Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA Inter -Office Memorandum TO: Art Noriega V City Manager eph Zahralban, Director epartment of Fire -Rescue DATE: May 25, 2021 SUBJECT: Retroactive Approval of Capital Work REFERENCES: ENCLOSURES: In January of 2016 Miami Fire -Rescue began a project to replace two backup generators at the Fire Rescue Training Center (FTC). Rodriguez Architects Inc was referred by the Office of Capital Improvements and hired to provide design and engineering services necessary to complete the replacement of two emergency backup generators at the FTC and Backup 911 Call Center. The scope of work Rodriguez Architects agreed to complete included obtaining building permits approved through the City's dry run process. The dry run permits were processed and approved in May 2018. Upon receipt of the dry run permits and the anticipated project cost estimate Fire Recue believed that the generators and construction services could be procured via an Invitation for Quotes (IFQ) under the specialty trades contract. In January 2018, the Procurement Department issued IFQ 805382 for the installation of the generators. The scope of work included providing the generators, switches, panels, construction, and installation as specified on the plans provided by Rodriguez Architects. EDFM Corporation was awarded the work with a bid of $261,708.00. The vendor received Purchase Order 1804909 on May 3, 2018. On May 16, 2018, EDFM received permit number BD16-003969-001-E00. At the project kick off meeting The City's electrical inspector indicated that the work specified on the plans would not meet the building and fire code requirements. The revisions required to meet code were extensive. Equipment changes included a parallel generator controller, an emergency distribution panel, 2-hour fire protection for wiring, and an additional transfer switch. Additional construction costs are caused by several unanticipated site conditions. Existing conduit was deteriorated and could not be reused as called for in the original plans. New conduit could not be buried because the soil at the site is contaminated and cannot be excavated. Because the conduit could not be buried electrical bridges had to be constructed. The bridges required foundations, columns, and the bridges themselves. Material costs were increased because the conduit had to be changed from PVC to galvanized steel. The cost of the changes is $206,219.04. Work on the project continued until January 2021 when the contractor submitted "Application and Certificate for Payment #5". With that submission it was discovered that the work completed at that time had exceeded what was allowable on the specialty trades contract by $29,047.20 and work was stopped. To complete this project the Department of Fire- Rescue is requesting retroactive approval of all work completed to date and an increase of Purchase Order 1804909 to a total approximate cost of $467,927.04. CHANGE PROPOSAL. REQUEST No: 1 Date: April 6, 2021 ity of Miami TO: Ga1F£eter 3425 Jefferson Street Miami, Florida 33133 Re: New plans price We are providing an itemized quotation for labor, materials, equipment and services to make the following changes to the Contract Work: [ X ] In accordance with Project Manual Section 54 and 88 [ X ] In accordance with Project manual Section 54 and 88 Attached is a complete breakdown for price quote and justification for arty Contract Tirne. Iten1 No. Desc P ion Amoun 1 NEW GENERATOR TO INCLUDE TRANSFER SWITCHES 2 ELECTRICAL SUBCONTRACTOR ALL WIRING ON CONDUITS ON THE SIDE OF THE BUILDING 3 REPLACE FIRE ALARM PANEL AS PER ELECTRICAL INSPECTOR 4 DEMOLITION, STEEL COLUMNS FOR HANGING CONDUITS. AND PATCHING 5 BOND MOBILIZATION/INSURANCE 6 DEMOLITION/REMOVAL 7 MISC WORK 8 MECHANICAL/STARTUP 9 GENERAL CONDITIONS OVERHEAD/PROFIT 12% TOTAL NEW COST LESS ORIGINAL PO TOTAL 4185, 538.00 $0.00 f $108, 796.00 $0.00 )25,250.00 $0.00 /$28,500.00 $0.00 /120,208.00 $0.00 49,500.00 $0.00 45,000.00 /$10,000.00 $25,000.00 $0.00 $50,135.04 $0.00 $467,927.04 -$261,708.00 $0.00 $206,219.04 Attachments: Total Amount of this Change Proposal Request: $206,219.04 Submitted by. EDFM CORPORATION 10021 SW 98TH AVE. MIAMI, FLA.33176 For Fernando R. Rodriguez Date: Apr. 19, 2021 CHANGE PROPOSAL REQUEST No: 1 Date: March 8,202 ity of TO: Call Center 3425 Jefferson Street Miami, Florida 33133 Re: New plans price We are providing an itemized quotation for labor, materials. equipment and services to make the following changes to the Contract Work. [ X ] In accordance with Project Manual Section 54 and 88 [ X ] In accordance with Project manual Section 54 and 88 Attached is a complete breakdown for price quote and justification for any Contract Time Item No, Description Amount 1 3 4 5 6 7 8 9 10 NEW GENERATOR TO INCLUDE TRANSFER SWITCHES ELECTRICAL