defined in this formal solicitation. The City further reserves the right
to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its
discretion, re -issue this formal solicitation.
1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are
available at the City's website at: http://www.ci.miami.fl.us/procurement
1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate
response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate
response offers a different product that meets or exceeds the formal solicitation requirements. In order for
the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form
and shall mark "Alternate Response". Alternate response shall be placed in the same response. This
provision only applies to formal solicitations for the procurement of goods, services, items, equipment,
materials, and/or supplies.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise
dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's
prior written consent.
1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this
Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through
and including appellate litigation and any post judgment proceedings.
1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to
provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any
books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation,
for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall
maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for
Page II of 50
Inv,..ation for Bid (IFB) 235227
three (3) years after the City makes final payment and all other pending matters are closed. Contractor's
failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract
by the City.
1.9. AVAILABILITY OF CONTRACT STATE-WIDE -Any Governmental, not -for -profit or
quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all
goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s)
established herein, when permissible by federal, state, and local laws, rules, and regulations.
Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and
resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its
own purchase orders, be invoiced there from and make its own payments, determine shipping terms and
issue its own exemption certificates as required by the successful bidders)/proposer(s).
1.10. AWARD OF CONTRACT:
A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall
constitute the entire contract, unless modified in accordance with any ensuing contract/agreement,
amendment or addenda.
B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or
designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference
to Businesses with Drug -Free Workplace Programs.
C. The award of this contract may be preconditioned on the subsequent submission of other documents as
specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its
contractual obligation if such documents are not submitted in a timely manner and in the form required by
the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action
taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may
accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to
the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution
from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or
increased costs sustained as a result of the Bidder's/Proposer's default.
D. The term of the contract shall be specified in one of three documents which shall be issued to the
successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or
contract award sheet.
E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120)
calendar days beyond the stated contract term in order to provide City departments with continual service
and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised,
the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price,
teens and conditions for a specific number of days. Additional extensions over the first one hundred
twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual
agreement of such extensions.
F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude
upon completion of the expressed or implied warranty periods.
G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis,
or such combination as shall best serve the interests of the City unless otherwise specified.
H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon
the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City
reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is
determined to be in the City's best interests. Such agreement will be furnished by the City, will contain
certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City
Attorney.
1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized
surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the
amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check
or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it
is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award
Page 12 of 50
Inv..ation for Bid (IFB) 235227
contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the
right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful
bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of
award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract
has been awarded, all bid deposits will be returned on demand.
1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and
submitted accordingly.
1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement
and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the
annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be
considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the
next lowest responsive, responsible Bidder or Proposal rnost advantageous to the City or all responses may
be rejected.
1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any
manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of
establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only.
When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is
added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response,
complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the
City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of
equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be
requested if the proposed brand is other than specified by the City. Such samples are to be furnished after
formal solicitation opening/closing only upon request of the City. If samples should be requested, such
samples must be received by the City no later than seven (7) calendar days after a formal request is made.
1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its
opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all
prospective bidders/proposers and make available a written explanation for the cancellation.
1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm
makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a
business risk which the contractor must assume. The City will not be obligated to reimburse amortized or
unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has
been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall
not have any claim upon the City.
1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City
be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to
any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction
or other legal or equitable proceedings or on account of any delay for any cause over which the City has no
control.
1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without
previous understanding, agreement or connection either with any person, firm or corporation submitting a
response for the same items/services or with the City of Miami's Purchasing Department or initiating
department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other
illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of interest and Code of
Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the
City reserves the right to reject any and all bids/responses where collusion may have occurred.
1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that
contracts between private entities and local governments are subject to certain laws and regulations,
including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor
agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect
the goods or equipment offered, including but not limited to:
A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client
because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following:
employment practices, rate of pay or other compensation methods, and training selection.
Page 13 of 50
Inv..ation for Bid (IFB) 235227
B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation.
C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes.
D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
E. Uniform Commercial Code (Florida Statutes, Chapter 672).
F. Americans with Disabilities Act of 1990, as amended.
G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
I. City Procurement Ordinance City Code Section 18, Article III.
J. Conflict of Interest, City Code Section 2-61 1;61.
K. Cone of Silence, City Code Section 18-74.
L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment.
M. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation.
Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a
condition precedent to the execution of service contracts including professional services.
Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility.
Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds
for termination of contract(s).
Copies of the City Ordinances may be obtained from the City Clerk's Office.
1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is
imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City
Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be
applicable only to Contracts for the provision of goods and services and public works or improvements for
amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs,
RFLI or IFBs (bids) between, among others:
Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff
including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City
Comrnissioners, or their respective staffs and any member of the respective selection/evaluation committee.
The provision does not apply to, among other communications:
oral communications with the City purchasing staff, provided the communication is limited strictly to
matters of process or procedure already contained in the formal solicitation document; the provisions of the
Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or
pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during
any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly
noticed public meeting; or communications in writing or by email at any time with any City employee,
official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ,
RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in
connection with the collection of industry comments or the performance of market research regarding a
particular RFP, RFQ, RFLI OR IFB by City Purchasing staff.
Proposers or bidders must file a copy of any written communications with the Office of the City Clerk,
which shall be made available to any person upon request. The City shall respond in writing and file a copy
with the Office of the City Clerk, which shall be made available to any person upon request. Written
communications may be in the form of e-mail, with a copy to the Office of the City Clerk.
In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or
bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent,
lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person
having personal knowledge of a violation of these provisions shall report such violation to the State
Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference
Section 18-74 of the City of Miami Code for further clarification.
Page 14 of 50
Inv„ation for Bid (IFB) 235227
This language is only a summary of the key provisions of the Cone of Silence. Please review City of
Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may
contact the City Clerk at 305-250-5360, to obtain a copy of same.
1.21: CONFIDENTIALITY As a political subdivision, the City ofMiami is subject to the Florida
Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it
shall have no application when disclosure is required by Florida law or upon court order.
1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify
that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami
is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal
Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in
writing to the City. Further, you must disclose the name of any City employee who owns, directly or
indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm.
1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation
of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or
services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City
hamiless from any and all liability, loss, or expense occasioned by any such violation.
1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and
submission of Responses to the City, or any work performed in connection therewith shall be borne by the
B i dd er(s)/Proposer(s).
1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107)
(a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective
Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after
consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a
Contractual Party, for the causes listed below, from consideration for award of city Contracts. The
debarment shall be for a period of not fewer than three years. The City Manager shall also have the
authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable
cause for debarment, pending the debamment determination. The authority to debar and suspend contractors
shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer
after approval by the City Manager, the city attorney, and the City Commission.
(b) Causes for debarment or suspension. Causes for debarment or suspension include the following:
(1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a
public or private Contract or subcontract, or incident to the performance of such Contract or
subcontract.
(2) • Conviction under state or federal statutes of embezzlement; theft, forgery, bribery, falsification
or destruction of records, receiving stolen property, or any other offense indicating a lack of business
integrity or business honesty.
(3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or
Proposals.
(4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to perform in
accordance with the terms and conditions of a Contract or to perform within the time limits provided in
a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be
considered a basis for debarment or suspension.
(5) Debarment or suspension of the Contractual Party by any federal, state or other governmental
entity.
(6) False certification pursuant to paragraph (c) below.
(7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which the violation remains noncompliant.
(8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which a civil penalty or fine is due and owing to the city.
Page 15 of 50
lnvttation for Bid (IFB) 235227
(9) Any other cause judged by the City Manager to be so serious and compelling as to affect the
responsibility of the Contractual Party performing city Contracts.
(c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a
certification that neither the Contractual Party nor any of its principal' owners or personnel have been
convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5).
(d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall
render a written decision stating the reasons for the debarment or suspension. A copy oldie decision shall
be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial
relief.
1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of
Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or
services to a public entity, may not submit a response on a contract with a public entity for the construction
or repair of a public building or public work, may not submit response on leases of real property to a public
entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract
with any public entity, and may not transact business with any public entity.
1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which
shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish
required documents, and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify
the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays
excluded) to remedy the default. Failure on the contractor's part to correct the default within the required
three (3) days shall result in the Contract being terminated and upon the City notifying in writing the
contractor of its intentions and the effective date of the termination. The following shall constitute default:
A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the
time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to
the degree specified in the Contract.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to
ensure timely completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as
nonconforming with the terms of the Contract.
E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or
making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the
successful Bidder/Proposer incapable of performing the work in accordance with and as required by the
Contract.
F. Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred by the City as a result of a default or a default incurred beyond the time
limits stated, together with the cost of completing the work, shall be deducted from any monies due or
which may become due on this Contract.
1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it
is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is
one which follows the requirements of the formal solicitation, includes all documentation, is submitted in
the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as
required on each document. Failure to comply with these requirements may deem a Response
non -responsive.
1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the
response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms
and Conditions. Price discounts off the original prices quoted in the response will be accepted frotn
successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for
a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer
to Bidder/Proposer will be passed on to the City.
Page 16 of 50
Inv,.ation for Bid (IFB) 235227
1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in
the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing
Department. Should it be found necessary, a written addendum will be incorporated in the Formal
Solicitation and will become part of the purchase agreement (contract documents). The City will not be
responsible for any oral instructions, clarifications, or other communications.
A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving
precedence to the following documents, the first of such list being the governing documents.
I) Addenda (as applicable)
2) Specifications
3) Special Conditions
4) General Terms and Conditions
1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency
or disaster situation, the successful vendor shall provide the City with the commodities/services defined
within the scope of this formal solicitation at the price contained within vendor's response. Further,
successful vendor shall deliver/perform for the city on a priority basis during such times of emergency.
1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this
City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response
and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs,
RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect
to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any,
made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or
changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal
Solicitation and then the Response shall control. This Contract may be modified only by a written
agreement signed by the City of Miami and Contractor.
