Loading...
HomeMy WebLinkAboutItem 04 Award of RFP #05-003 for Air Conditioning & Heating Maintenance Term Contract AGENDA ITEM COVER SHEET Meeting Date: 11/01/05 Item # y Contact Name: Contact Number: cJIg- q;tL Subject: Award of RFP #05-003 Air Conditioning & Heating Maintenance Term Contract Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: ----- --.... Background Summary: In compliance with policies and procedures of the City ofOcoee Purchasing Code Chapter 21, a Request for Proposals (RFP) was advertised with the intention to select a company deemed to be the most highly qualified to provide preventative maintenance, routine and emergency repairs of air conditioning and heating units to the City as part of a three year term contract. It is estimated that the Public Works/Facilities Maintenance Division operating budget includes $10,000 annually for preventative maintenance, with an additional $10,000 - $20,000 annually for the repairs and parts. Issue: A ward the term contract for Citywide Air Conditioning and Heating Maintenance Term Contract to Apple Air Conditioning & Heating, Inc., as recommended by the Selection Committee. Recommendations Staff recommends that the City Commission award RFP #05-003 to Apple Air Conditioning & Heating, Inc., per the Selection Committee recommendation, and to authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents between the City and Apple Air Conditioning & Heating Inc. once the Contractor has obtained the required insurance coverage. Attachments: 1. RFP #05-003 2. Apple Air Proposal 3. American Standard Trane Proposal 4. Thermetrics 5. Shaw Mechanical Proposal 6. RFP Checklist 7. RFP Evaluation Form Financial Impact: Included in Public Works/Facilities Operating Budget Type of Item: (please mark with an "x") Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction For Clerk's Devl Use: _ Consent Agenda _ Public Hearing _ Regular Agenda Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) N/A N/A N/A 2 City Manager Robert Frank Commissioners Gary Hood, District I Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 Mayor S. Scott Vandergrift STAFF REPORT DATE: The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing Agen~ October 24, 2005 TO: FROM: RE: A ward of RFP #05-003 Air Conditioning & Heating Maintenance Term Contract ISSUE A ward the term contract for Citywide Air Conditioning and Heating Maintenance Term Contract to Apple Air Conditioning & Heating, Inc., as recommended by the Selection Committee. BACKGROUNDIDISCUSSION In compliance with policies and procedures of the City ofOcoee Purchasing Code Chapter 21, a Request for Proposals (RFP) was advertised with the intention to select a company deemed to be the most highly qualified to provide preventative maintenance, routine and emergency repairs of air conditioning and heating units to the City as part of a three year term contract. It is estimated that the Public W orkslFacilities Maintenance Division operating budget includes $10,000 annually for preventative maintenance, with an additional $10,000 - $20,000 annually for the repairs and parts. The Finance Department reviewed the proposals and all were considered responsive. Complete copies of all proposals are available in the Finance Department for your review. All four (4) proposals were evaluated by the RFP selection Committee, which consisted of three (3) members: Robert Zaitooni, Public Works Director; Terry Reed, Facilities Maintenance Supervisor; and Ed Bishop, Finance Manager. The public RFP selection committee meeting was held on October 13, 2005 to short-list the companies based on their proposals. Each member of the Selection Committee evaluated and ranked the firms from 0-100 points on specific evaluation criteria, with a total of 300 possible points. Please see the attached evaluation form and checklist. The short- listed firms and their cost proposals were as follows: I. Apple Air Conditioning & Heating, Inc. 2. American Standard Trane 3. Thermetrics 4. Shaw Mechanical $8,600/annual maintenance $28,500/annual maintenance $25,000/annual maintenance $39,780/annual maintenance $65.00/hr $65.00/Non-Business Hr $68.00Ihr $1 02.00/Non-Business Hr $70.00/hr $95.00/Non-Business Hr $74.00/hr $III.OO/Non-Business Hr 2 EVALUATION FORM RFP #05-003 Citywide AIC and Heating Maintenance Term Contract COMBINED TOTALS....FOR FINANCE DEPT USE ONLY Evaluation Criteria Location of Service Office (0-90 points) Contractor's Resources (0-60 points) Price Proposal (0-90 points) Contractor's Experience (0-60 points) COMBINED TOTALS 53 75 57 41 41 38 39 40 43 78 30 47 43 41 38 38 COMBINED TOTAL ALL EVALUATORS (0-300) Rank 180 2 166 3 232 1 164 4 RFP #05-003 CITYWIDE AIR CONDITIONING AND HEATING MAINTENANCE TERM CONTRACT 9/22/05 2:00 pm Addendum NO.1 yes, by use of Acknowledgment yes addendum bid form yes yes yes, signed but Submission Requirements yes yes yes not notarized Bid Security cashier's check cashier's check cashier's check cashier's check License Check yes yes yes yes Annual Maintenance Cost $ 28,500.00 $25,000.00 $8,600.00 $ 39,780.00 Normal Rate $68.00/hr $70.00/hr $65.00/hr $74.00/hr Non-Business Hr Rate $102.00/hr $95.00/hr $65.00/hr $111.00/hr Distance to City Hall 10 miles 23 miles 3.2 miles 8 miles Contractor offers 24hr Live Dispatch yes yes yes yes RFP 05-003 PRICE PROPOSAL SHEET CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT 1. Lump sum amount for quarterly maintenance for all items listed on EXHIBIT A: $ 2,/5'"0.00 TWO.7!f"."s,..wlJ, ~.A.JI!-II",,Io)I1tt..tftl flF'if dollars and .NO cents 2. Lump sum amount for annual maintenance for all items listed on EXHIBIT A: (Bid Item number 1 amount multiplied by (4) quarters). $ 8'/600.00 EIG.11 T. THu"1JIf",)/j Jot" -H4.tAlIJ'('E/J dollars and .A!Q cents 3. Rate to be charged for service during business hours (Monday-Friday, 8:00 AM to 5:00PM): $ 65.00 >/ xT'7-,c/vE dollars and ,NO cents 4. Rate to be charged for service during non-business hours & holidays: $ 65. 6 0 5 I X T Y - "cl Ih=- dollars and ftO cents 5. Mark-up or discount offered for parts: .3 ~ % Mark-up 10 %Discount 6. Distance in one-way miles from Contractor's Service office to City Hall: 3. 2 7. Contractor offers 24-hour live dispatch:! Yes Miles No The City reserves the right to delete any portion o/the bid items above in order to meet budget constraints. A P fl.. E A I fl C (H.)I) I Tie.;...) II) t... +- N!' It T,/.) G- / '7>.) C . Company Name C(11C- OS b 'is' 36 Contractor's License Number PET E r<.. L. /.. A '/ T /J E /G , ::i tt.. . Authorized Officer ( rint) q~22~ 0<:) Date Fm:Onvia,com Inc To: Amber Martin (14078353399) 15:04 09/09/05 EST Pg 2- RFP 05-003 PRICE PROPOSAL SHEET CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT 1. Lump sum amount for quarterly maintenance for all items listed on EXHIBIT A: $ '1, (} '1(: c-c) I Ml'ftrTlfc uS;~I.!]) FoR,,! P1<k[lullars and ,,- 2. Lump sum amount for annual maintenance for all items listed on EXHffiIT A: (Bid (tern number 1 amount multiplied by (4) quarters). -- cents $ 51 7gt.~" OC,) f 7J!..tR7 IIIIhTHf)a9IiJP%oJG'v~H1fOlJa..s and .- cen ts 3. Rate to be charged for service during business hours (Monday-Friday, 8:00 AM to 5:00 PM): $ f 4,0-':> <~, IJ~Sry -f=o,.rf- dollars and cents 4. Rate tlJ be charged for servicc during nun-business hours & holidays: $ 111.00 6~l-frJ~.i)R:vf) (3=L.f!f:l/GJ dollars and cents 5. Mark-up or discount offered for parts: 2,.,0 "I., Mark-up %Discount 6. Distance in one-way miles from Contractor;),erVice office to City Hall: 7. Contractor offers 24-huur live dispatch:J0res _No cg Miles The City re,w!rves the rig'" to delete UIIY portiolJ of the hid items ubove in ol'der to meet bl/dgel L'On,\'lr/Jjnt.~. SHAw (vIrCtlfJNlc:Al- z?t~0(~ Company Name eMf.... f 'Z...49LCf'1 Contractor's License Number D AVI /,;) L <;'~N-A J AU'd::?n\r ~ Authorized Signature Se;p r: L 2 I 740 ~ Date ' " - -.~,,,.__........--~~ .- I Section 3-a II I RFP 05-003 PRICE PROPOSAL SHEET CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT I 1. Lump sum amount for quarterly maintenance for all items listed on EXHmIT A: $6,250.00 I Six thousand two hundred fifty dollars and no 2. Lump sum amount for annual maintenance for all items listed on EXHmIT A: (Bid Item number 1 amount multiplied by (4) quarters). cents I $25,000.00 I Twentv five thousand dollars and no cents I 3. Rate to be charged for service during business hours (Monday-Friday, 8:00 AM to 5:00 PM): $ 70.00 I Seventy dollars and no cents 4. Rate to be charged for service during non-business hours & holidays: I $ 95.00 Ninety five dollars and no cents I I 5. Mark-up or discount offered for parts: 30 % Mark-up %Discount a 1.3 mu1tip1ier above wholesa1e cost 6. Distance in one-way miles from Contractor's Service office to City Hall: 23 Miles 7. Contractor offers 24-hour live dispatch:xi\'es No I I The City reserves the right to delete any portion of the bid items above in order to meet budget constraints. Thermetrics Corporation Company Name I eKC 057220 Contractor's License Number I I ';k:.,.>i Authorized Signature I 09-21-05 Date I Fm:Onvia.coI Inc To: David Eveland (14076600303) 15:04 09/09/05 EST Pg 2- RFP 05-003 PRICE PROPOSAL SHEET CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT 1. Lump sum amount for quarterly maintenance for all items listed on EXHIBIT A: $ 7.125.00 Seven Thousand One Hundred Twenty Five ~d'911arsand Zero cents 2. Lump sum amount for annual maintenance for all items listed on EXHIBIT A: (Bid Item number I amount multiplied by (4) quarters). $ 28,500 Twenty Eight Thousand Five Hundred Zero cents dollars and 3. Rate to be chaJ'ged for service during business hours (Monday-Friday, 8:00 AM to 5:00 PM): 68/h r $ Sixty EIght Zero dollars and cents 4. Ratc to be charged for service during non-business hours & holidays: 102/hr $ One Hundred Two Zero cents 10 ( Trane Parts List) oj,.niscoun t dollars and 15 (Generic Parts) 5. Mark-up or discount offered for parts: % Mark-up 6. Distance in one-way miles from Contractor's Service office to City Hal1:10 X 7. Cuntractor offers 24-huur live dispatch:_Yes Nu Miles TIle Oty reserves the right to delete any portion of the bid item.