SUBCONTRACTOR ALL WIRING ON CONDUITS ON THE SIDE OF THE BUILDING REPLACE FIRE ALARM PANEL AS PER ELECTRICAL INSPECTOR DEMOLITION, STEEL COLUMNS FOR HANGING CONDUITS, AND PATCHING BOND MOBILIZATION/INSURANCE DEMOLITION/REMOVAL MISC WORK MECHANICAL/STARTUP Sub -total MARK UP TOTAL �$185, 538.00 $0.00 --$108,796.00 $0.00 /$25,250.00 $0.00 -$28,500.00 $0.00 ,$20, 208,00 $0.00 —49,500.00 $0.00 -$5,000.00 0,000.00 $0.00 $0.00 $392,792.00 $78,558.40 $471,350.40 $471, 350.40 Attachments: Total Amount of this Change Proposal Request: $471,350.40 Submitted by. EDFM CORPORATION 10021 SW 98TH AVE. MIAMI, FLA.33176 For Fernando R. Rodriguez Date: Mar.8,2021 City of Miami Invitation for Quotation (IFQ) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement IFQNumber: Title: Issue Date/Time: IFQClosing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 805382,1 Invitation for Quotation to Furnish and Install New Generators 10-JAN-2018 17-JAN-2018 @ 16:00:00 None Wednesday, December 20, 2017 at 4:00 PM Soto, Teresa City of Miami - Procurement 444 SW 2 Ave, 6th Floor Miami FL 33130 US TSoto@miamigov.com (305)400-5024 Page 1 of 14 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 180 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 (I) 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: PROPOSER NAME ADDRESS• PHONE: FAX EMAIL: CELL(Optional) • SIGNED BY - TITLE: DATE. FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Page 2 of 14 Certifications Will Subcontractor(s) be used? (Yes or No) If Subcontractor(s) will be used, please indicate name and the extent of the work they will be performing under this contract If Subcontractor(s) will be used, copies of their license(s) must be attached to your bid response. Have copies of license(s) been attached? Yes or No 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). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Does Bidder have any pending lawsuits with or against the City of Miami, any of its agencies and/or instrumentalities? (Yes or No). If Yes, please list. Does Bidder have any record of criminal activities? (Yes or No). If Yes, please list. Has Bidder declared bankruptcy within the past seven (7) years? (Yes or No). If Yes, when? Does Bidder have any prior or pending litigation, either civil or criminal, involving a governmental agency, or which may affect the performance of the services to be rendered herein, in which the Bidder, any of its employees, or subcontractors is or has been involved in within the last five (5) years? (Yes or No). If Yes, please list. Page 3 of 14 Line: 1 Description: Furnish and Install Two (2), 300 kilowatt (KW) Diesel Generators at the City of Miami Fire Department Training Center, Pursuant to Section 3.1, Specifications/Scope of Work Herein. Category: 28539-75 Unit of Measure: Each Unit Price: $ Number of Units: 2 Total: $ Page 4 of 14 Invitation for Quotation (IFQ) 805382,1 Table of Contents Terms and Conditions 6 1. General Conditions 6 1.1. GENERAL TERMS AND CONDITIONS 6 2. Special Conditions 7 2.1. Building/Specialty Trades Contract Provision 7 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE 7 2.3. VOLUNTARY SITE VISIT 7 2.4. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 7 2.5. METHOD OF AWARD 7 2.6. TIE BIDS 7 2.7. INSURANCE REQUIREMENTS 8 2.8. SAFETY MEASURES 9 2.9. PUBLIC SAFETY 10 2.10. LIQUIDATED DAMAGES 10 2.11. PROJECT MANAGER 10 2.12. PRIMARY CLIENT 10 2.13. FORCE MAJEURE 10 2.14. ADDITION/DELETION OF FACILITIES/ITEMS/PRODUCTS/SERVICES 11 2.15. CITY OF MIAMI LIVING WAGE ORDINANCE 11 2.16. WARRANTY, FITNESS FOR PURPOSE 11 2.17. COMPLETED WORK 12 3. Specifications 13 3.1. SPECIFICATIONS/SCOPE OF WORK 13 Page 5 of 14 Invitation for Quotation (IFQ) 805382,1 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS 1.2. Please quote on the Invitation for Quotation, your best price, terms, and delivery for the items specified therein. Substitute offers will be considered if differences in specifications are explained, unless "No Substitution" is specified. 1.3. All quotations are to be F.O.B. Destination unless otherwise indicated. 1.4. If submitting a hardcopy format, this form must be completed in full, signed and returned, in order to be valid. 1.5. A copy of current City of Miami Occupational License must be submitted, in order to qualify for the City's Local Preference Ordinance. 1.6. Prices shall be firm for a minimum of 180 days after receipt of Quotation. 1.7. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. Page 6 of 14 Invitation for Quotation (IFQ) 805382,1 2. Special Conditions 2.1. Building/Specialty Trades Contract Provision This Request for Price Quotation is issued pursuant to Section 2.24 of the Building/Specialty Trades Contract, RFQ 184144. Prices quoted under this solicitation shall be in accordance with the terms and conditions of RFQ 184144, in addition to those specified herein. 