1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your
guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the
contract period. The City is not obligated to place an order for any given amount subsequent to the award
of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most
advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities
at the prices bid/proposed or at lower prices in this Formal Solicitation.
1.34. EVALUATION OF RESPONSES
A.Rejection of Responses
The City may reject a Response for any of the following reasons:
1) Bidder/Proposer fails to acknowledge receipt of addenda;
2) Bidder/Proposer mistates or conceals any material fact in the Response ;
3) Response does not conform to the requirements of the Formal Solicitation;
4) Response requires a conditional award that conflicts with the method of award;
5) Response does not include required samples, certificates, licenses as required; and,
6) Response was not executed by the Bidder's/Proposer(s) authorized agent.
The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may
reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best
interest of the City.
B. Elimination From Consideration
1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or
contract, or which is a defaulter as surety or otherwise upon any obligation to the City.
2) A contract may not be awarded to any person or firm which has failed to perform under the terns and
conditions of any previous contract with the City or deliver on time contracts of a similar nature.
3) A contract may not be awarded to any person or firm which has been debarred by the City in
accordance with the City's Debarment and Suspension Ordinance.
Page 17 of 50
inv,,lion for Bid (IFB) 235227
C. Determination of Responsibility
1) Responses will only be considered from entities who are regularly engaged in the business of providing
the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to
demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material,
equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms
"equipment and organization" as used herein shall be construed to mean a fully equipped and well
established entity in line with the best industry practices in the industry as determined by the City.
2) The City may consider any evidence available regarding the financial, technical and other qualifications
and abilities of a Bidder/Proposer, including pass performance (experience) with the City or any other
governmental entity in making the award.
3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an
authorized representative of a manufacturer or supplier which is the actual source of supply, if required by
the Formal Solicitation.
1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS -
Exceptions to the specifications shall be listed on the Response and shall reference the section. Any
exceptions -to the General or Special Conditions shall be cause for the bid (IFB) to be considered
non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if
exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating
negotiations.
1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices
quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery
costs and charges included in the bid/proposal price, unless otherwise specified in this Formal
Solicitation. Failure to do so may be cause for rejection of bid/proposal.
1.37. FiRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its
response will be firm throughout the duration of the contract unless otherwise specified in the Formal
Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or
contracts, which are to be performed or supplied over a period of time.
1.38. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105)
(a) The Commission approves implementation of the first -source hiring agreement policy and requires
as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants
and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring
agreements between the organization or individual receiving said contract and the authorized representative
unless such an agreement is found infeasible by the city manager and such finding approved by the City
Commission at a public hearing.
(b) For the purpose of this section, the following terms, phrases, words and their derivations shall have
the following meanings:
Authorized representative means the Private industry Council of South Florida/South Florida Employment
and Training Consortium, of its successor as local recipient of federal and state training and employment
funds.
Facilities means all publicly financed projects, including but without limitation, unified development
projects, municipal public works, and municipal improvements to the extent they are financed through
public money services or the use of publicly owned property.
Grants and loans means, without limitation, urban development action grants (UDAG), economic
development agency construction loans, loans from Miami Capital Development, Incorporated, and all
federal and state grants administered by the city.
Service contracts means contracts for the procurement of services by the city which include professional
services.
Services includes, without limitation, public works improvements, facilities, professional services,
commodities, supplies, materials and equipment.
(c) The authorized representative shall negotiate each first -source hiring agreement.
(d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city
Page 18 of 50
Inviwtion for Bid (IFB) 235227
training and employment programs, and other residents of the city. .
1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24,
states that employers shall pay employee wages no less than the minimum wage for all hours worked in
Florida. Accordingly, it is the contractor's and its', subcontractor(s) responsibility to understand and
comply with this Florida constitutional minimum wage requirement and pay its employees the current
established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using
thc consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as
calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall
be determined and published by the Agency Workforce Innovation on September 30th of each year and
take effect on the following January 1st.
At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full
responsibility to determine whether any of its employees may be impacted by this Florida Law at any given
point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s),
job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of
submitting a response constitute successful bidder's/proposcr's acknowledgement and understanding that
thc Florida MinimumWageLaw will not impact its prices throughout the term of contract and waiver of
any contractual price increase request(s). The City reserves the right to request and successful
bidder/proposer must provide for any and all information to make a wage and contractual price increase(s)
determination.
1.40. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by
the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this
Contract shall take place in Miami -Dade County, Florida.
1.41. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been
inserted for convenient reference only and shall not in any manner be construed as modifying, amending or
affecting in any way the expressed terms and provisions hereof.
1.42. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any
person or entity that performs or assists the City of Miami with a function or activity involving the use or
disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI)
shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City
of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards,
which include but are not limited to:
A. Use of information only for performing services required by the contract or as required by law;
B. Use of appropriate safeguards to prevent non -permitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to
the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential;.
E. Making Protected Health Information (PHI) available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments
requested by the customer;
G. Making PHI available to the City of Miami for an accounting of disclosures; and
H. Making internal practices, books and records related to PHI available to the City of Miami for
compliance audits.
PHI shall maintain its protected status regardless of the form and method of transmission (paper records,
and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its
privacy information practices including specifically, a description of the types of uses and disclosures that
would be made with protected health information.
1.43. INDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all
the City's agents, officers and employees from and against all charges or claims resulting from any bodily
injury, Toss of life, or damage to property from any act, omission or neglect, by itself or its employees; the
Contractor shall become defendant in every suit brought for any of such causes of action against the City or
the City's officials, agcnts and employees; the Contractor shall further indemnify City as to all costs,
attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting
Page 19 of 50
Inv,.ation for Bid (IFB) 235227
investigation.
1.44. INFORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all
information requested in the spaces provided in the Formal Solicitation. Further, as may be specified
elsewhere; each Bidder/Proposer must submirfor evaluation, cuts, sketches, descriptive literature, technical
specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered.
Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this
provision.
1.45. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's
facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods
and/or services required to be provided by the Contractor under this Contract conform to the terms and
conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities
and assistance to facilitate the performance of tests or inspections by City representatives. All tests and
inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance
No. 12271 (Section 18-79), as same may be amended or supplemented from time to time.
1.46. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation
will not be made available until such time as the City provides notice of a decision or intended decision or
within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be
furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation.
Tabulations also are available on the City's Web Site following recommendation for award.
1.47. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor,
shall furnish Evidence of insurance to the Purchasing Department, if applicable. Submitted evidence of
coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled
"Insurance Requirements". The City shall be listed as an "Additional Insured."
Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the
insurance certificate is received within the specified time frame but not in the manner prescribed in this
Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5)
calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required
insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after
receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall
not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from
submitting future responses to the City. Information regarding any insurance requirements shall be directed
to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami,
Florida 33130, 305-416-1604.
The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in
conjunction with this Section remain in effect for the duration of the contractual period; including any and
all option terms that may be granted to the Bidder/Proposer.
1.48. INVOICES - Invoices shall contain purchase order number and details of goods and/or services
delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida
Statutes (Prompt Payment Act).
1.49. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a
responsible and responsive bidder/proposer, who maintains a Local Office, the opportunity of accepting a
bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten
percent (10%) in excess of the lowest other responsible and responsive bidder/proposer.
1.50. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from
bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal.
Failure to provide such certification may result in the rejection of bid/proposal or termination of
contract/agreement, for which the bidder/proposer must bear full liability.
1.51. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No
contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if
applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City
of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the
contract, purchase order or award sheet as appropriate.
Page 20 of 50
lnvuation for Bid (IFB) 235227
1.52. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed
or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create
any other similar relationship between the parties.
1.53. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance
with specifications under the direction of the Florida Department of Agriculture and Consumer Services or
by other appropriate testing Laboratories as determined by the City. The data derived from any test for
compliance with specifications is public record and open to examination thereto in accordance with
Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and
returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in
the response and/or Purchase Order may result in bidder/proposer being found in default in which event
any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these
stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list.
1.54. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex,
color, age, religion, national origin, marital status, or disability in connection with its performancee-under
this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall
solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be
excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any
program or activity.
In connection with the conduct of its business, including performance of services and employment of
personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion,
disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be
afforded equal opportunity for employment.
1.55. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its
best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts
for these herein goods and/or services, and to make use of other competitively bid (governmental)
contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be
available.
It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of
the successful bidders)/proposer(s) to receive all orders that may be generated by the City in conjunction
with this Formal Solicitation.
In addition, any and all commodities, equipment, and services required by the City in conjunction with
construction projects are solicited under a distinctly different solicitation process and shall not be purchased
under the terms, conditions and awards rendered under this solicitation, unless such purchases are
determined to be in the best interest of the City.
1.56. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business
location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the
City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of
Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational
License Tax requirements. A copy of the license must be submitted with the response; however, the City
may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City
during the evaluation period, but prior to award.
1.57. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or
joint venture will be considered in response to this Formal Solicitation. When submitting an alternate
response, please refer to the herein condition for "Alternate Responses May Be Considered".
1.58. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents,
records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer
pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by
the Bidder/Proposer for any other purposes whatsoever without the written consent of the City.
1.59. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person
or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of
such provision to persons or circumstances other than those as to which it is held invalid shall not be
affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent
permitted by law.
Page 21 of 50
Invkation for Bid (1FB) 235227
1.60. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a
Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred
percent (100%) of the contract price.
1.61. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
examine the specifications, required delivery, drawings, and all special and general conditions. All
bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink.
Failure to do so will be at the Bidder's/Proposer's risk.
A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The
Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address,
and telephone number on the face page and on each continuation sheet thereof on which he/she makes an
entry, as required.
B. if so required, the unit price for each unit offered shall be shown, and such price shall include
packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise
specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's
compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If
applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated
quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case
of a discrepancy between the unit price and extended price, the unit price will be presumed correct.