~ ahove in ordt'T' to meet blldget constraint.... TRANE Company Name CMC1249304 Contractor's License Number David C. Eveland Authorized Officer (print) .::r-:>y {l.. Ct.--.--€ Authorized Signature 1-- 20 oj- Date Mavor S. Scott Vandergrift center of Good L' . <\.~e It'l~ Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 City Manager Robert Frank CITY OF OCOEE REQUEST FOR PROPOSALS RFP 05-003 CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT City ofOcoee. l50 N Lakeshore Drive. Ocoee, Florida 3476l phone: (407) 905-3l00 . fax: (407) 656-8504. www.cLocoee.f1.us Mavor S. Scott Vandergrift ceuter of Good L . <\.~e Jt'i~ Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 City Manager Robert Frank September 9,2005 ADDENDUM NO: ONE (1) CITY OF OCOEE RFP #05-003 CITYWIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT This addendum shall modify and become a part of the original RFP Documents for citywide air conditioning and heating mamtenance term contract. This addendum is a result of the questIOns from the pre-bid conference held on September 7, 2005. Bidders shall acknowledge receipt of this Addendum in the space provided in the bid documents. Failure to do so may subject the Bidder to disqualification. Challl!:es and/or Clarifications to the bid documents are as follows: 1. RFP Price Proposal Sheet. Pa2e 18 Delete page 18 in its entirety and replace with the attached page that adds a bid item for annual maintenance lump sum amount. 2. RFP Pa2e 5. Section 4 - Insurance Change to read, "The successful respondent "Contractor" shall provide proof of insurance meeting or exceeding the City's requirements as defined on pages 13-15 of the Request for Proposal package. Providing a sample insurance certificate from the current insurer containing the details of this policy with your company's bid is optional." All respondents shall acknowledge receipt of this addendum in the space provided on the RFP. Joyce Tolbert, CPPB Purchasing Agent Attachment: Revised Page 18, Price Proposal Sheet City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 34761 phone: (407) 905-3l00' fax: (407) 656-8504. www.ci.ocoee.fl.us RFP 05-003 PRICE PROPOSAL SHEET CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT 1. Lump sum amount for quarterly maintenance for all items listed on EXHIBIT A: $ dollars and cents 2. Lump sum amount for annual maintenance for all items listed on EXHIBIT A: (Bid Item number 1 amount multiplied by (4) quarters). $ dollars and cents 3. Rate to be charged for service during business hours (Monday-Friday, 8:00 AM to 5:00 PM): $ dollars and cents 4. Rate to be charged for service during non-business hours & holidays: $ dollars and cents 5. Mark-up or discount offered for parts: % Mark-up %Discount 6. Distance in one-way miles from Contractor's Service office to City Hall: Miles 7. Contractor offers 24-hour live dispatch:_Yes No The City reserves the right to delete any portion o/the bid items above in order to meet budget constraints. Company Name Contractor's License Number Authorized Officer (print) Authorized Signature Date Mayor S. Scott Vandergrift center of Good L. . <\.~e It-'l~ Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 Citv Manager Robert Frank September 9, 2005 ADDENDUM NO: ONE (1) CITY OF OCOEE RFP #05-003 CITYWIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT This addendum shall modify and become a part of the original RFP Documents for citywide air conditioning and heating mamtenance term contract. This addendum is a result of the questIOns from the pre-bid conference held on September 7, 2005. Bidders shall acknowledge receipt of this Addendum in the space provided in the bid documents. Failure to do so may subject the Bidder to disqualification. Cham~es and/or Clarifications to the bid documents are as follows: 1. RFP Price Proposal Sheet. Pa2e 18 Delete page 18 in its entirety and replace with the attached page that adds a bid item for annual maintenance lump sum amount. 2. RFP Pa2e 5. Section 4 - Insurance Change to read, "The successful respondent "Contractor" shall provide proof of insurance meeting or exceeding the City's requirements as defined on pages 13-15 of the Request for Proposal package. Providing a sample insurance certificate from the current insurer containing the details of this policy with your company's bid is optiona1." All respondents shall acknowledge receipt of this addendum in the space provided on the RFP. Joyce Tolbert, CPPB Purchasing Agent Attachment: Revised Page 18, Price Proposal Sheet City ofOcoee. l50 N Lakeshore Drive. Ocoee, Florida 3476l phone: (407) 905-3l00 . fax: (407) 656-8504. www.cLocoee.fl.us RFP 05-003 PRICE PROPOSAL SHEET CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT 1. Lump sum amount for quarterly maintenance for all items listed on EXHIBIT A: $ dollars and cents 2. Lump sum amount for annual maintenance for all items listed on EXHIBIT A: (Bid Item number 1 amount multiplied by (4) quarters). $ dollars and cents 3. Rate to be charged for service during business hours (Monday-Friday, 8:00 AM to 5:00 PM): $ dollars and cents 4. Rate to be charged for service during non-business hours & holidays: $ dollars and cents 5. Mark-up or discount offered for parts: % Mark-up %Discount 6. Distance in one-way miles from Contractor's Service office to City Hall: Miles 7. Contractor offers 24-hour live dispatch:_Yes No The City reserves the right to delete any portion of the bid items above in order to meet budget constraints. Company Name Contractor's License Number Authorized Officer (print) Authorized Signature Date Mayor S. Scott Vandergrift center of Good L . '\.~e l~i~ Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 City Manager Robert Frank September 9,2005 ADDENDUM NO: ONE (1) CITY OF OCOEE RFP #05-003 CITYWIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT This . ~dd~ndum shall. modify and become a part of t~e original R~P Documents for citywide air condItIOnmg and heatmg mamtenance term contract. ThIs addendum IS a result of the questIOns from the pre-bid conference held on September 7, 2005. Bidders shall acknowledge receipt of this Addendum in the space provided in the bid documents. Failure to do so may subject the Bidder to disqualification. Chane:es and/or Clarifications to the bid documents are as follows: 1. RFP Price Proposal Sheet. Pae:e 18 Delete page 18 in its entirety and replace with the attached page that adds a bid item for annual maintenance lump sum amount. 2. RFP Pae:e 5. Section 4 - Insurance Change to read, "The successful respondent "Contractor" shall provide proof of insurance meeting or exceeding the City's requirements as defined on pages 13-15 of the Request for Proposal package. Providing a sample insurance certificate from the current insurer containing the details of this policy with your company's bid is optional." All respondents shall acknowledge receipt of this addendum in the space provided on the RFP. Joyce Tolbert, CPPB Purchasing Agent Attachment: Revised Page 18, Price Proposal Sheet City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3l 00 . fax: (407) 656-8504 . www.ci.ocoee.tl.us RFP 05-003 PRICE PROPOSAL SHEET CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT 1. Lump sum amount for quarterly maintenance for all items listed on EXHIBIT A: $ dollars and cents 2. Lump sum amount for annual maintenance for all items listed on EXHIBIT A: (Bid Item number 1 amount multiplied by (4) quarters). $ dollars and cents 3. Rate to be charged for service during business hours (Monday-Friday, 8:00 AM to 5:00 PM): $ dollars and cents 4. Rate to be charged for service during non-business hours & holidays: $ dollars and cents 5. Mark-up or discount offered for parts: % Mark-up %Discount 6. Distance in one-way miles from Contractor's Service office to City Hall: Miles 7. Contractor offers 24-hour live dispatch:_Yes No The City reserves the right to delete any portion of the bid items above in order to meet budget constraints. Company Name Contractor's License Number Authorized Officer (print) Authorized Signature Date BID DOCUMENTS 3 4 thru 6 7 thru 15 Legal Advertisement Request For Proposal #RFP05-003 General Terms & Conditions SCOPE OF WORK/BID FORM 16 thru 17 18 19 Scope of Services Bid Form Company Information/Signature Sheet EXHIBITS 20 thru 22 23 Exhibit A - List of Units Exhibit C - Draft Contract END OF TABLE OF CONTENTS RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT, no later than 2:00 P.M., local time, on September 22, 2005. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City ofOcoee, Florida, in conformance with the policies and procedures of the City ofOcoee (City) is soliciting bids from qualified and licensed contractors that have experience in providing the necessary services for routine & emergency repair, and installation of air conditioning and heating systems throughout the City. This will be an annual contract, renewable up to three (3) years. The City intends to award a contract to a single contractor qualified and licensed in the State of Florida based on (l) response time to routine and emergency calls, (2) number of certified AC & Heating Technicians, (3) distance from Contractor's office to City Hall, (4) similar experience maintenance/repair term contracts, (5) service rates for scheduled maintenance & emergency repairs, (6) Contractor's mark-up on parts, and (7) satisfactory reference check. A Pre-Bid Conference will be held on September 7, 2005, at 9:00 AM to 12:00 Noon, local time, at City Hall Conference Room, 150 N Lakeshore Drive, Ocoee, Florida. Contractors may inspect the units during this time period only. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for $1,000.00 and shall be made payable to the City ofOcoee as a guarantee that the Bidder will not withdraw for a period of (90) days after bid closing time and will sign a Contract with the City for the Bid Price. Contractors shall submit one (1) original and three (3) copies of the required RFP documents plainly marked with the appropriate RFP number and opening date and time. Proposals will be received at the City of Ocoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Interested Contractors may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued. No fax or electronic submissions will be accepted. City Clerk AUGUST 21, 2005 RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 3 CITY OF OCOEE, RFP 05-003 CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT INTENT: Proposals for RFP #05-003 will be received by the City of Ocoee, hereinafter called "the City", by any contractor, person, firm, corporation or agency submitting a proposal for the work proposed, hereinafter called" the Contractor". The proposed term contract will be for the purpose of providing scheduled maintenance for the City AC & heating units, emergency repair, and emergency replacement of units, and shall provide for all labor, services, coordination, supervision, parts/materials, equipment, supplies and incidentals for a complete service as required by the City of Ocoee as listed under the "Scope of Services" section of this RFP. PROPOSAL INSTRUCTIONS: A. The proposer shall furnish one (1) original and two (2) copies of a proposal that at a minimum contain the following required information: Section 1 - Company Information 1) Provide name, address, contact (office and emergency contact) information for the prime and all sub-contractors. 2) If more than one (1) office, state the location of the headquarters and the office responsible for this contract and the distance in nearest one-way miles from the responsible office to Ocoee City Hall. 3) Provide copies of the appropriate State mechanical, electrical, heating & cooling licenses for the prime and sub-contractors (if applicable). 4) Provide the number and the names of certified technicians, the office where they are located, and the area of expertise and certification. Section 2 - Company Experience 1) Provide company history, number of years in business, the main focus of the company, etc. 2) Provide at least five (5) recent (past 3 years) projects in Florida. For each project, provide client name, client contact information, description of service, project budget, and date completed. 3) Describe the type and quantity of service vehicles, specialized tools, etc. as relevant to this contract. 4) State and describe any litigation to which the Contractor was a party to and the outcome for the past three (3) years. Section 3 - Service Rates 1) Provide a lump sum amount for the annual scheduled maintenance for all units listed on "Exhibit A - List of AC & Heating Units, Ice Machines, and Water Coolers; on "Bid Form A" provided. 2) Provide loaded service rates, dollars per hour for regular (non-emergency) call outs and emergency call outs as described under "Scope of Services." 3) Provide percentage mark-up for parts. 4) Describe and provide amount for any other fees, travel expenses (if any), delivery charge, surcharges, disposal fees, etc. that may appear on company invoice. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 4 Section 4 - Insurance 1) Provide proof of insurance meeting or exceeding the City's requirements. Provide a sample insurance certificate from the current insurer containing the details of the policy. Section 5 - Additional Information 1) Provide any additional relevant information to the type of work proposed in this RFP package that is not provided elsewhere in the RPF package. B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905-3100, extension 1516 and fax (407) 656-3501 or email jtolbert@ci.ocoee.f1.us, and shall be received not later than September 7, 2005. Any clarifications/changes will be made in the form of written addenda only, issued by the Finance Department. Proposers shall not contact other City staff or other City consultants for information before the award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This RFP must be received as one (1) original and two (2) copies of the required RFP documents only, by the Finance Department not later than 2:00 P.M., local time, on September 22, 2005. RFP's received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. RFP's or any information transmitted by fax or e-mail will not be accepted. RFP's shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and opening date and time to: City of Ocoee Finance Department Attention: Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761-2258 D. RFP's will be reviewed by a 3-member selection committee appointed by the City Manager and will be ranked in accordance with the established selection criteria. Date, time, and location of any scheduled selection committee meeting(s) for this RFP will be announced publicly. The selection committee shall recommend ranking of the proposals and recommendation for selection to the City Commission for approval. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Proposers shall thoroughly examine and become familiar with the this RFP package and carefully note the items which must be submitted, such as bid security, list of ReferencesfExperience, list of Subcontractors, equipment listing, summary of litigation, any other information specifically called for in RFP. F. Submission of a proposal shall constitute an acknowledgment that the proposer has complied with Paragraph E. The failure or neglect of a proposer to receive or examine a document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the contract documents/scope of work. G. A Pre-Bid Conference will be held on September 7, 2005, at 9:00 AM to 12:00 Noon at City Hall Room 109. Contractors may inspect the units during this time period only. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 5 H. Any response by the City to a request for clarification or correction will be made in the form of a written addendum which will be mailed, e-mailed or faxed by Demandstar to all parties to whom the RFP package have been issued. The City reserves the right to issue Addenda, concerning date and time of review committee meeting, clarifications, or corrections, at any time up to the date and time set for RFP submission. In this case, RFP's that have been received by the City prior to such an addendum being issued, will be returned to the proposer, if requested, unopened. In case any proposer fails to acknowledge receipt of any such Addendum in the space provided on the Addendum and fails to attach the Addendum to their proposal, its' proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Proposers are cautioned that any other source by which a proposer receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. 1. Any of the following causes may be considered as sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the proposers; c) Being in arrears on any existing contracts with the City, or litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgment and sole discretion, raises doubts as to the proposer's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of proposer or the rejection of its proposal. No proposal mav be withdrawn and all proposed prices shall remain firm for a period of ninety (90) davs after the time and date scheduled for the proposal deadline. The City reserves the right to accept or reject any or all proposals, to waive informalities or irregularities, to request clarification of information submitted in any proposal, or to readvertise for new proposals. The City may accept any item or group of items of any proposal. The City will make an Award, in its absolute and sole discretion to the most responsible and responsive proposer whose proposal, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which proposal is responsible, to require a proposer to submit such evidence of qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a proposer, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all proposals. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each bid must be accompanied by a cashier's/certified check upon an incorporated bank or trust company or a bid bond in an amount of $1,000.00. A combination of any of the former is not acceptable. Cash will not be accepted as bid security. The cashier's check or bid bond is submitted as a guarantee that the bidder, if awarded the Contract, will after written notice of such award, enter into a written contract with the City, and as a guarantee that the bidder will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or bidder's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of intent or recommendation to award by the City, then such bidder shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City and authorized to do business in the State of Florida and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the bidder's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable bidders will be returned not later than three (3) days after the City and the successful bidder have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS None Required. 