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.3. VOLUNTARY SITE VISIT Prior to submitting the Bid, the Bidder is encouraged to visit the site of the proposed work and to become familiar with any conditions, which may in any manner, affect the work to be done or affect the equipment, materials and labor required. The Bidder should examine carefully the specifications and be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. No additional allowances will be made because of lack of knowledge of these conditions. For a site visitation appointment, contact Troy Sutton, via email at TASutton@miamigov.com, or via phone at (305)575-5221. 2.4. 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 Procurement Department, Attn: Teresa Soto; fax: (305) 400-5024 or email: tsoto@miamigov.com. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Wednesday, December 20, 2017 at 4:00 PM. All responses to questions will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.5. METHOD OF AWARD Award of this contract will be made to the lowest responsive and responsible bidder who meets Specifications, herein. 2.6. 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 it 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 Page 7 of 14 Invitation for Quotation (IFQ) 805382,1 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 (1). (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. 2.7. INSURANCE REQUIREMENTS INDEMNIFICATION Successful Bidder shall indemnify and hold/save harmless, and defend at its own costs and expense, the City and its officials from and against any and all claims, liabilities, losses, and causes of action, which may arise out of Successful Bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of Successful Bidder, including any person performing under this Contract for or on Successful 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. The Successful Bidder shall furnish to City of Miami, c/o Procurement 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 (2) Commercial General Liability (Primary and Non -Contributory): A. Limits of Liability Bodily Injury and Property Damage Liability - Each Occurrence: $1,000,000 General Aggregate Limit: $2,000,000 Personal and Adv. Injury. Products and Completed Operations and Fire Damage: $1,000,000. B. Endorsements Required: City of Miami included as an Additional insured. Employees included as insured. Contractual Liability. (3) BusinessAutomobile Liability Page8of14 Invitation for Quotation (IFQ) 805382,1 A. Limits of Liability Bodily injury and property damage liability combined single limits. Any Auto, including hired, borrowed or owned, or non -owned autos used in connection with the work - $1,000,000 B. Endorsements Required: City of Miami included as an Additional Insured 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 Successful 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 fmancial 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 Successful 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 Successful 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: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation for Quotation. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Bidder in conjunction with the General and Special Terms and Conditions of the IFQ. The Successful 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 extensions that may be granted to the Successful Bidder. 2.8. SAFETY MEASURES The Successful Bidder 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 the Successful Bidder shall be expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The Successful Bidder shall use only equipment that is fully operational and in safe operating order. The Successful Bidder 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. Page 9 of 14 Invitation for Quotation (IFQ) 805382,1 2.9. PUBLIC SAFETY The Successful Bidder shall conduct his/her work so as to interfere as little as possible with private business or public travel. He/She shall, at his/her own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, and he/she shall be liable for all damages occasioned in any way by his actions or neglect or that of his agents or employees. The Successful Bidder shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.M. and 6:00 P.M. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6:00 P.M. and 7:00 A.M., but if required, the noise level shall not exceed 65 dBA. 2.10. LIQUIDATED DAMAGES Failure to complete the project in accordance with the specifications and to the satisfaction of the City within the time stated, shall result in liquidated damages being assessed. The Successful Bidder shall be subject to an assessment of liquidated damages in the amount of $200.00 for each and every calendar day the work remains incomplete (not to exceed the total amount of the contract), as compensation due to the City for loss of use and for additional costs incurred by the City due to such noncompletion of the work. The City shall have the right to deduct said liquidated damages from any amount due or that may become due to the Successful Bidder under this agreement or to invoice the Successful Bidder for such damages if the costs incurred exceed the amount due to the Successful Bidder. 