C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods
and/or services.
D. The Bidder/Proposer should retain a copy of all response documents for future reference.
E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in
ink with the firm's name and by an officer or employee having authority to bind the company or firm by
his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person
signing the response or the response may be rejected.
F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the
Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion.
G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in
hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING
HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS,
UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE
RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE.
1.62. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by
reason of market change or on the part of the contractor to other customers shall be passed on to the City of
Miami.
1.63. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's
product becomes unavailable during the term of the Contract, the Contractor awarded that item may
arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or
lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds
all quality requirements.
1.64. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS -
Contractor represents and warrants to the City that it has not employed or retained any person or company
employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to
pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in
connection with, the award of this Contract.
1.65. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however,
discounts shall not be considered in determining the lowest net cost for response evaluation purposes.
Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal
Solicitation. if no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for
the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is
understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final
Page 22 of 50
Invuation for Bid (IFB) 235227
acceptance by the City, whichever is later.
When the City is entitled to a cash discount, the period of computation will commence on the date of
delivery, or receipt of a correctly completed invoice, whichever is later. if an adjustment in payment is
necessary due to damage, the cash discount period shall commence on the date final approval for payment
is authorized. if a discount is part of the contract, but the invoice does not reflect the existence of a cash
discount, the City is entitled to a cash discount with the period commencing on the date it is determined by
the City that a cash discount applies.
Price discounts off the original prices quoted on the Price Sheet will be accepted from successful
bidders/proposers during the term of the contract.
1.66. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such
property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City
of Miami. Damages to such property occurring while in the possession of the Contractor shall be the
responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami
shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total
loss, the Contractor shall be responsible for replacement value of the property at the current market value,
less depreciation of the property, if any.
1.67. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all
covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the
benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns.
1.68. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a response on a contract to provide any
goods or services to a public entity, may not submit a response on a contract with a public entity for the
construction or repair of a public building or public work, may not submit responses on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
1.69. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable
times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter
119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the
City and the public to all documents subject to disclosure under applicable law. Contractor's failure or
refusal to comply with the provision of this section shall result in the immediate cancellation of this
Contract by the City.
1.70. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All
materials used in the manufacturing or construction of supplies, materials, or equipment covered by this
solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality,
and of the highest grade of workmanship, unless as otherwise specified in this Solicitation.
1.71. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality
and workmanship. Materials furnished to complete the service shall be new and of the highest quality
except as otherwise specified in this Solicitation.
1.72. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a
formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be
cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be
applicable, or revised to comply with the law.
1.73. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105)
(a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city
attorney, shall -have the authority to resolve controversies between the Contractual Party and the city -which
arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater
than $25,000, the City Commission must approve the City Manager's decision. Such authority extends,
without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of
complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City
Manager.
Page 23 of 50
Invi..,tion for Bid (IFB) 235227
(b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall
promptly render a written report stating the reasons for the action taken by the City Commission or the City
Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the
protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting
party shall not be entitled to such judicial relief without first having followed the procedure set forth in this
section.
1.74. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104)
(a) Right to protest. The following procedures shall be used for resolution of protested solicitations and
awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does
not exceed $25,000.
Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing.
1.Protest of Solicitation.
i. Any.prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract
may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with
the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications
or Request for Letters of interest is published in a newspaper of general circulation. A notice of intent to
file a protest is considered filed when received by the Chief Procurement Officer; or
ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may
protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the
Chief Procurement Officer within three days after the solicitation is published in a newspaper of general
circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement
Officer.
2. Protest of Award.
i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two
days after receipt by the proposer of the notice of the City Manager's recommendation for award of
Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier
Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City
Manager's recommendation can be found by selecting the details of the solicitation and is listed as
Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is
indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that
solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this
section of the website daily after responses are submitted to receive the notice; or
ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder
may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with
the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's
determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be
confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of
intent to file a protest is considered filed when received by the Chief Procurement Officer.
iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer
within five (5) days after the date the notice of protest was filed. A written protest is considered filed when
received by the Chief Procurement Officer.
The written protest may not challenge the relative weight of the evaluation criteria or the formula for
assigning points in making an award determination.
The written protest shall state with particularity the specific facts and law upon which the protest of the
solicitation or the award is based, and shall include all pertinent documents and evidence and shall be
accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review
of the written protest and no facts, grounds, documentation or evidence not contained in the protester's
submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the
consideration of the written protest.
No time will be added to the above limits for service by mail. In computing any period of time prescribed
or allowed by this section, the day of the act, event or default from which the designated period of time
begins to run shall not be included. The last day of the period so computed shall be included unless it is a
Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is
Page 24 of 50
Inv,:ation for Bid (IFB) 235227
neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be
excluded in the computation of the time for filing.
(b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the
approval -of the City Manager and the city attorney, to settle and resolve any written protest. The Chief
Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting
party and shall submit said decision to the City Commission within 30 days after he/she receives the
protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be
submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by
the city attorney and the City Manager.
(c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a
protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the
Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of
such parry's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek
judicial relief without first having followed the procedure set forth in this section
(d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the
requirements of this section, the city shall not proceed further with the solicitation or with the award of the
Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided
in subsection (b) above, unless the City Manager makes a written determination that the solicitation process
or the Contract award must be continued without delay in order to avoid an immediate and serious danger
to the public health, safety or welfare.
(e) Costs. All costs accruing from a protest shall be assumed by the protestor.
(f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or
cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed
Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which
may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by
the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded
to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee
shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by
subsection (e) above.
1.75. SAMPLES - Samples of items, when required, must be submitted within the time specified at no
expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples,
at their expense, within 30 days after notification. Failure to remove the samples will result in the samples
becoming the property of the City.
1.76. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell,
assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or
assign any portion of the performance required by this contract, except under and by virtue of written
permission granted by the City through the proper officials, which may be withheld or conditioned, in the
City's sole discretion.
1.77. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty,
service and replacements that will be provided. Bidders/Proposer must explain on the Response to what
extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable,
should be submitted with your response.
1.78. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any
supplemental specification as to any detail or the omission from it of detailed description concerning any
point shall be regarded as meaning that only the best commercial practices are to prevail and that only
materials of first quality and correct type, size and design are to be used. All workmanship and services is
to be first quality.
All interpretations of these specifications shall be made upon the basis of this statement.
If your firm has a current contract with the State of Florida, Department of General Services, to supply the
items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply
with this request will result in disqualification of bid/proposal.
.1.79. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via
Page 25 of 50
Inv,..don for Bid (IFB) 235227
the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500
Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as
designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend
the solicitation closing; however, no award will be made at that time.
A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope,
box or package must show the hour and date specified for receipt of responses, the solicitation number and
title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the
requisite Response Forms may be rejected. Hardcopy responses received at any other location than the
specified shall be deemed non -responsive.
Directions to City Hall:
FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO USI. USI SOUTH TO 27TH AVE.,
TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, I
BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN
AMERICAN DR. PARKING IS ON RIGHT.
FROM THE SOUTH: USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO.
BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN
AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
B. Facsimile responses will not be considered.
C. Failure to follow these procedures is cause for rejection of bid/proposal.
D. The responsibility for obtaining and submitting a response on or before the close date is solely and
strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by
the United States mail delivery or caused by any other occurrence. Responses received after the
solicitation closing date and time will be returned unopened, and will not be considered for award.
E. Late responses will be rejected.
F. All responses are subject to the conditions specified herein. Those which do not comply with these
conditions are subject to rejection.
G. Modification of responses already submitted will be considered only if received at the City before the
time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle
System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider
any subsequent submission which alters the responses.
H. If hardcopy responses are submitted at the same time for different solicitations, each response must be
placed in a separate envelope, box, or package and each envelope, box or package must contain the
information previously stated in 1.82.A.
1.80. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal
Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers
should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for
the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08,
Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer.
1.81. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate
this contract by written notice to the contractor effective the date specified in the notice should any of the
following apply:
A. The contractor is determined by the City to be in breach of any of the terms and conditions of the
contract.
B. The City has determined that such termination will be in the best interest of the City to terminate the
contract for its own convenience;
C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is
contingent upon the availability of appropriate funds.
1.82. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services
awarded to a Bidder/Proposer have been received, inspected, and found to comply with award
Page 26 of 50
1nv,",tion for Bid (IFB) 235227
specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be
made by the City of Miami.
Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection
and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable
law.
1.83. TIMELY DELIVERY - Titne will be of the essence for any orders placed as a result of this
solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if
delivery is not made within the time(s) specified on their Response. Deliveries are to be made during
regular City business hours unless otherwise specified in the Special Conditions.
1.84. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted
the goods/equipment or used the goods, whichever comes first.
1.85.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses
submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An
exception may be made for "trade secrets."
If the Response contains information that constitutes a "trade secret", all material that qualifies for
exemption front Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE
SECRETS EXCEPTION," with your firm's name and the Solicitation number and title narked on the
outside.
Please be aware that the designation of an item as a trade secret by you may be challenged in court by any
person. By your designation of material in your Response as a "trade secret" you agree to indemnify and
hold harmless the City for any award to a plaintiff for damages, costs or attomey's fees and for costs and
attomey's fees incurred by the City by reason of any legal action challenging your claim.
1.86. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified
Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a
change order or purchase order is issued and received by the Contractor. The qualified
Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the
contract or any work performed by an employee not otherwise previously authorized.
1.87. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other
publicity purposes. No advertising, sales promotion or other publicity materials containing information
obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express
written permission of the City Manager or the City Commission.
1.88. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers
trust indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If
variations are not stated on their Response, it will be assumed that the product fully complies with the
City's specifications.