3. PRICING: A. General Pricing should be provided as indicated on the Scope of W ork/Price Proposal Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of W ork/Price Proposal Sheet. A total shall be entered for each item proposed. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this proposal is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. By submission of this proposal, the proposer certifies, and in the case of a joint proposal, each party thereto certifies as to its own organization, that in connection with this procurement: a) The proposer represents that the article( s) to be furnished under this RFP is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this RFP have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other proposers or with any competitor; RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 7 I c) Unless otherwise required by law, the prices wpich have been provided in this RFP have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to opening, directly or indirectly to any other prop1ser or to any competitor; d) No attempt has been made or will be made byl the proposer to induce any other person or firm to submit or not to submit a proposal for the p~rpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida I Statutes, Section 542.18 and all applicable ~eder~l regulations); e) Proposer warrants the prices set forth herein do: not exceed the prices charged by the bidder under a I contract with the State of Florida Purchasing Division; and f) Proposer agrees that supplies/services furnished under this price proposal, if awarded, shall be covered by the most favorable commercial warranties the proposer gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the contract award. B. Cost Escalation The contract labor rates shall be escalated 3% upon renewal of the contract each year. All other provisions of the contract shall remain constant for the life of the contract. 4. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 5. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. See "Scope of Services" section. 6. AWARD CRITERIA: The contract will be recommended to be awarded to the overall most responsive and responsible proposal according to the following criteria: a) Location of service office (0 - 30 points) 1) Distance (one-way miles) from contractor's office responsible for providing service to the City Hall. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 8 2) Response time to City request for emergency and non-emergency service. b) Contractor's resources (0 - 20 points) 1) Active State licenses in specialty areas (AC & Heating, mechanical, electrical, etc.) 2) Number of certified technicians and area of certification. 3) Number of service vehicles, spare vehicles, specialized equipment, etc. 4) Brand of AC & Heating equipment supported, manufacturer certification (if applicable). c) Price proposal (0 - 30 points) 1) Lump sum price proposal for scheduled maintenance. 2) Service call rate for emergency service. 3) Contractor mark-up on parts. d) Contractors experience (0 - 20 points) 1) Experience with similar service contracts. 2) Overall experience of Contractor in AC & Heating maintenance and installation. 3) Contractor's references. The City of Ocoee may waive technicalities or irregularities, reject any or all proposals, and/or accept that proposal(s) that is in the best interest of the City, with price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Contractor which, in the sole discretion of the City, is the most responsive and responsible Contractor, price, qualifications and other factors considered. However, the City specifically reserves the right to accept other than the lowest responsible and responsive proposal when the City considers that to be, in its sole and absolute discretion, in the best interests of the City. 7. LITERATURE: If required by the proposal, or the specifications, descriptive literaturelbrochures shall be included with this proposal in order to properly evaluate make/model offered. Proposals submitted without same may be considered non-responsive and disqualified. 8. PROTESTS: The City's Finance/Purchasing Department will consider Protests seeking contract award, damages, and/or any other relief. Any proposer seeking to file a Bid Protest SHALL use the following procedures: 1. A proposer SHALL file a written Protest under this Article, or be barred any relief. 2. A Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. 3. After a Protest has been properly filed with the City, the City, by and through its Finance/Purchasing Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with the award ofthe Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Proposal Package or Contract Documents; and/or (b) applicable federal, state or local law. No Protest may be based upon questions concerning the design documents. The proposer shall clarify all such questions concerning the design of the project prior to submitting its proposal. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 9 9. PAYMENT TERMS: For scheduled quarterly maintenance, payment shall be based on invoices presented by the Contractor after completion of all work as approved by the Public Works Director. If additional repairs are needed as determined during the scheduled quarterly maintenance and authorized by the Public Works Director, Contractor shall submit an itemized invoice describing work performed and clearly indicating the labor and parts. See Scope of Services/Assignment Procedures Section. For emergency service, Contractor shall submit an itemized invoice upon completion of the work describing the work and clearly identifying the labor and parts in accordance with the terms of the contract. Payment for work completed will be made within (30) days of approved invoice. No payment will be made for materials ordered without proper authorization. Payment shall not be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: . Florida Sales & Use Tax Exemption Certificate No. 58-00-094593-54C; and . The City is exempt from federal excise, state, and local sales taxes. 10. CONTRACT: The successful proposer hereinafter referred to, as "Contractor" will be required to enter into a contract with the City ("the Agreement"). The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. The form of Contract will be an AlA AI05 form of Contract that has been modified for use by the City for this Project. 11. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 10 b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). t) Observe the speed limit on City property. . g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (t) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 12. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 13. CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that it does not and will not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments and that the bidder does not permit the bidder's employees to perform their services at any location, under the bidder's control, where segregated facilities are maintained. The bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The bidder agrees that (except where the bidder has obtained identical certification from proposed contractors for specific time periods) the bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the bidder will retain such certifications in the bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 11 implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 14. STATEMENT OF AFFIRMATION AND INTENT: The bidder declares that the only persons or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the bidder agrees to immediately notify the City in writing. The bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, bidder offers and agrees that if this negotiation is accepted, the bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the bidder. The bid constitutes a firm and binding offer by the bidder to perform the services as stated. 15. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "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 bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids 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 RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 12 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." All bidders that submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 16. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Protective Inspections Department at (407) 905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. See "Scope of Services" section. 17. INSURANCE TERMS & CONDITIONS: The Contractor shall not commence any work in connection with the Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under the Agreement for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. . Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Iniury Liability & Property Damage Liability . $1,000,000 Combined single limit per occurrence (each person, each accident) . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City of Ocoee RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 13 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE . $1,000,000 PER OCCURRENCE . $1,000,000 PERSONAL & ADVERTISING INJURY . Include Waiver of Subrogation in favor of the City ofOcoee 3) Subcontractor's Comprehensive General Liability. Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000 per occurrence, $2,000,000 aggregate, and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: WITH RESPECT TO PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. . $1,000,000 PER OCCURRENCE . $2,000,000 AGGREGATE 6) Commercial Umbrella: . $1,000,000 PER OCCURRENCE . $2,000,000 Aggregate . Including Employer's Liability and Contractual Liability 7) Builders Risk: . $100,000 Any (1) Location . $1,000,000 Any (1) Occurrence 8) Certificates ofInsurance: Certificate ofInsurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: . The name ofthe Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. . Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING. MAINTENANCE TERM CONTRACT 14 ACORD_ CERTIFICATE OF LIABILITY INSURANCE OP 10 J9 OATE (MllWDDI't'VVV) J'ltAU-l 11/04/04 r.-RODllC:U THIS CERTIFICATE IS ISSUE!) /oS A MATTER 01' INFORMATION ONLY AIID CONFERS NO RIGHTS UPON TIlE CERTIFICATE I HOIJlER. TIllS CERTIFICATE DOES NOT AMEND, EXTEND OR AI. TER TIlE COWRAGl! AFFORDED BY TIlE POLICIES BELOW. foISURERS AFFORDING COVERAGE NAIe . IM5URED INSURER A:. ... ...t "tia9 .I.~ 0'1' ~tt... IN$URI1R II: .- ~~:;tor' s N8Jlle _eo _0: lNSUllS\E: me POUCIIS OF I'tS.IftAHC! USTEO aa.ow HAVE BEEN 68IJED TO THE IHSURED NAMED >>JlNE FOR THE POlICV PERIOD lNDK:ATEO. NOl'WYTHSTAHOING AH'f REQI,JtAEMENT, TEAM OR COHDIT1ON OF INf CQN'T'AACT OR 0'" DOCUMENT W1TH R&sPECT TO WHICH lttlS CEATJFlCATE MAY II ISSUED OR w,y PERTAIN. THE IHSURAHCE AFFORDeD IYTHE POUCIE.S OESCRJ8ED tER&IN 19 SUBJECT TO All THE TERNS. &.XCt.umNl ...,0 CONDITIONS OF SUCH POlICIES. AGGREGAte LMTI SttOWN WOV HAve IEEN MOUCED av PAlO ClAIMS. CTRIiiiim - rlPIOf'_E POLICY NUllllEII T UIoITI ~EIIAL l.WIUTY I eACH OCCUAAfNCE . S 1, DAD, 000 X ..!.. 31l11otERClAC G1!NI!lW. UABIUTY PREMISES ............1 '50,000 - CtIoIIolS MAllE [!] OCCUR ME[)i)(P(AnyCMptr1DF1) 15.000 I PERSONAl-l/UN INJURY 11,000,000 GENERAL AGGREBATS. 12,OO.ll~ nmAG'7~E;;nll~ PROO\JCTS . COMPJOP AGO 12.000,000 POlICY X l.OG ~~E ........m COMBINED SIHGL.lll.fMIT S 1,000,000 ,.!. N<Y AU1'O (Eo .""'.., f.- All. OWNED AUTOS 8001. V INJURV . SCHEClJt.EO AUTOS 1...._1 ~ ,.!. H1AEtl AUT06 8OOlI. V 0lJIJflY 1 ,.!.. NON-OWNED AUTOS ,.........-1 .. - ---- PROPERTY DAMAGe ,I I I............J RAAAMUA8un , AUTO ON\. Y . EA ACCtOEffT 1 NN AUTO OTMEA THAN ""Ace 1 AUTO ONl V: AGO 1 EXc;uwMIIllI!CLA l.IAllIUTV EACH OCCUMENCe 11.000.000 x t!J OCCUR 0 ClAlN8Ilo\OE AGGREGATE S 2,000,000 I R ~Eoo:n8lE I S - . , I\ETEIIT1ON S S WORKERS CQMNNSATIOM ANO x~v:v,~1 \U'" EMP\.OYERI' \..IMIJTV E"L. EACH ACCIOINT 1500,000 I ANf flROPRtETOfWARTNEfWXECVTI'tIe I OFF1CERiME-'< EllCl.UOIIll1 jU.DI8E1ooSE.""E"!'-OVEE 1 500.000 ~~S""" i E.L.01SEAS/!.POUCV""lfI 1 500,000 OTH" Builders Risk Any 1 Loc 100,<XXl Anv 1 Occ 1.000.000 OF OPIJitAT1OHS' LOCATJONIi I YEHlCLU' OClU$lOMS ADDED II't EHDORSEMIHT' .,1CtAL ~ Tbe insurance evidenced by tbis certificate sball name tbs certificate bolders e. an additional insured on tbe General Liability ~ umbrells Liability. Workers' Coq>ensation. IIIIployers ' Liability ~ General Liability sball contain a Waiver of Subrogetion in favor of the certificate holder. The certificete bolder is .dded .s a nmrl .in3lXe:1 fir BliJ.d:J:B RiSt. CERTIflCA Tl! HOUlER COVERAGES OCOllllOl CANCELLATION SHOULD Nf't OF THI MOVE OUCRJ8EO flOUCIII III CAHCILLED llUOM THI 1XPtRATlC)t\. DATlTHlItIOf, 'MI$I\JWO INSUMftWR.L IND'fAVOR TO MAIL !!L- DAYS~ MCTICETO THlC:.fImRCATI HOU:II:R HANIDTOTHI LUT,IUT FM.URI TO 00 SO SKALL _ fie ClUOAT1CIIl OR l.IA8IUTV Ol' _1OIIll1ll'OH Ti<E lNSll1Wl.ITS AGENTS 0It _A_ Al1THQJUlED RlI'USlMTATlVE city of ocoee 150 N. Laksshore Drive oco.e ~L 34761-2259 ACORD %$ (20011C8) S~PLc C ACORD CORPORATlON 19S( RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 15 CITY OF OCOEE SCOPE OF SERVICES RFP 05-003 CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting proposals from qualified and licensed contractors (Contractor) that have experience in providing the necessary services for scheduled and emergency repair, and installation of air conditioning and heating systems throughout the City. This will be an annual contract, renewable at the option of the City for an additional two (2) years, for a total of three (3) years. The City intends to award a contract to single qualified and licensed contractor based on factors including, but not limited to (1) response time to routine and emergency calls, (2) number of certified AC & Heating Technicians, (3) distance from Contractor's office to City Hall, (4) similar experience maintenance/repair term contracts, (5) lump sum amount for scheduled maintenance & service rate for emergency repairs, (6) Contractor's mark-up on parts, and (7) satisfactory reference check. The Contract requires the Contractor to provide various scheduled maintenance services and emergency repairs for all AC & Heating units, Ice Machines, and Water Coolers City-wide. 1. Scheduled Quarterly Maintenance Contractor shall visit each unit listed on Exhibit A (list of city-wide AC & Heating, Ice-Machines, and Water Coolers), every 3-months and perform the following minimum tasks: a) Clean all refrigerant coils b) Clean blower wheels and fan blades c) Clean pan and condensation drains. d) Check refrigerant level and add refrigerant as necessary e) Check and adjust belts f) Check current amperage draw for all motors g) Check bearings in motors for wear h) Clean or replace filters as necessary i) Electrically check compressor motor windings for breakdown j) Visually inspect electrical parts and connections k) Exercise machinery for all possible functions to insure proper function 1) Visibly inspect ducts and pipes for damage and contaminants Upon completion of the scheduled maintenance, Contractor shall submit a report indicating the condition of all units inspected and providing a list of items in need of repair and cost of repair in accordance with the terms of the Contract. Upon authorization to proceed, Contractor shall make the necessary repairs within 5 working days of the authorization. Contractor shall make every attempt to schedule maintenance activities to avoid or minimize interference with City operations and minimize discomfort to the City employees. Activities for major AC & Heating Units for City Hall, Police Department, Community and Recreation Centers shall be scheduled for non-business hours if the maintenance requires shut down of the system. City may add additional units to the list provided on Exhibit A at a negotiated charge to satisfaction of both parties. Revisions to the list shall require approval by the Public Works Director and the City Manager on behalf of the City and authorized representative on behalf of the Contractor. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 16 2. Emergency Response Contractor is required to respond to request for service under emergency conditions within 2 hours of the request. Contractor shall provide 24-hours live dispatch service or a 24-hour cellular number for a licensed and qualified "on-duty" technician for contact by City staff. If calls for service are answered by voicemail, the maximum wait time for a call back to a recorded voicemail shall be 15 minutes which shall be included in the 2-hour response time. Failure to respond in specified time period to a request for service shall constitute violation of the contract subject to the following penalties: Tardiness Penalty 15 to 60 minutes Y2 of Service call Rate 60 to 120 minutes % of service call rate More than 120 minutes No charge for service call Three (3) or more violations in a 12-month period may result in termination of the contract at the discretion of the City. The "on-duty" technician shall have the means to diagnose the trouble and make temporary repairs as needed to make the system operational. Major repairs and part replacement shall begin no later than the next business day or as soon as the part is available. Contractor shall maintain adequate diagnostic equipment and an inventory of common parts for immediate repairs at all times. For repairs or replacement exceeding $1,499.99, Contractor shall submit a written proposal to the Public Works Director for review and authorization no later than the next business day and prior to commencement of work. Contractor shall submit an invoice after the completion of the work, which shall describe the work performed, time called, time, arrived, time work complete, labor, and parts. PERMITS & INSPECTIONS Scheduled maintenance activities and minor repairs not-to-exceed $1,500.00 will not require a permit. The Contractor shall be responsible for filing the necessary permit application for non-emergency major component (exceeding $1,500.00) replacement with the City's Building Department. Under emergency conditions, the permit may be filed within 48-hours ofthe service call. The City permit fees are waived for this purpose. The Contractor shall be responsible for scheduling, attending, and complete all necessary inspections to satisfy the permit requirements. LICENSES All contractors and sub-contractors proposed for this project shall be fully licensed in their discipline in the State of Florida as required by Florida law. A copy of the license for the prime and all sub-contractors shall accompany the bid. Failure of the firm to follow the guidelines specified above may result in disqualification from the selection process. RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 17 RFP 05-003 PRICE PROPOSAL SHEET CITY-WIDE AC & HEATING MAINTENANCE TERM CONTRACT 1. Lump sum amount for quarterly maintenance for all items listed on EXHIBIT A: $ dollars and cents 2. Rate to be charged for service during business hours (Monday-Friday, 8:00 AM to 5:00 PM): $ dollars and cents 3. Rate to be charged for service during non-business hours & holidays: $ dollars and cents 4. Mark-up or discount offered for parts: % Mark-up %Discount 5. Distance in one-way miles from Contractor's Service office to City Hall: Miles 6. Contractor offers 24-hour live dispatch:_Yes No The City reserves the right to delete any portion of the bid items above in order to meet budget constraints. Company Name Contractor's License Number Authorized Officer (print) Authorized Signature Date RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 18 RFP #05-003 COMPANY INFORM A TION/SIGNA TURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS AUTHORIZED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of ,20 Personally Known or Produced Identification (Type ofIdentification) Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 19 MAKE MODEL AC & HEATING UNITS CITY HALL TRANE TRANE TRANE TRANE TRANE FUJITSU LIEBERT TTA180B300FA MCCB012UAOAOUA RAUCC20FBX0300 MCCB017UAOAOUA TCH210C300DA AOU12C1 POLICE DEPRTMENT TRANE MCCBOZIUAOAOUA TRANE TTA150B300EA TRANE TTA150B300EA FUJITSU AOU30C1 MAGUIRE HOUSE TRANE TRANE TRANE TRANE TWA090A300BA TWH036B140FI TW A090A300BA TWE090A300BB TRANE TWN0248140F1 VIGNITY RECREATION CENTER LENNOX 10ACB48-9P LENNOX 10ACB48-9P LENNOX 10ACB48-9P LENNOX CB17-95V-2 LENNOX CB29M-46-1 P COMMUNITY CENTER TRANE TTA090A300FA TRANE TTA090A300FA TRANE TTA090A300FA TRANE BAYHTRL315AB TRANE BAYHTRL315AB TRANE BAYHTRL315AB EXHIBIT A LIST OF EQUIPMENT SERIAL # UNIT LOCATION/AREAITYPE 325326RAD K 03F87307 C03F05459 . K 03F87302 2071002810 E009085 K04B25871 4063KCMDunit1 4071 YEKADunit2 T004688 K12198265 K07371838 K12198118 K11 H540PN J42354294 5898D07858 5898D07861 5898B47559 5698D02785 5898A12610 52630W2AD 52622F3AD 5021592AD 5124W3PCD 5231 RB6CD 5231RB5CD small southside unit-comm. Cham. outside CDU small southside unit-comm. Cham. inside 2nd fI AHU large southside unit -2nd f1- outside CDU large southside unit -2nd f1- inside AHU northside unit- 1 st fI AH/CDU southwest unit -1st fI TV-media room- mini split northside unit- 2nd fI computer room CDU northwest corner unit -whole bldg- insde AHU northwest corner unit -whole bldg-outside CDU northwest corner unit -whole bldg-outside CDU north side unit- communications- mini split northside unit1 west to east CDU northside 2nd fI - attic AHU northside unit 2 CDU northside 2nd fI - AHU northside unit 3 CDU northside 1 st f1- under house AHU northside unit 4 CDU northside 1 st f1- under house AHU southside unit outside CDU southside unit outside CDU southside unit outside CDU westside large unit inside AHU westside small unit inside AHU northside unit outside- CDU #1 northwest unit outside CDU #2 northwest unit outside CDU #3 inside AHU #1 inside AHU #2 right inside AHU #3 left BEECH CENTER ADDISON VCA271X-3E 990102902001 southeast unit -gym-AHU TRANE TWE120A300CA P1422XF5H northeast unit-gym-AHU TRANE TWE120A300CA P1425J45H northwest unit-gym-AHU TRANE TWE120A300CA P1440385H southwest unit-gym-AHU TRANE TWE042C14FCO P216LC1V northwest unit inside-offices-AHU3 TRANE TWE060P13FBO P1332G01V northwest unit inside-offices-AHU4 RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 20 TRANE TRANE TRANE TRANE TRANE WBHA24J11 NFBA1 WBHA24J11 NFBA1 TWE120A300CA TTA042D300BO TTA042D300AO WAKA-060CA5 WAKA-060CA5 TT A 120A300CA TT A 120A300CA TT A 120A300CA TT A 120A300CA RCA271-3E TRANE TRANE TRANE TRANE ADDISON FIRE STATION #1 (BLUFORD AVE) support chief lobby offices/lib/meeting trainning corridor/batt chief FIRE STATION #2 (CLARKE RD) ADDISON PCA061 S-3E TRANE TTA090A300CC TRANE TTA120A300BC GOODMAN CR22KF-PFV-230 TRANE TWE090A300CA GOODMAN ARUF024-00A-1A FIRE STATION #3 (MAGUIRE RD) ADDISON PCA0615-3E TRANE TTA090A300CC TRANE TTA120A300BC TRANE TTB01BC100A1 TWE090A300CA TWY018B14FA1 SOUTH WATER PLANT 2TWB00361000AB WASTEWATER PLANT TRANE TWA120A300BA TRANE TTB024C100A2 TRANE TWE120A300BA TRANE TWE0124C14FBO HACKNEY-PRAIRIE WATER PLANT FRIDRICH WE12A33E-A WA TER PLANT ADMINISTRATION TRANE TWA120A300BA TM070005280 TM070005281 P1435RC5H P163K8DFF P105T8C2F 4991 M359904139 4991 M469908803 P135PSKAH P132SNOAH P155PY8AH P1560XOAH 990102901001 HI RA048525Aunit1 HIRA042525Aunit2 HIRA060525Aunit3 HIRA024506Dunit4 HIRA076525Aunit5 H2RC018506Aunit6 H1 RA048525Aunit7 northside unit ceiling- studio inside AHU northside unit ceiling-workout inside AHU southside unit ceiling-storage inside-AHU northwest outside unit Offices CU3 northwest outside unit Lobby CU4 northw~st outside unit Work out CU1 northwest unit outside Dance rm CU2 northeast unit outside- CU 1 B northeast unit outside- CU 1A southeast unit outside CU 1 C southeast unit outside-CDU 5 southeast unit outside CU 2 outside CDU -inside AHU: outside CDU -inside AHU:F2P060N06B outside CDU -inside AHU:F2RP024N06B outside CDU -inside AHUK4EU090A33A outside CDU -inside AHU: F2RP018N06B outside CDU -inside AHU: F2FP048N06B 990606801002 eastside unit outside-AH/CDU M306LM8AH southeast unit outside-CDU ! NOT IN USE M303NYXAH southeast unit outside-CDU 2 05B10145B northwest unit outside- CDU M244P245H hallway attic unit inside-AHU 506042781 northwest unit inside bay storage- AHU 99060801001 M306HM1AH M29423SAN M465TDEAF M295DY55H M37380548 5162UJM4F H48198601 3131WDG5F H40170310 3126AX72V LBCR19003 H48198601 eastside unit outside- AH/CDU southeast unit outside-CDU 1 NOT IN USE southeast unit outside-CDU 2 northwest unit outside-CDU hallway attic unit inside AHU northwest unit inside bay storage-AHU north outside CDU, Inside AHU westside outside Heat Pump/CDU westside outside CDU inside AHU in ceiling AHU Window Unit wests ide outside heat pump/CDU RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 21 TRANE TRANE TRANE TTB024C100A2 TWE 120A300BA TWE0124C14FBO PUBLIC WORKS (301 MAGUIRE) CARRIER 5055-036---301 CARRIER 5055-036---301 CARRIER 5055-036---301 BRYANT 564ANX036000ABAF NORDYNE GP3RA036K GOODMAN PCK036-1C GOODMAN PCK036-1 F ICE MAKERS CH ICE 0 matic FLT MANITOWOC PW ICE 0 matic FS 1 MANITOWOC FS 2 MANITOWOC FS 3 ICE 0 matic WW HOSHIZAKI ICE U 150HA2 S 570 B55PSA S 400 S 400 KC400HAPB1 KM500MAH WATER COOLERS CH Halsey 2 units FL T OASIS P8AM-D101 PW OASIS PLF 3CP FS 1 SUNROC 2 Units FS 2 ELKAY FS 3 ELKAY WW ELKAY PD Halsey PD Halsey Taylor WP ELKA Y CC EBCOIOASIS DP7WMPE FS = FIRE STATION PW = PUBLIC WORKS WW = WASTEWATER PLANT CH = CITY HALL PO = POLICE DEPARTMENT WP = WATER PLANT 3131WDG5F H40170310 3126AX72V 3496G41633 3496G41588 3496G41587 0904G41583 GPF040602355 0410706544 0504174616 D438-00455-Z 990720529 04101280011033 030320606 030320108 V71202983 Z M25674K 74158365001 22351165 9842522739 Dual Upright Unit 79158365001 Dual Upright Unit 8413068415 CC = Comm. Center westside outside CDU Inside AHU in ceilling AHU westside package unit AHU/CDU 1 westside package unit AHU/CDU 2 westside package unit AHU/CDU 3 wests ide package unit AHU/CDU 4 westside package unit AHU/CDU 5 westside package unit AHU/CDU 6 westside package unit AHU/CDU 7 2ND FL breakroom Service Bay Breakroom Garage Bay Garage Bay Garage Bay North side outside 1 st floor lobby & second floor hallway Service bay Hallway Service bay & lobby Service bay Service bay Hallway Lobby Maguire Road Water Plant Hallway RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 22 EXHIBIT C DRAFT CONTRACT RFP 05-003, CITY-WIDE AIR CONDITIONING & HEATING MAINTENANCE TERM CONTRACT 23 "-iAIA Document A10S'" -1993 Standard Form of Agreement Between Owner and Contractor for a Small Project where the Basis of Payment is a ST/PULA TED SUM This AGREEMENT is made: (Date) BETWEEN the Owner: City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761 Attention: Robert Zaitooni, Deputy Director of Public Works and the Contractor ADDITIONS AND DELETIONS: The author of this document has added inlonnation needed lor its completion. The author may also have revised the text of the original AlA standard lorm. An Additions and Deletions Report that notes added inlormation as well as revisions to the standard fonn text is available from the author and should be reviewed. A vertical line in the lell margin 01 this document indicates where the author has added necessary inlonnation and where the aulhor has added to or deleted from the original AlA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. for the following Project: City-wide Air Conditioning and Heating Maintenance The Owner and Contractor agree as follows. AlA DDcument A105'" -1993. Copyright (1;) 1993 by The American Instllute of Architects. All rights reserwd. WARNING: This AIA~ Documenlls protecled by U.S. Copyright Law and Intemalional Treaties. Unauthorized reproduction or distribution ot this AlA'" Document or any portion of it, may result in sllvere civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by ALA sohware at 10:00:04 on 08108/2005 under Order No.1000169381_1 which expires on 3/17/2006. and Is not for resale. User Noles: (286832435) 1 ARTICLE 1 THE CONTRACT DOCUMENTS The Contractor shall complete the Work described ill the Contract Documents for the project. The Contract Documents consist of: .1 this Agreement signed by the Owner and Contractor; .2 AlA Document A205, General Conditions of the Contract for Construction of a Small Project, current edition; .3 written change orders or orders for minor changes in the Work issued after execution of this Agreement; aDd .4 other documents, if any, identified as follows: City of Ocoee Request for Proposals 05.003 for City-wide Air Conditioning and Heating Maintenance Tenn Contract, including any addenda thereto (the "Bid Package") ARTICLE 2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION DATE The date of commencement shall be the date of this Agreement unless otherwise indicated below. (Paragraph deleted) ARTICLE 3 CONTRACT SUM ~ 3.1 Subject to additions and deductions by Change Order, the Contract Sum is: To