2.11. PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with Troy Sutton, via email at TASutton@miamigov.com, or at (305)575-5221, who shall be designated as the Project Manager for the City. 2.12. PRIMARY CLIENT The Successful Bidder agrees that upon award of this contract 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 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. 2.13. FORCE MAJEURE Successful Bidder shall not be liable for any failure of or delay in the performance of this Agreement for the period Page 10 of 14 Invitation for Quotation (IFQ) 805382,1 that such failure or delay is due to causes beyond its reasonable control, including but not limited to acts of God, war, strikes or labor disputes, embargoes, government orders or any other force majeure event. 2.14. ADDITION/DELETION OF FACILITIES/ITEMS/PRODUCTS/SERVICES Although this Solicitation identifies specific facilities/items/products/services to be provided, it is hereby agreed and understood that any facilities/items/products/services 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 under this contract shall be invited to submit price quotes for these new facilities/items/products/services . If these quotes are comparable with market prices offered for similar facilities/items/products/services , 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. CITY OF MIAMI LIVING WAGE ORDINANCE The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total contract value exceeding $100,000 annually, and that have been competitively solicited and awarded on, or after January 1, 2017 by the City. "Service Contract" means a contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557 is attached as Attachment A. Please see provisions in Attachment A. If a solicitation requires services, effective on January 1, 2017, contractors must pay to all its employees, who provide services, a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 an hour, with health benefits. This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance. Please review Attachment A, attached hereto, for a complete and thorough description of the City of Miami Living Wage Ordinance This section supersedes Section 1.40, City of Miami Living Wage Ordinances, of RFQ 184144, Request for Pre -Qualification of General Bldg/Eng. & Specialty Trade Contractor. 2.16. WARRANTY, FITNESS FOR PURPOSE The Successful Bidder 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 Successful Bidder, the Successful 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 (1) year period; regardless of whether the Successful Bidder 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 Successful Bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within five Page 11 of 14 Invitation for Quotation (IFQ) 805382,1 (5) calendar days after the City notifies the Successful Bidder of such deficiency in writing. If the Successful Bidder 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 Successful Bidder, in writing, that the Successful Bidder may be debarred as a City Bidder 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 Successful Bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the Successful Bidder in defaults of its contract, and/or (b) procure the products or services from another Bidder and charge the Successful Bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. 2.17. COMPLETED WORK The City shall be notified by the Successful Bidder upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Successful Bidder at no additional charge to the City. Page 12 of 14 Invitation for Quotation (IFQ) 805382,1 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK Successful Bidder shall provide all labor, parts, materials, and equipment necessary to furnish and install two (2) new diesel generators at the City of Miami Fire Department Training Center, located at 3425 Jefferson Street, Miami, FL 33133. Successful Bidder shall: 1. Be responsible for the thorough review of all plans, coordinate with others so that the routing systems and clearances shall be adequate; 2. Verify measurements at site, prior to commencement of work, and submit any and all discrepancies to the Project Manager, and the engineer for consideration and decision before proceeding; 3. Remove the two (2) existing exterior diesel generators, and dispose off site; 4. Remove the metal shelter/buildings and