Page 27 of 50
lnv...,iion for Bid (IFB) 235227
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for Air Conditioning Maintenance and Repair
Services at Various Police Facilities, as specified herein, from a source(s) of supply that will give prompt
and efficient service fully compliant with the terms, conditions and stipulations of the solicitation,
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the
Purchasing Department, Attn: Pablo Velez; fax: (305) 400-5340 or email: pvelez@miamigov.com.
The solicitation title and number shall be referenced on all correspondence. All questions must be received
no later than Monday, August 16, 2010 at 10:00 AM. All responses to questions will be sent to all
prospective bidders/proposers in the form on an addendum. NO QUESTIONS WILL BE RECEIVED
VERBALLY OR AFTER SAID DEADLINE.
2.3. PRE -BID MEETING AND SITE INSPECTIONS
A Mandatorypre-bid conference will be held on Thursday, August 12, 2010 at 9:30 AM at Miami Police
Headquarter Building, 400 NW 2nd Avenue, Miami, Florida, meet in lobby„ followed by an inspection of
the equipment at this site. The purpose of the pre -bid conference is to allow potential bidders an
opportunity to present questions to staff and obtain clarification of the requiretnents of the bid documents.
Because the City considers the conference to be critical to understanding the bid requirements, attendance
is Mandatory in order to qualify as a bidder.
It is the bidder's responsibility, prior to submitting a bid, to acquaint himself/herself thoroughly, regarding
any and all conditions and/or requirements that may in any manner affect the work to be performed. No
allowances will be made because of lack of knowledge of these conditions.
Following the pre -bid conference, all prospective bidders are required to visit and inspect all of the sites
listed in this IFB. Sign -in sheets confirming inspection(s) will be at each site. Bidders who arrive more than
one-half (1 12) hour late to the initial meeting or who arrive more than one-half (1/2) hour late to the first
site visit for each of the days, or failure to inspect any of the sites shall not be deemed as having met this
mandatory requirement.
The sites listed below will be available for inspection as follows:
Site visits will commence on the date and time specified, with the first site listed and will continue from
there to the rest of the sites listed for each day.
August 12, 2010 @ 9:30 A.M.
1. Headquarter/Center
400 N.W. 2 Ave.
2. College of Police
395 N.W. 2 Ave.
3. Property/Auto Pound (Part of Headquarter Facility)
800 N.W.3 Ave.
4. Police Mounted Stables
360 N.W. 3 Street
5. Marine Patrol
1001 MacArthur Hwy. (Watson Island)
August 13, 2010 @ 9:30 A.M.
1. North Station
1000 N.W. 62 Street
2. ..David Herring
Page 28 of 50
lnv..dtion for Bid (IFB) 235227
2301 N.W 23 STREET
3. Specialized Operation Station
1701 N.W.30Ave.
4. Fleet Trailer
1290 N.W. 20 Street
5. South Station
2200 W. Flagler Street
IT IS MANDATORY THAT THE BIDDER ATTEND AND INSPECT ALL SITES IN ORDER TO
QUALIFY TO BID ON THIS IFB. FAILURE TO CONDUCT INSPECTIONS DURING OUR
SCHEDULED DATE AND TIME SHALL DEEM ANY BID FROM THE SAME AS
NON -RESPONSIVE.
. 2.4. TERM OF CONTRACT
The Contract shall commence upon the date of notice of award and shall be effective for one (1) year with
the option to extend for four (4) additional one (1) year periods, subject to the availability of funds for
succeeding fiscal years.
Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This
prerogative will be exercised only when such continuation is clearly in the best interest of the City.
2.5. CONDITIONS FOR RENEWAL
Each renewal of this contract is subject to the following:
(I) Continued satisfactory performance compliance with the specifications, terms and conditions
established herein.
(2) Availability of funds
2.6. EQUITABLE ADJUSTMENT
The Purchasing Department may, in its sole discretion, make an equitable adjustment in the contract terms
and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the
marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to
circumstances beyond the successful bidder(s) control, (2) the volatility affects the marketplace or industry,
not just the particular contract source of supply, (3) the effect on pricing or availability of supply is
substantial, and (4) the volatility so affects the successful bidder(s) that continued performance of the
contract would result in a substantial loss. Successful bidder(s) might have to supply documentation to
justify any requested percentage increase in cost to the City of Miami.
2.7. NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in
any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or
his assignee of such occurrence, shall have the unqualified right to terminate the contract without any
penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any
project(s) will be awarded to any firm(s).
2.8. METHOD OF AWARD
Award of this contract will be made to the lowest responsive and responsible bidder meeting specifications.
Bidders must bid all items.
Page 29 of 50
Invitation for Bid (IFB) 235227
2.9. BIDDERS MINIMUM QUALIFICATIONS
In order to maintain the City's property at a high level, the City is seeking qualified bidders who have
experience and provide quality service. Bids shall be considered only from firms that are regularly engaged
in the business of providing services as described herein. The Bidder shall:
a. Have been in the business of commercial air conditioning maintenance and repair in good standing for
not less than three (3) years.
b. Possess a facility, or facilities, in close proximity to the City to enable its technician(s) a timely
response to emergency and non -emergency calls in compliance with the following:
I. Emergency: Within one (I) hour.
2. Non -Emergency: Within four (4) hours.
3. Project Estimates: Within two (2) days.
4. Emergency Project Estimates: Within one (1) day
c. Provide personnel to perform said services on City facilities who possess the following licenses:
Miami -Dade County Air Conditioning Mechanical Journeyman license or Journeyman General Mechanical
license, and EPA 608 Technical Program Certification. Current licenses should be provided with bid, and
no personnel shall service City facilities without said licenses.
Proof of holding such License shall be submitted at the time of bid submission. Failure to provide
such proof at time of bid submission may result in rejection of bid.
d. Have no record of pending lawsuits or criminal activities and not have any conflicts of interest which
may be of embarrassment to the City.
e. Not submit a bid should the contractor have any member, officer, or stockholder that is in arrears or
is in default of any debt or contract involving the City, is a defaulter or surety otherwise, upon any
obligation to the City, and/or has failed to perform faithfully any previous contract with the City.
2.10. CERTIFICATE OF COMPETENCY
Any person, firm, corporation or joint venture who offers a bid, at the time of such bid, shall hold a valid
Certificate of Competency or License for Air Conditioning Mechanical issued by the State or County
Examining Board qualifying said person, firm, corporation or joint venture to perform the work proposed.
If any or all work required in conjunction with this bid is performed by a subcontractor(s), an applicable
Certificate of Competency issued to the subcontractors) shall be submitted with the Bidder's proposal: A
copy of the certificate must be submitted with the bid proposal. Failure to submit this document may
render this bid non -responsive; provided, however that the City may at its sole option, allow the Bidder to
supply the Certificate to the City within seven (7) calendar days from the date of the bid opening.
2.11. FAILURE TO PERFORM
Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken
within 48 hours of any failure to perform according to specifications, the City reserves the right to declare
Contractor in default of the contract or make appropriate reductions in the contract payment.
2.12. INSURANCE REQUIREMENTS
INDEMNIFICATION
Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and
all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the
provisions of the contract, including all acts or omissions to act on the part of bidder, including any person
performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses
and causes of such action are not attributable to the negligence or misconduct of the City and, from and
against any orders, judgments or decrees which may be entered and which may result from this Contract,
unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys'
fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof.
Page 30 of 50
Inv,,.ation for Bid (IFB) 235227
The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 6th Floor,
Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained
which meets the requirements as outlined below:
(1) . Worker's Compensation
A. Limits of Liability - Statutory - State of Florida
Waiver of Subrogation
(2) Commercial General Liability:
A. Limits of Liability
Bodily Injury and Property Damage Liability - Each Occurrence: $1,000,000.00.
General Aggregate Limit: $2,000,000.00.
Personal and Adv. Injury. Products and Completed Operations and Fire Damage: $2,000,000.00.
Personal and Advertising Injury: $1,000,000.00.
B. Endorsements Required:
. City of Miami included as an Additional Insured. Employees included as insured. Contractual
Liability. Explosion, Collapse and Underground Hazard. Independent Contractor's Coverage.
(3) BusinessAutomobile Liability
A. Limits of Liability
Bodily Injury and Property Damage Liability Combined Single Limits. Any Auto/Scheduled Autos
Including Hired, Borrowed, or Non -Owned Autos Any One Accident - $1,000,000.00. B.
Endorsements Required:
City of Miami included as an Additional Insured
(4) Employer's Liability
A. Limits of Liability
Bodily injury caused by an accident, each accident: $100,000.
Bodily injury caused by disease, each employee: $100,000.
Bodily injury caused by disease, policy limit: $500,000.
BINDERS ARE UNACCEPTABLE.
The insurance coverage required shall include those classifications, as listed in standard liability insurance
manuals, which most nearly reflect the operations of the bidder.
All insurance policies required above shall be issued by companies authorized to do business under the
laws of the State of Florida, with the following qualifications:
The Company must be rated no less than "A" as to management, and no less than "Class V" as to
financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company,
Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to
review and verification by Risk Management prior to insurance approval.
Certificates will indicate no modification or change in insurance shall be made without thirty (30)
days written advance notice to the certificate holder.
NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation
under this section or under any other section of this Agreement.
--If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be
responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10)
calendar days in advance of such expiration.
—In the event that expired certificates are not replaced with new or renewed certificates which cover
the contractual period, the City shall:
(5) Suspend the contract until such time as the new or renewed certificates are received by the City in the
manner prescribed in the Invitation To Bid.
(6) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement
damages from the Bidder in conjunction with the General and Special Terms and Conditions of the Bid.
Page 31 of 50
Inv,.aiion for Bid (IFB) 235227
The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this
Section remain in force for the duration of the contractual period; including any and all option terms that
may be granted to the Bidder.
2.13. PAYMENTS RELATED TO GUARANTEE OBLIGATIONS
The City may withhold from payments to be made such sums as deemed reasonably necessary to ensure
completion of the Work with respect to defective work, equipment or materials whichmay be identified by
the Contract Administrator.