be determined by invoices submitted pursuant to the Bid Package. ~ 3.2 The Contract Sum shall include all items and services necessary for the proper execution and completion of the Work. ARTICLE 4 PAYMENT ~ 4.1 Based on invoices submitted under the provisions of the Bid Package. (Paragraph deleted) ~ 4.2 Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the rate of 7% simple interest ARTICLE 5 INSURANCE ~ 5.1 The Contractor shall provide Contractor's Liability and other Insurance as follows: (Insert specific insurance required by the Owner.) Type of insurance See Bid Package, page 13-15 Limit of liability ($ 0.00) See Bid Package ~ 5.2 The Owner shan provide Owner's Liability and Owner's Property Insurance as follows: (Insert specific insurance furnished by the Owner.) Type of insurance See Bid Package, pages 13-15 Limit of liability ($ 0.00) See Bid Package ~ 5.3 The Contractor shall obtain an endorsement to its general liability insurance policy to cover the Contractor's obligations under Section 3.12 of AlA Document A205, General Conditions of the Contract for Construction of Small Projects. AlA Document Al05'" -19113. Copyright @ 1993 by The American Instij()ta 01 Architects. All rights reserved. WARNING; This AIA3 Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution ot this AlA~ Document, or any portion 0111, may resullln severe civil and criminal penalties, and will be proseculed 10 the maximum extent possible under the law. This document was produced by AlA software at 10:00:04 on 08/0812005 under Order No.1 000169381_1 which exp;les on 3/1712006. and is not for resale. User Notes: (286832435) 2 ~ 5.4 Certificates of insurance shall be provided by each party showing their respective coverages prior to commencement of the Work. The City shall be named as an additional insured under all task orders issued under this Agreement ARTICLE 6 OTHER TERMS AND CONOITIONS (lnsen any other terms or conditions below.) 6.1 Dispute Resolution. As a condition precedent to the filing of any suit or other legal proceeding, the parties shall endeavor to resolve claims, disputes or other matters in question by mediation. Mediation shall be initiated by any party by serving a W1itten request for same on the other party. If the parties cannot agree on the select.ion of a mediator, then the Owner shall select the mediator, who, if selected solely by the Owner, shall be a mediator certified by the Supreme Court of Florida. No suit or other legal proceeding shall be filed until the mediator declares an impasse, which declaration, in any event shall be issued by the mediator Dot later than sixty (60) days after the initial conference. The expenses of the mediator shall be bornc equally by the Owner and the Contractor. 6.2 Warranty. Contractor warrants that all workmanship and materials shall be free of defects for a period of one (1) year from the date of payment therefor. Contractor shall repair or replace at its own expense, as directed by Owner, any defecL~ in workmanship or materials which appear within one (I) year from the date of payment therefor, provided however, that any defect that is hidden or latent shall be repaired or replaced within one (1) year of the date when Owner discovers such defect. Contractor further warrants that all repair or replacement work performed to repair or replace dcfcctive work or materials shall also be warranted to be free of defects for a period of one (1) year from the date such repair or replacement is accepted by the Owner. Contractor shall commence and diligently pursue the correction of any defect not later than fifteen (15) days of receiving Owner's written notice of such defect. ff Contractor does not commence or diligently pursue to repair or replace such defects in workmanship or materials within the fifteen (15)-day period, then Owner may repair or replace such defects and Contractor shall reimburse Owner for the costs thereof, including all interest, attorneys' fees and costs of collection. Contractor shall assign and/or transfer to the Owner all manufacturer's direct warranties for components and materials. 6.3 Payment and Performance Bond. The paymcnt bond and performance shall be in compliance with Florida law and the Bid Package. [SIGNATURE PAGE FOLLOWS] AlA Document A105T1l-1993. Copyright ~ 1993 by The American Institute 01 Archhects. All rights reserved. WARNING: Thi. AlA" Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution ollhis AlA" Document. or any portion 01 it, may result in iievere civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 10:00:04 on 0810012005 under Order No.1 000169381..1 which expires on 3/17/2006, and is not lor resale. User Noles: (286832435) 3 This Agreement entered into as of the day and year first written above. Signed, Sealed and Delivered in the Presence of: CITY OF OCOEE, FLORIDA By: S. Scott Vandeq,'fift, Mayor Print Name: ATTEST: I Print Name: Name: Title: (SEAL) FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA; APPROVED AS TO FORM AND LEGALITY this _ day of ,20_ APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON ,20_ UNDER AGENDA ITEM NO. FOLEY & LARDNER By: City Attorney CONTRACTOR (Signature) (Printed IWme and tille) LICENSE NO.: JURISDICTION: AlA Document Al05TN -1993. Copyright @ 1993 by The Americanlnsthute of Archhects. All rights reserved. WARNING: This AlA8 Documenl is protected by U.S. Copyright Law and International Treaties. UnauthOl'lzed reproduction or distribution 01 this AlA" Document, or sny portion 01 it, may re$lllt In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 10:00:04 on 08/08/2005 under Order No.1 000169381_1 which expires on 3/1712006. and is not for resale. User Noles: (286832435) 4 ": AlA Document A205" - 1993 General Conditions of the Contract for Construction of a Small Project for the following PROJECT: (Name and location or address); City-wide Air Conditioning and Heating Maintenance THE OWNER: (Name and address): THE ARCHITECT: (Name and address); ARTICLE 1 GENERAL PROVISIONS ~ 1.1 THE CONTRACT The Contract represents the entire and integrated agreement between the parties and supersedes prior negotiations, representations or agreements, either written or oral. The Contract may be amended or modified only by a written modification. ~ 1.2 THE WORK The tenn "Work" means the construction and services required by the Contract Documents, and includes all other tabor, materials, equipment and services provided by the ContracLOr to fulfill the Contractor's obligations. ~ 1.3 INTENT The intent of the Contract Documents is to include all items necessary [or the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. 91.4 (Paragraph deleted) ARTICLE 2 OWNER ~ 2.1 INFORMATION AND SERVICES REQUIRED OF THE OWNER (Paragraph deleted) ~ 2.1.2 Except for permits and fees which are the responsibility of the Contractor under the Contract Documents, the Owner shall obtain and pay for other necessary approvals, eawments, assessments and charges. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AlA standard form. An Additions and Deletions Report lhat notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the lell margin 01 this document indicates where the author h as added necessary information and where the author has added to or deleted from the original AlA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. ~ 2.2 OWNER'S RIGHT TO STOP THE WORK If the Contractor fails to correct Work which is not in accordance with the Contract Documents, the Owner may direct the Contractor in writing to Slop the Work until the correction is made. AlA Document A205Tl1-1993. Copyright @ t993 by The American Institute 01 Architects. All rights reserved. WARNING: This AlA" Document ie protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction Dr distribution of fhls AlA"' Document, Dr any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software al to;04:18 on 08108/2005 under Order No.1000169381_1 which expires on 3/17/2006, and is nol IOf resale. User HOles: (2349423145) 1 ~ 2.3 OWNER'S RIGHT TO CARRY OUT THE WORK If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven day period after receipt of written notice from the Owner to correct such default or neglect with diligence and promptness, the Owner may, without prejudice to other remedies, correct such deficiencies. In such case, a Change Order shall be issued deducting the cost of corr~tion from payments due the Contractor. ~ 2.4 OWNER'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS ~ 2.4.1 The Owner reserves the right to perform construction or operations related to the project with the Owner's own forces, and to award separate contracts in connection with other portions of the project. ~ 2.4.2 The Contractor shall coordinate and cooperate with separate contractors employed by the Owner. ~ 2.4.3 Costs caused by delays or by improperly timed activities or defective construction shaH be borne by the party responsible therefor. ARTICLE 3 CONTRACTOR ~ 3.1 EXECUTION OF THE CONTRACT Execution of the ConlJ"act by the Contractor is a representation that the Contractor has visited the site, become familiar with local conditions under which the Work is to be performed and correlated personal observations with requirements of the Contract Documents. ~ 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the Owner. Before commencing activities, the Contractor shall: (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to the Contractor with the Contract Documents; and (3) promptly report errors, inconsistencies or omissions discovered to the Architect. ~ 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES ~ 3.