give to the City of Miami Fire Department to retain; 5. Remove two (2) existing transfer switches; 6. Coordinate the site plans with the Project Manager for exact location of new equipment; 7. Verify all dimensions prior to any fabrication or installation; 8. Verify the exact location of all electrical outlets, fixtures, panels, and equipment; 9. Confirm the voltage, equipment supplied by other division, notify the Project Manager of any conflicts prior to commencement of work; 10. Replace existing switchboard with new switchboard, reconfigure emergency services, and furnish three (3) new transfer switches: 225 A for emergency services, 600 A for normal (backup) services, and service -related 100 A for fire pump; 11. Cut all openings required to accommodate the generators and repair all surfaces damaged by such cuttings, and grout each penetration to restore wall/floor to the fire rating integrity; 12. Furnish and install two (2) new 300 KW exterior diesel generators with paralleling gear and remote generator annunciators ( the temporary portable generators (outside) providing emergency back-up power will be disconnected and removed by City of Miami Fire Department); 13. Furnish and install two (2) new day tanks, each with a fuel pump; 14. Furnish and install new fuel piping from existing Convault tank to day tanks and generators; 15. Furnish a rigid galvanized steel (RGS) conduit with threaded fittings for all exterior conduits; 16. Furnish an electrical metallic tubing (EMT) conduit for all exposed interior conduits below eight (8') feet (EMT fittings shall be compression or set -screw); 17. Identify breakers in panels by means of a typed, plastic covered directory; 18. Furnish grounding conductor for the entire length of non-metallic raceway runs; 19. Furnish ground bushing at each end of raceway transition to metallic raceway, and grounding conductors shall be terminated in the ground bushings; 20. Test all generators with Project Manager; 21. Dispose of all debris off site; and 22. Leave site in "ready" for use conditions. In addition, Successful Bidder shall: 1. Be in compliance with all electrical installation as set forth by the State of Florida Statutes Model Energy Efficiency Codes; 2. Not be relieved from full responsibility of compliance if there are conflicts between his sub -contractors; Page 13 of 14 Invitation for Quotation (IFQ) 805382,1 3. Furnish temporary power to project site as needed. At no time shall power be removed without first providing temporary power; 4. Coordinate the removal of existing generators and equipment with the installation of new generators and equipment to prevent unreasonable time frames of temporary power; 5. Complete a final walkthrough with the Project Manager; and 6. Be responsible for any damage to the property during the process of work. Notes: 1. The installation of the wiring system shown in, Attachment B-City of Miami Fire Department Training Center Site Plan, and the material installations, shall conform to the regulations of local codes and ordinances, National Electrical Codes (NEC). and the local utility companies; 2. All materials used shall bear the Underwriter's Laboratories (UL) approval; 3. The minimum conductor No. 12 solid Control Unit (CU), terawatt (TW) insulation not more than three (3) current carrying conductors shall be installed in a raceway, colors shall be yellow/brown/orange for 277/480 volts (v), red/white/blue for 120/208 v; 4. All equipment listed in Attachment B-City of Miami Fire Department Training Center Site Plan, by catalog numbers shall me limited to the kind/manufacturer listed. NO SUBSTITUTIONS shall be allowed unless approved by the Project Manager and therefore a written warranty of three (3) years shall be submitted with the bid; 5. All electrical work shall be completed by a licensed electrical contractor, and shall be fully operational; 6. Attachment B-City of Miami Fire Department Training Center Site Plan is diagrammatic indicating general arrangement on intention of work; and 7. Additional repairs outside the scope of work must be reported to the Project Manager prior to the commencement of repair. No additional work shall be completed without the approval of the Project Manager or Designee. ***General Building/Engineering and Specialty Trades Contract No 184144*** **Note: Pursuant to section 2.31. LICENSES AND PERMITS of the General Building/Engineering and Specialty Trades Contract No 184144, Services performed for the City will require licenses and permits in the same manner as private construction projects within the City. The Successful Bidder 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 ordinances. The Successful Bidder 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 Successful Bidder shall be paid at the Successful Bidder's expense. Page 14 of 14