The City may deduct from any payment due the Contractor an amount equal to its cost incurred on account
of the Contractor's failure to fully perfonn its obligations under this Contract.
The Contract Administrator, prior to withholding or deducting any monies hereunder, shall give the
Contractor notice of the defective work, equipment or material and the basis for the withholding or
deduction.
Upon the Contract Administrator's determination that the Contractor has fulfilled his obligations, the City
will pay the Contractor any sum so retained, subject to Contractor's submission of, or compliance with any
remaining documentation or obligation, as the case may be, in accordance with this Contract.
2.14. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS
Although this Solicitation identifies specific facilities/items/products to be serviced, it is hereby agreed and
understood that any facility/item/products may be added/deleted to/from this contract at the option of the
City. When an -addition to the contract is required, the successful bidder(s) under this contract shall be
invited to submit price quotes for these new services/items/products. If these quotes are comparable with
market prices offered for similar services/items/products, they shall be added to the contract whichever is in
the best interest of the City and an addendum and a separate purchase order shall be issued by the City.
2.15. CONTRACT ADMINISTRATOR
Upon award, contractor shall report and work directly with Officer Martin Garcia, who shall be designated
as the Contract Administrator.
2.16. SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED
As part of its Bid, the Bidder is required to identify any and all Subcontractors that will be used in the
performance of the proposed contract, their capabilities, experience, minority designation, as defined in
Ordinance 10062 and the portion of the work to be done by the Subcontractor. Failure to identify any and
all subcontractors in the Bid shall render the Bid non -responsive; unless, the tow bidder submits this
documentation to the City within five (5) working days after the bid opening.
The Contractor shall not, at any time during the tenure of the contract, subcontract any part of his
operations or assign any portion or part of the contract, to Subcontractor(s) not originally mentioned in their
Bid, except under and by virtue of permission granted by the City through the proper officials.
Nothing contained in this specifications shall be construed as establishing any contractual relationship .
between any subcontractor and the City.
The contractor shall be fully responsible to the City for the acts and omissions of the subcontractor and
their employees, as for acts and omissions of persons employed by contractor.
2.17. SUBCONTRACTOR(S)'S MINIMUM REQUIREMENTS
Bidder must list any or all subcontractor(s) that may be utilized to assist in the performance of the work
specificied herein. Any subcontractor(s) listed must meet the same requirements and submit the same
information listed under the Bidder's Minimum Qualifications section. All information required shall be
Page 32 of 50
Invitation for Bid (IFB) 235227
included in the solicitation response. If bidder does not include any subcontractor(s) as part of its bid
submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be
allowed to subcontract any of the work unless it request in writing the hiring of subcontractor(s) with the
aforementioned requirements attached to its request within seventy two (72) hours of considering hiring
subcontractor(s). The City will grant or deny such request in writing within forty-eight (48) hours of
receiving said request.
2.18. WORKMANSHIP AND MATERIALS
All parts installed and materials used in performance of this contract shall be new and unused (of current
design or manufacture). Salvage materials will not be allowed without the express consent of the City. All
materials and workmanship shall be of the highest quality and shall conform to all applicable Building
Codes, so as to ensure safe and functional operation. The City shall be the sole judge as to parts and
workmanship.
2.19. TIE BIDS
Whenever two or more Bids which are equal with respect to price, quality and service are received by the
City for the procurement of commodities or contractual services, a Bid received from a business that
certifies that is has implemented a drug -free workplace program shall be given preference in the award
process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a
drug -free workplace program. In order to have a drug -free workplace program, a business shall:
(1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the action that
will be taken against employees for violations of such prohibition.
(2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance
programs, and the penalties that may be imposed upon employees for drug abuse violations.
(3) Give each employee engaged in providing the commodities or contractual services that are under Bid a
copy of the statement specified in subsection (I).
(4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the
commodities or contractual services that are under Bid, the employee will abide by the terms of the
statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
(5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program, if such is available in the employee's community, by any employee who is so
convicted.
(6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this
section.
2.20. USE OF PREMISES
The contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of
his/her workmen to the limits indicated by law, ordinances, permits, or direction of the project manager,
and shall not unreasonably encumber the premises with his/her materials. The contractor shall take all
measures necessary to protect his own materials.
2.21. DAMAGES TO PUBLIC/PRIVATE PROPERTY
The contractor shall carry out the work with such care and methods as not to result in damage to public or
private property adjacent to the work. Should any public or private property be damaged or destroyed, the
Page 33 of 50
lnv,ation for Bid QFB) 235227
contractor, at his/her expense, shall repair or make restoration as is practical and acceptable to the City
and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to
exceed one month from date damage was done).
2.22. HOURLY RATE (FOR REPAIRS OUTSIDE THE ROUTINE MAINTENANCE PORTION
OF THE CONTRACT)
The hourly rate quoted shall include full compensation for labor, equipment use, travel time, and any other
cost to the bidder and shall be seperate and apart from any routine maintenance service.
Journeyman Hourly labor rates are specified as follows:
Regular Rate —Hourly rate for straight time repairs, i.e., from 8:00 A.M. to 5:00 P.M., Monday through
Friday (rate is to include labor and travel, parts are not included).
Overtime Rate —Hourly rate for overtime repairs, i.e., between 5:00 P.M. and 8:00 A.M. Monday through
Friday and 24 hours on weekends and legal holidays (rate to include labor and travel, parts not included).
2.23. OVERTIME (FOR REPAIRS OUTSIDE THE ROUTINE MAINTENANCE PORTION OF
THE CONTRACT)
The City shall allow overtime payment at a maximum rate of one and a half times the regular hourly wages
quoted by the bidder. This allowance shall only be provided in those instances where expressly authorized
by a representative of the City prior to the commencement of the overtime work. Further, overtime work
shall not be allowed during the normal work day.
2.24. PARTS AT PASS -THROUGH COST (FOR REPAIRS OUTSIDE THE ROUTINE
MAINTENANCE PORTION OF THE CONTRACT)
All cost for parts required for repair jobs and not otherwise included in the routine maintenance
section of the Specifications shall be billed at the contractor's actual cost, and will be passed on to the
City without markup or any additional fees. Successful Bidder shall submit purchase receipt of parts along
with labor invoice for payment.
Contractor shall be responsible for sourcing all parts necessary to complete the work requirements of each
job specification(s) of this contract. Replacement parts furnished must be of the same manufacturer or an
equal product. All equipment and materials shall be commercial quality and grade, and be from a regular
product line. Prototype, obsolete, and residential quality/grade equipment shall not be specified or installed
in the facility.
2.25. WARRANTY, FITNESS FOR PURPOSE
The contractor warrants the materials supplied and the work performed under this contract conform to
warranty materials provided and work performed for one (1) year from date of completion.
In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products
and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the
date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall
remain in force for the full one (I) year period; regardless of whether the contractor is under contract with
the City at the time of any defect. Any payment by the City on behalf of the goods or services -received
from the contractor does not constitute a waiver of these warranty provisions.
The contractor shall be responsible for promptly correcting any deficiency, at no cost to the City, within
five (5) calendar days after the City notifies the contractor of such deficiency in writing. If the contractor
fails to honor the warranty and/or fails to correct or replace the defective work or items within the period
specified, the City may, at its discretion, notify the contractor, in writing, that the bidder may be debarred
as a City bidder/proposer and/or subject to contractual default if the corrections or replacements are not
completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the
contractor fails to satisfy the warranty within the period specified in the notice, the City may (a) place the
Page 34 of 50
Invitation for Bid (IFB) 235227
contractor in defaults of its contract, and/or (b) procure the products or services from another contractor and
charge the contractorr for any additional costs that are incurred by the City for this work or items; either
through a credit memorandum or through invoicing.
2.26. REFERENCES
Each bid must be accompanied by a list of references, which shall include the name of the company, dates
of contract, description of goods supplied, a contact person and the telephone number. NO BID WILL BE
CONSIDERED WITHOUT THIS LIST.
2.27. SPECIFICATION EXCEPTIONS
Specifications are based on the most current literature available. Bidder shall notify the City of Miami
Purchasing Department, in writing, no less than ten (10) days prior to solicitation closing date of any
change in the manufacturers' specifications which conflict with the specifications. For hard copy bid
submittals, bidders must explain any -deviation from the specifications in writing as a footnote on the
applicable specification page and enclose a copy of the manufacturers specifications data detailing the
changed item(s) with his/her submission. For electronic bid submittals, bidders must explain in the Header
Section or by an Attachment and, if applicable, enclose a scanned copy of the manufacturer's specifications
data detailing the changed item(s) with his/her submission. Additionally, bidders must indicate any options
requiring the addition of other options, as well as those which are included as a part of another option.
Failure of bidders to comply with these provisions will result in bidders being held responsible for all costs
required to bring the item(s) in compliance with contract specifications.
2.28. SAFETY MEASURES
Contractor shall take all necessary precautions for the safety of employees, and shall erect and properly
maintain at all times all necessary safeguards for the protection of the employees and the public. Danger
signs warning against hazards created by his/her operation and work in progress must be posted.
All employees of contractor shall be expected to wear safety glasses or goggles, appropriate clothing, and
hearing protection when and wherever applicable. The contractor shall use only equipment that is fully
operational and in safe operating order. Contractor shall be especially careful when servicing property
when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed.
2.29. QUALITY OF WORK
All work shall be performed using superior maintenance standards and techniques. The frequencies
established for repetitive maintenance tasks are minimum frequencies, which must be increased if deemed
necessary and requested by the City.
2.30. TERMINATION
A. FOR DEFAULT
If Contractor defaults in its performance under this Contract and does not cure the default within 30 days
after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon
written notice without penalty to the City of Miami. In such event the Contractor shall be liable for
damages including the excess cost of procuring similar supplies or services: provided that if, (I) it is
determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is
without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a
termination for the convenience of the City of Miami.
B. FOR CONVENIENCE
Page 35 of 50
Inv,__aon for Bid (IFB) 235227
The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when
it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or
software, and so terminated for the convenience by the City of Miami the Contractor will be compensated
in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so
terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions
of the Contract for those services rendered prior to termination.
2.31. ADDITIONAL TERMS AND CONDITIONS
No additional terms and conditions included with the solicitation response shall be evaluated or
considered, and any and all such additional terms and conditions shall have no force or effect and are
inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently,
appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood
and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to
this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's
acknowledgment form attests to this.
2.32. PRIMARY CLIENT (FIRST PRIORITY)
The successful bidder(s)/proposer(s) agree upon award of this contract that the City of Miami shall be its
primary client and shall be serviced first during a schedule conflict arising between this contract and any
other contract successful bidder(s)/proposer(s) may have with any other cities and/or counties to perform
similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms or any
other public emergency impacting various areas during or approximately the same time.
2.33. LICENSES AND PERMITS
Services performed for the City will require licenses and permits in the same manner as private air
conditioning maintenance projects within the City. The Contractor shall secure, at his/her expense, all
licenses and permits and shall fully comply with all applicable laws, regulations and codes as required by
the State of Florida, county, or local agency.
The Contractor must fully comply with all federal and state laws, county and municipal ordinances, and
regulations in any manner affecting the prosecution of the work. Any fines or penalties to the Contractor
shall be paid at the Contractor's expense.
2.34. EMPLOYEES
Work shoes (footwear which fully covers and protects the entire foot) shall be worn at all times as well.
Shorts, torn and/or dirty clothing, cut-off T-shirts, and the like, and clothing with unacceptable verbiage as
determined by the City shall not be worn.
The employee(s) shall at all times wear his / her company issued identification badge. Should the
contractor not issue such a form of identification, the employee(s) shall wear an issued badge from the
facility being serviced. The facility may require both a facility badge and a company badge.
The contractor's employee(s), regardless of the nature of the call, shall always identify him / herself to the
lobby security, request to speak with the facility liaison, and sign in and out.
2.35. SUPERVISORY MEETINGS / CONTACTS
The Contractor shall provide an executive -level manager representative to meet with the facility liaison
and/or his/her representative on a regular basis at the discretion of the City for the purpose of reviewing
contract compliance and performance. Meetings can take place on a weekly basis; however, it is
anticipated meetings will be conducted on a monthly to quarterly basis.
The successful Bidder shall supply the name and telephone numbers, home and office, of at least two (2)
company individuals with the authority to make management decisions and who can be reached at any
Page 36 of 50
In�.__don for Bid (IFB) 235227
time.
2.36. NOTIFICATION TO PERFORM WORK
The Contractor shall notify the facility liaison when an employee is on the property and for what purpose.
2.37. DOCUMENTATION
The Contractor shall leave with the facility liaison a copy of the service order and/or other applicable
documentation of the visit. This documentation shall reflect, in detail, the work performed and
recommendations, if any. In the case of unscheduled visits, the documentation of the same shall be left with
the facility liaison or his/her representative, should the liaison not be available.
2.38. DELAYS
The successful Bidder shall notify the City of any actual or potential delays in any maintenance or repairs.
2.39. ACCEPTANCE OF WORK
Should any work not meet the expectations of the City and/or the departmental liaison, the successful
Bidder shall be required to correct the fault or faults at his/her expense in both time and material.
2.40. LIQUIDATED DAMAGES IN CASE OF DELAY OR LOSS OF USE
The contractor is obligated and guarantees to meet the stipulated completion date(s) set forth in any work
order. In the event of a delay in Substantial Completion beyond the date set forth by the Contractor
Administrator, as such time may be extended by the City as provided in this Contract, the City shall be paid
for damages for such delay, or loss of use. In as much as the amount of such damages and the loss to the
City will be extremely difficult to ascertain, it is hereby expressly agreed that such damages will be
liquidated and paid as follows:
The Contractor shall pay to the City liquidated damages in the amount of S 100.00 for each and every day
of unexcused delay, except Sundays and Holidays, which is hereby agreed upon not as a penalty but as
liquidated damages.
The City shall have the right to deduct such liquidated damage assessments from any monies due or which
may thereafter become due to the Contractor under this Contract; and in case the amount which may
became due hereunder shall be less than the amount of liquidated damages due the City, the Contractor
shall pay the difference upon demand by the City.
Should the Contractor not pay the differences to the City, the City may also deny the Contractor any future
work under this Contract or any other Contract until the difference is paid to the City.
2.41. WORKMANSHIP AND MATERIALS
All parts installed and materials used in performance of this contract shall be unused, new (of current
design or manufacture). Salvage materials will not be allowed without the express consent of the City. All
materials and workmanship shall be of the highest quality and shall conform to all applicable Buildinr
Codes so as to ensure safe and functional operation. The City shall be the sole judge as to parts and
workmanship.
2.42. INVOICING
Invoices submitted for payment by the City shall contain purchase order number; work order number, if
applicable; details of service(s) performed; number of labor hours for each worker; hourly rate for each
worker; total man hours billed; and material/parts furnished and actual cost itemized separate from the
Page 37 of 50
lnv,...tion for Bid (IFB) 235227
labor rates and number of labor hours. Copies of invoices or other appropriate documentation including
available receipts for materials/parts purchased or supplied shall be provided for each job to support their
actual costs prior to reimbursement. Failure to itemize the aforementioned will result in the invoice being
returned for adherence to the same.
Material cost including unit prices shall be listed as separate item(s). Materials, parts or equipment
installed shall be invoiced at Contractor's actual cost to include any and all discounts offered by his/her
supplier. Material prices submitted are subject to verification by the City.
Failure to submit any required documentation, including properly prepared invoices and/or should the City
determine the invoice to differ from the actual work performed, the City will not be responsible for
payment of such. The City will only be responsible for payment of actual work performed, and upon
properly submitted invoices/documentation.
2.43. CONTRACTOR'S USE OF PROJECT SITE
The Contractor shall limit its use of the facility or premises to the Scope of Work, so as to allow for the
City's continuous operation. This is necessary as the four (4) sites where the Work will be performed will
remain in operation during that time.
The Contractor shall:
a. Confine operations at the sites to the areas permitted under the Scope of Work; not disturb portions of
the site beyond the specified areas; conform to site rules and regulations affecting the Work.
b. Keep existing driveways and entrances serving the facility clear and available to the City and its
employees at all times; not use areas for parking and/or storage of materials except as authorized by the
Contract Administrator.
c. Assume all responsibility for its tool, equipment and materials, including any materials purchased for
the Work and not accepted by the City, and its vehicles while performing work for the City and/or while
parked at a City facility. The City assumes no liability.
d. Keep areas such as hallways, stairs, elevator lobbies and toilet rooms free from accumulation of
waste materials, rubbish or construction debris.
2.44. CITY OCCUPANCY
The City may occupy all or any portion of the facility during the entire period of Work. The Contractor
shall cooperate fully with the Contract Administrator during the Work to minimize conflicts and to
facilitate City operations and the operations of any other contractors.
2.45. GENERAL REQUIREMENTS
The Contractor agrees that the Contractor will at all times employ, maintain and assign to the performance
of the Work a sufficient number of competent and qualified professionals and other personnel to meet the
requirements of the Work to be performed.
The Contractor agrees to adjust staffing levels or to replace any Staff Personnel if so ordered by the City,
should the City make a determination in its sole discretion, that said staffing is inappropriate or that any
individual is not performing in a manner consistent with the requirements for such position.
The Contractor warrants and represents that its Staff Personnel have proper skill, training, background,
knowledge, experience, rights, authorizations, integrity, character and licenses as necessary to perform the
Work, in a competent and professional manner.
The Contractor shall at all times cooperate with the City and coordinate its respective work efforts to most
effectively and effectively progress the performance of the Work.
The City and other agencies authorized by the City, shall have free access at all times to the Work site.
Staff Personnel shall be employees of the Contractor, who shall be responsible for deducting all taxes and
payments of workman's compensation and and unemployment insurance.
2.46. SAFETY PRECAUTIONS
Page 38 of 50
Inv..ation for Bid (IFB) 235227
The Contractor must adhere to the applicable environmental protection guidelines for the entire duration of
the Work. If hazardous waste materials are used, detected or generated at any time, the Contract
Administrator must be immediately notified of each and every occurrence. Contractor shall comply with
all codes, ordinances, rules, orders and other legal requirements of public authorities (including OSHA,
EPA, DERM, Miami -Dade County PDR South Florida Building Code) which bear on the performance of
the Work.
The Contractor shall take the responsibility to ensure that all Work is provided with the adequate
safeguards, including but not limited to; proper safe rigging, safety nets, fencing, scaffolding, barricades
and ladders, that are necessary for the protection of their employees, as well as the public and City
employees. All riggings and scaffolding shall be of good sound materials, of adequate dimensions for its
intended use, and substantially braced, tied or secure to insure absolute safety for those required to use it, as
well as those in the vicinity. All riggings, scaffolding and ladders must be OSHA approved.
If an emergency condition should develop during Work, the Contractor must immediately notify the
Contract Administrator of each and every occurrence. The Contractor should also recommend any
appropriate courses of action to the Contract Administrator.
2.47. TIME FOR PERFORMING THE WORK
Prior to performing any work, the Contractor shall establish with the Contract Administrator, the hours
during which the work is to be performed. No work shall be performed outside these hours without the
written approval of the Contract Administrator.
2.48. EXAMINATION OF THE WORK
The City shall be furnished with every means to verify whether or not the materials and work are in
accordance within the requirements and intent of these specifications. Failure to reject or condemn
defective work at the time it is done will not prevent its rejection whenever it is discovered before the
project is finally approved and accepted.
2.49. EMERGENCY SERVICE/CONTACT
The Contractor will provide the City with evening, weekend, and holiday service, as necessary, to cope
with an emergency situation which threatens public health and safety, as determined by the City. The
Contractor shall be immediately available via a twenty-four (24) hour, seven (7) days per week phone
service. It is expected that non-scheduled requests for service (emergency calls, etc.) shall be responded to
within one (1) hour after the call is made to the service or directly to the contractor.
The Contractor shall ensure that the facility liaison has the pager and home telephone numbers of all
employees assigned, or who would be called to, the facility, and the designated employees shall be directed
to respond to direct calls from the facility liaison, his / her representative, or other designated individual(s)_
2.50. FINAL CLEAN-UP
Upon completion of the work and before acceptance and final payment is made, the Contractor shall clean,
remove, and properly dispose of from the premises, all surplus and discarded materials, rubbish, and
temporary structures, and shall restore in an acceptable manner all property, both public and private, which
has been damaged during the performance of the work, and shall leave the work in a neat and presentable
condition.
2.51. APPLICABLE STANDARDS
The City reserves the right to reject work or materials if it does not meet the requirements set forth in these
Specifications, and must meet the requirements set forth herein upon arrival al the site, at the time services
are rendered, at the time of final inspection, and upon acceptance of completed project.
There shall be.no substitution of equipment or materials unless authorized in writing, in advance, by the
Page 39 of 50
Inv„jtion for Bid (IFB) 235227
City of Miami.
The Contractor shall have labor crews controlled and directed by a foreman who will provide coordination
between the job site and the City.
2.52. LEGAL HOLIDAYS
Legal holidays for the City of Miami include the following:
New Year's Eve
Martin Luther King's Birthday*
Washington's Birthday*
Memorial Day
Fourth of July
Labor Day
Columbus Day*
Veteran's Day*
Thanksgiving Day
Friday after Thanksgiving Day*
Christmas Day
*Dates as indicated shall not be considered legal holidays for Successful Bidder.
Page 40 of 50
Infor Bid (IFB) 235227
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
A. The successful contractor shall furnish full maintenance and repair services, including parts, labor,
materials, equipment and supervision for the air conditioning units at each of the Miami Police Department
facilities, as specified in this scope of work. The contract will be required to perform monthly routine
maintenance at a monthly cost specified.
B. In additional to the routine (monthly and semi-annual) maintenance service, contractor shall be
required to perform repair services, as needed, at a separate hourly labor rate as specified in the Bid Form,
plus materials/parts at pass -through cost.
C. All equipment is listed below for each location. The contractor shall provide pricing for servicing of
the equipment at each site. All equipment are "as is" condition No exceptions will be allowed on any of
the equipment listed.
D. Pricing shall include full maintenance for the condition of all equipment -as is" at its current
condition.
E. The locations of the facilities are as follows:
1) Central Headquarters Building
400 N.W. 2 Avenue
Miami Florida
a. Guard Houses
b. Roof Mechanical Room
c. Forensic Lab (Motor Pool)
d. Auto Pound Trailer
2) College of Police Training Center
395 N.W.2 Ave
Miami, F1.33128
3) North Substation
1000 N.W. 62 Street
Miami Florida
4) David Herring Training Center
2301 N.W. 23rd Street
Miami, Florida
5) sSouth Substation
2200 W. Flagler Street
Miami, Florida
6) )Mounted Stables
360 N.W. 3 Street
Miami, FI.33128
7) Police Fleet Trailer
1290 N.W. 20 Street
Miami, Florida 33125
8) Grapeland Heights (Specialized Operations)
1701 N.W.30 Ave.
Miami, Florida 33142
9) Marine Patrol (Watson Islan j
Page 41 of 50
In�._ution for Bid (IFB) 235227
1001 MacArthur Hwy
3.2. PARTS COVERED UNDER MONTHLY MAINTENANCE
The monthly maintenance shall include service, repair, and replacement of parts, including oil, refrigerant
gas, chemicals, belts, air filters; lubricants, tapes, motor, starters, motor rotors, motor stators, dip and brake
motor winding, fan belts, blower assemblies/wheels, hubs, bearings, drive sleeves, travel, tolls, and any all
other materials/supplies used and as necessary in the routine maintenance section of the contract.
Additionally, maintainable components, such as, switches, relays, valves, and any other parts based
on equipment manufacturer's recommendation for routine expendable parts. normal yearly
replacement parts and multi-vear replacement parts, will be included in the routine monthly
maintenance portion of this contract.
The contractor shall supply all the necessary parts and supplies required to perform the monthly preventive
maintenance and service work for all the equipment listed herein at no additional cost to the City.
The contractor shall have access to immediate delivery for the purpose of providing unscheduled service
parts on a Store and maintain stock parts. Further, the contractor shall have the option of stocking locally or
on Emergency basis.
All parts used for normal wear or failed parts shall be new and obtained from authorized parts suppliers of
the appropriate equipment manufacturers. All of the parts and materials shall be new and equal to and/or
better than the existing parts.
3.3. MONTHLY MAINTENANCE
A. MONTHLY MAINTENANCE shall be performed to the air conditioning equipment at ALL Miami
Police Department's facilities. The contractor shall perform all maintenance and inspections during regular
working hours (7:00A.M. to 3:00 P.M.) and (Monday thru Friday).
Following each maintenance and inspection, the contractor shall supply the Contract Administrator with a
copy of the inspection report(s) with the recommendation notes, if any, as to the condition of the equipment
at the time of maintenance.
B. EQUIPMENT MAINTENANCE REOUIREMENTS:
1) CHILLERS
1. MONTHLY MAINTENANCE AND INSPECTION:
a. The contractor shall record pertinent to the system temperatures, pressures and electrical readings
necessary to determine the existing operating conditions of the system.
b. Provide a thorough servicing of the purge system including cleaning and testing of all purge
components.
c. Check condition of starter contacts for wear, pitting, etc. Replace as needed.
d. Check and calibrate safety controls.
e. Meg (Pneumatic) compressor motor and oil pump
f Tighten all starter terminals and check contacts for wear. Check for calibrations on overloads and record
trip amps.
g. Tighten motor terminals and control panel terminals.
h. Clean oil strainer, replace filter and gasket on a semi-annual basis.
i. Tighten oil leads.
j. Check operation of vane positioned.
k. Take oil samples and have them analyzed for acid, moisture and wear/metal contents. Change oil as
indicated by manufacture's recommendations on an annual basis. This maintenance will be perform the
first week of January.
I. Adjust operating and safety controls.
m. Check operation of purge system for prepare operation.
n. Check operation of lubrication system including oil pump and oil pressure regulator.
o. Check operation of motor and starter.
p. CONDENSER HEAT EXCHANGER drains down and punch condenser tubes semi-annually
2) AIR HANDLING UNITS
Page 42 of 50
Irie._,tion for Bid (IFB) 235227
J. MONTHLY MAINTENANCE AND INSPECTION:
a. Inspect drain pan and drain line.
b. Inspect fan blower wheels. (Replace as needed)
c. Inspect drive sleeves. (Replace as needed)
d. Check belt alignment, condition and tension. (Replace as needed)
e. Lubricate
f. Check motor operating voltage and amperage.
g. Check all bearings and mountings. (Replace as needed)
h. Check inlet vanes and dampers and adjust if necessary.
i. Change air filters
j. Check belt tension condition (Replace as needed)
k. Check for any excessive vibration or noises.
1. Inspect and clean drains.
3) COOLING TOWER(S)
1. Quarterly MAINTENANCE AND INSPECTION:
a. Check tower spray nozzles and eliminators as required.
b. Check oil level in gear reducer. Add oil as required by manufacture's specifications.
c. Pressure clean cooling tower, drain and refill on an annual basisthis maintenance will be perform the
first week of January.
d. Check for leaks.
e. Lubricate fan and motor bearings
f. Check amperage on motors.
g. Inspect electrical connections, contacts, relays and operating/safety controls.
h. Check and adjust condenser water temperature regulator system.
i. Cooling Tower Treatment on a monthly basis.
j. Inspect fan for prepare operation.
k. Inspect belt tension condition and/or replace, as necessary.
I. Check oil level in gear reducer. Add oil as required.
m. Check intake strainer, bleed and overflow.
n. Check overall operating conditions. Adjust as required by manufacture's specifications.
o. Check cooling tower, maximum load in August.
4) PUMPS
1. MONTHLY MAINTENANCE AND INSPECTION:
a. Lubricate pump bearings
b. Lubricate motor bearings
c. Check motor mounts and vibration pads.
d. Visually check pump alignment and coupling. A just as needed
e. Check motor operating conditions.
f. Check electrical connections and contacts.
g. Clean strainers and check hand valves.
h. Inspect mechanical seals or pump packing. Replace and adjust as required per manufacturer's
recommendations.
i. Operate pumps and check efficiency.
j. Lubricate pump bearings per manufacturer's recommendation.
k. Lubricate motor bearings per manufacturer's recommendation.
1. Check packing or mechanical seal and adjust as necessary.
Page 43 of 50
lnv..ation for Bid (IFB) 235227
5) RECIPROCATING EQUIPMENT
I. MONTHLY MAINTENANCE AND INSPECTION:
a. Examine, clean and adjust all directly associated protective controls and starters when required.
b. Calibrate and check trip point on all protective controls on a semi-annual basis,
c. Furnish a periodic quarterly report on the overall operating system conditions, with recommendations
for Improvements as indicated.
3.4. OTHER MANDATORY SERVICE REQUIREMENTS
As part of the routine monthly maintenance, the contractor shall provide the following, at no additional
cost to the City:
A. Refrigerant replacement As needed)
B. All system coils shall be chemically cleaned and brushed on an annual basis.
3.5. Employees Back -Ground Check(Mandatory)
All contract employees assigned to perform maintenance and/or other services at the Miami Police
Department will be, subject to a mandatory background, finger printed checked in accordance with
F.S.S.1012.465 - Jessica Lunsford Act.
All checks will be performed by the Miami Police Department prior to any assignment at the police
station, sub -station and/or mini- station work site. The LICENSEE shall famish, upon notification of
awarded bid, a list containing all the names, date of birth, social security number and copy of the
employees' valid Florida driver license and/or Florida Identification Card and any other requested
information. This background investigation will be performed by the Miami Police Department at no cost
to the successful bidder.
3.6. REPAIR SERVICES
To be performed as needed and as authorized by the Contract Administrator
a. Repairs shall be performed at the hourly rate specified on the Bid Form. The hourly rate specified
shall include full compensation for labor, equipment use, and travel time. Materials/parts required for
repair jobs and not otherwise included in the routine maintenance section of the Specifications shall be
billed at the contractor's actual cost.
b. Response time for repair jobs will be four (4) hours for non -emergency services and one (1) hour for
emergency services. Failure by the successful bidder to adhere to these response time requirements will
place that contractor in default of contract.
c. Repair services shall be available to the City twenty-four (24) hours a day, seven (7) days a week,
year round. Regular hours shall be from Monday to Friday between 8:00 a.m. and 5:00 p.m. Overtime
hours shall be between 5 p.m. and 8 a.m. weekdays and 24 hours on Saturday, Sunday and Legal Holidays.
d. Repairs shall not be performed unless expressly authorized by the Contract Administrator.
e. The City reserves the right to seek cost estimates (quotes) from the Contractor prior to the
performance of any repair work. Quotes will be provided at no additional cost to the City.
All invoices for repairs shall itemize the cost of labor, materials/parts, including the hourly rate, number of
work hours required to complete work, and contractor's actual cost for materials/parts.
3.7. LOCATIONS AND DESCRIPTION OF EQUIPMENT TO BE SERVICED:
1. Headquarters Building and surrounding areas:
Elevator #3 (Mechanical Room)
Brand: Kenmore, Wall Mounted
BTU 18,000, 230 Volts
Model # 106.975183 1
Serial #QG1503419
Elevators #1 thru #4 (Mechanical Rooms) (Roof)
Brand: Westinghouse, Wall Mounted
BTU 18,000, 230 Volts
Model #WASI85H2AJ
Page 44 of 50
Two (2) Chillers
Brand: Trane Central HVAC. (Series R) (Roof)
Model #CHHA170FA I FA 145NNN
Serial #UX6G571 I
Panel — RTHB I80FLEOOEWPOOOUNNLF2LF000U0
Serial #U96G05711
Property Unit Bins — Total (4)
Brand: Bard
Model WA241-Al0
BTU: 24,000, 220 Volts
Guard House
Brand: Coleman
Model #8333-87
Serial #029912266
BTU 3,000
Forensic Lab (Motor Pool)
Brand: Carrier
Model #38ARZ008-K601
BTU: 60,000, 460 Volt
Auto Pound Trailer
Brand: Bard Manufacturer
Model #WA241-A10
BTU: 24,000, 220 Volt
Radio Room Central roof (Condensing Unit)
Brand: Rudd
Model: RAWE-120-DAZ & RH36-120ZX
BTU: 10 tons
Central/Headquarters
Roof
Air Compressor
Brand Name: Quincy
Model: 240
Serial #: 6094132
Refrigerated Dryer
Brand Name: SpeedAire
Air Compressor
Brand Name: Ingersol Rand
Model: 2340-E
Serial # 5003000
Chill Water Pumps
2 -each 15HP Motors
Condenser Water Pump
2-each 10HP Motors
Emergency Chiller
Inv,.ation for Bid (IFB) 235227
Page 45 of 50
Brand Name: York
Model: YCAL0044SO46XA
Serial: RMJM6770
Chill Water Pumps
2-each 3HP Motor
5th Floor
Air Handler
Brand Name: Carrier
Model: 39ED-39
Serial# 753890590
Driver VSD Series
Brand Name: Johnson Control
Model: VS0254104
Serial: 10419502
5th Floor Computer Room
Air Handler
Brand Name: Carrier
Model: 39ED-15
Serial 4 T53590591
Air Cool 5 Stages
Brand Name: Air Flow
Model: TC8A4
Serial # OSD172
Liebert Cooling System
Brand Name: Emerson Unisys
Model: D199ALJAAM
Serial: 407068-001
BTU 38 Tons
Liebert Cooling System
Brand Name: Emerson Unisys
Model: DA245A-AAEI
Serial: 711187-001
BTU 38 Tons
Liebert Cooling System
Brand Name: Emerson Unisys
Model: DH245A-AAEI
Serial: 728739-001
BTU 38 Tons
4th Floor
Main Air Handler (A.H.U. 4-6)
Brand Name: Carrier
Model: 39ED26
Serial: 753690588
Iriv,:ation for Bid (IFB) 235227
Page 46 of 50
Driver VSD Series
Brand Name: Johnson Control
Model: VSD20410A
Serial: 10418372
Air Handler (A.H.U.4-7)
Brand Name: Carrier
Model: 390ED15
Serial: 753230589
Air Handler (A.H.U.4-1)
Brand Name: Trane
Model: MCCA006BDOAOAA000000
Serial: K95J67108
Driver VSD Series
Brand Name: Johnson Control
Model: VS002410A
Serial: USD10715636
3rd Floor
Air Handler (A.H.U.-3-5)
Brand Name: Carrier
Model: 39ED-39
Serial: 753890587
Driver VSD Series
Brand Name: Johnson Control
Model: VS025410A
Serial: 10725283
2ndFloor
Air Handler (A.H.U.-2-4)
Brand Name: Carrier
Model: 39ED-26
Serial: 753690586
Driver VSD Series
Brand Name: Johnson Control
Model: VS020410A
Serial: 10418279
1st Floor
Air Handler (A.H.U.-1-1)
Brand Name: Carrier
Model: 39ED-I 1
Serial: 288531777
Air Handler (A.H.U.-1-2)
Brand Name: Carrier
Model: 39LDO6AA-AM-CM 1-A9
Serial: 1403F25749
Inr..ation for Bid (IFB) 235227
Page 47 of 50
Air Handler (A.H.U.-1-3)
Brand Name: Carrier
Model: 39LDO6AA-AM-CML-A9
Serial: 1403F25750
Property Warehouse
Dehumidifier
Brand Name: Lichen
Model: LC-03
2. College of Police Training Center
Brand: BAC
Model: PTZ-1009A-2L1
Description: Cooling Towers Quantities (2)
Brand:
Model: RTHD/ 200 ton
Description Chillers Quantities (2)
Brand:
Models: MCCB017
MCCB0I4
MCCB008
MCCB025
MCCB021
MCCB035
MCCB035
MCCB030
MCCB021
MCCB021
MCCB014
Description AIR HANDLER Quantities (1 1 )
College of Police
Product Summary
4-Carrier Mini -Split Systems Model 40QNC018/381-IDF018
2-Carrier Mini -Split Systems Model 40QAC060/38HDR060
1-Carrier Mini —Split Systems Model 40QAC036/38HDR036
3. North Substation
Brand: Trane
Model: MCCA030
Description: 40-Ton Air Handler
Brand: Trane
Model: RAUCC40
Description: 40-Ton Condensing Unit
Brand: Trane
Model: MCCA021
Description: 25-Ton Air Handler
Brand: Trane
Inr...ation for Bid (IFB) 235227
Page 48 of 50
Inv„ation for Bid (IFB) 235227
Model: RAUCC25
Description: 25-Ton Condensing Unit
4. David Herring Training Center
The system was installed in 2001; it has five year factory warranty on the compressors.
Brand: Rheem
Model: RHGE0752K RAWD076CAZ (2 units)
Description: 7.5 Ton Condensing Unit
Brand: Rudd
Model: RAWEI20CAZ& RHGG12OZK
Description: 10 Ton Split System
5. South Substation
Brand: Trane
Model: MCCA040
Description: 60-Ton Air Handler
Brand: Trane
Model: RAUCC60
Description: 60-Ton Condensing Unit
6. Mounted Stables (Lummus Park)
Brand: Bard
Model: WA361A00
BTU: 24,000, 220 Volt
Brand: Maytag (Wall Mounted)
BTU: 5,000
7. Police Fleet Trailer
Brand: Bard
Model: WA361A00
BTU: 24,000, 220 Volt
8. Grapeland HeightsfSpecialized Operations)
Brand: AMERICAN STANDARD
Model: TTA180B300BA & TWFI80B300BC
Description: 10-Ton
Brand: DUNHAN-BUSH
Model: WCDR065 & HFO50MA11989701
Description: -50-Ton Condensing Unit
Brand: YORK
Model: YCUL-0046SC28XBA & BA0060A57
Description: 45-Ton
Brand: Rudd
Model: RLKA-A085CL
Description: 7.5 -Ton
Brand: Rudd
Model: RLMB-A090CL
Description: 7.5-Ton
Page 49 of 50
Invitation for Bid (IFB) 235227
Brand: Rheem
Model: RLKA-A048CK
Description: 4.0-Ton
Brand: Rudd
Model: UAKA-0242AZ
Description: 2 ton
Brand: York
Model: BA0060A57
Description Air Handler
Specialized Operation Stations (Grapeland Heights)
Cooling Tower
Brand Name: Evapco
Model: ICT459
Serial: 992029
Condensing Water Pump
I -each 5HP Motor
Chill Water Pump
I -each 3HP Motor
9. Marine Patrol (Watson Island)
Brand: Rheem
Model: RPNE060JAZ
Description: 5.0 Ton Condensing Unit
Please note that all major A/C equipment have been listed. However; other miscellaneous components,
such as, switches, relays, valves, and any others parts that are needed to make the equipment function
correctly, not specifically listed herein, will be included within this bid.
Page 50 of 50