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for and have control over construction means. methods, techniques, sequences and procedures, and for coordinating all portions of the Work. ~ 3.3.2 The Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner the names of subcontractors or suppliers for each portion of the Work. The Owner will promptly reply to the Contractor in writing if tbe Owner. after due investigation, has reasonable objection to the subcontractors or suppliers listed. ~ 3.4 LABOR AND MATERIALS ~ 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment. tools. utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work. ~ 3.4.2 The ConlJ"actor shall deliver, handle, store and install materials in accordance with manufacturers' instructions. ~ 3.5 WARRANTY The Contractor warrants to the Owner that: (I) materials and equipment furnished under the Contract will be new and of good quality unless otherwise required or permitted by the Contract Documents; (2) the Work will be free from defects not inherent in the quality required or permitted; and (3) the Work will conform to the requirements of the Contract Documents. ~ 3.6 TAXES The Contractor shall pay sales, consumer, use and similar taxes that are legally required when the Contract is executed. ~ 3.7 PERMITS, FEES AND NOTICES ~ 3.7.1 The Contractor shall obtain and pay for the building permit and other permits and governmental fees, licenses and inspections necessary for proper execution and completion of the Work. ~ 3.7.2 The Contractor shall comply with and give notices required by agencies having jurisdiction over the Work. If the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, and rules and regulations without notice to the Owner, the Contractor shall assume full responsibility for such Work and shall bear AlA Document A20S'" - 1993. Copyright @ 1993 by The American Institute 01 Architects.. All nghts r_rved. WARNING: This AlA" Document is protected by U.S. Copyright Law and 'ntemalional Treaties. UnauthorizlKl reproduction or distribution of this AlA. Document, or any portion 01 it may result in severe civil and criminal penalties, and will be prosecuted to lhe ma.lmul'll extent possible IInder the law. This document was prodU~ed 2 by AlA software all0:04:18 on 08/08/2005 under Order No.l0001693Bl_l which e.pires on 3/1712006. and is not lor resale. User Notes: (2349423145) the attributable costs. The Contractor shall promptly notify the Owner in writing of any known inconsistencies in the Contract Documents with such govemmentallaws, rules and regulations. (Paragraphs deleted) ~ 3.9 USE OF SITE The Contractor shall confine operations at the site to areas pennitled by law, ordinances, pennits, the Contract Documents and the Owner. 9 3.10 CUTTING AND PATCHING The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its parts fit together properly. ~ 3.11 CLEANING UP The Contractor shall keep the premises and surrounding area free from accumulation of debris and trash related to the Work. 9 3.12INDEMNIFICA nON To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and, Owner's consultants and agents and employees of any of them from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable. (Paragraphs deleted) ARTICLE 4 (Paragraph deleted) ARTICLE 5 CHANGES IN THE WORK ~ 5.1 After execution of the Contract, changes in the Work may be accomplished by Change Order or by order for a minor change in the Work. The Owner, without invalidating the Contract, may order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and Contract Time being adjusted accordingly. 95,2 A Change Order shall be a written order to the Contractor signed by the Owner to change the Work, Contract Stun or Contract Time. 95.3 The Architect will have authority to order minor changes in the Work not involving changes in the Contract Sum or the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be written orders and shall be binding on the Owner and Contractor. The Contractor shall carry out such written orders promptly. ~ 5.4 If concealed or unknown physical conditions are encountered at the site that differ materially from those indicated in the Contract Documents or from those conditions ordinarily found to exist, the Contract Sum and Contract Time shall be subject to equitable adjustment. ARTICLE 6 TIME ~ 6.1 Time limits stated in the Contract Documents are of the essence of the Contract. 96.2 If the Contractor is delayed at any time in progress of the Work by changes ordered in the Work, or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor's control, the Contract Time shall be extended by Change Order for such reasonable time as the Owner may determine. AlA Pocvrnenl A205'" -1993. Copyrijjht IC) 1993 by The American Institute 01 Architects. All rights reserved. WARNING: This AIAlt Document Is protected by U.S. Copyright Law and Intemalional Treaties. Unauthorized reproduction or distribution 01 thJs A1A~ Document, or any portIon 0111, may result in sellere cl~11 and criminal penalties. and will be prosecuted to the maximum edent possible under the law. This document was produced by AlA software at 10:04:18 on 08/08/2005 under Order No.l000169381_1 which expires on 3/t7I2oo6. and is not lor resale. User Notes; (2349423145) 3 ARTICLE 7 PAYMENTS AND COMPLETION ~ 7.1 CONTRACT SUM The Contract Sum stated in the Agreement, including authorized adjustments, is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. ~ 7.2 APPLICATIONS FOR PAYMENT ~ 7.2.1 At least ten days before the date established for each progress payment, the Contractor shall submit to the Owner an itemized Application for Payment for operations completed in accordance with the values stated in the Agreement. Such application shall be supported by such data substantiating the Contractor's right to payment a~ the Owner may reasonably require and reflecting retainage if provided for elsewhere in the Contract Documents. ~ 7.2,2 The Contractor warrants that title to all Work covered by an Application for Payment will pa<;s to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment, all Work fOf which Cel'lificates for Payment have been previously issued and payments received from the Owner shall, to the best of the Contractor's knowledge, information and betief, be free and clear of liens, claims, security interests or other encumbrances adverse to the Owner's interests. (Paragraphs deleted) ~ 7.4 PROGRESS PAYMENTS fi 7.4.1 fi 7.4.2 The Contractor shall promptly pay each Subcontractor and material supplier, upon receipt of payment from the Owner, out of the amount paid to the Contractor on account of such entities' portion of the Work. ~ 7.4.3 The Owner shall have any responsibility for the payment of money to a Subcontractor or material supplier. 97.4.4 A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the project by the Owner shall not constitute acceptance of Work not in accordance with the requirements of the Contract Documents. 97.5 (Paragraph deleTed) 97.6 ARTICLE Ii PROTECTION OF PERSONS AND PROPERTY 98.1 SAFETY PRECAUTIONS AND PROGRAMS The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including all those t"equired by law in connection with performance of the Contract. The Contractor shall promptly remedy damage and loss to property caused in whole or in part by the Contractor, or by anyone for whose acts the Contractor may be liable. ARTICLE 9 CORRECTION OF WORK fi 9.1 The Contractor shall promptly correct Work rejected by the Owner as failing to conform to the requirements of the Contract Documents. The Contractor shall bear the cost of correcting such rejected Work. 99.2 In addition to the Contractor's other obligations including warranties under the Contract, the Contractor shall, for a period of one year after Substantial Completion, correct work not conforming to the requirements of the Contract Documents. ~ 9.3 If the Contractor fails to correct nonconforming Work within a rea~onable time, the Owner may correct it and the Contractor shall reimburse the Owner for the cost of correction. AlA Dooument A205TN -1993. Copyright @1993byTheAmerican Institute of Architects. All rights re$ervad. WARNING: This AlA" Document Is protected by U.S. Copyrighl Law and International Treaties. Unauthorized reproduction or dlstributlon of this AlA- Document, or any portion 01 It, may result In savere civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 10:04:18 on 08/08/2005 under Qrder No. t000169381_1 which expires on 3/1712006. and Is nollor resale. User Notes: (2349423145) 4 ARTICLE 10 MISCELLANEOUS PROVISIONS ~ 10.1 ASSIGNMENT OF CONTRACT Neither party to the Contract shall assign the Contract as a whole without written consent of the other. ~10.2 TESTS AND INSPECTIONS S10.2.1 Tests, inspections and approvals of portions of the Work required by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at an appropriate time. . (Paragraph deleted) ~ 10.2.3 The.Owner shall pay for tests except for testing Work found to be defective for which the Contractor shall pay. ~10.3 GOVERNING LAW The Contnictshall be governed by the law of the place where the project is located. . . . . . ARTICLE 11: TERMINATION OF THE CONTRACT . ~ 11.1 TERMINATION BY THE CONTRACTOR If the Owner fails 10 make payment when due or substantially breaches any other obligation of this Contract, foliowing seven days' .written notice to the Owner, the Contractor may tenninatc the Contract and recover from the Owner payment for Work executed and for proven loss with respect to materials. equipment, tools, construction equipment arid machinery, including reasonable overhead, profit and damages. ~ 11.2 TERMINATION BY THE OWNER ~ 11.2.1 The Owner may terminate the Contract if the Contractor: .1 persistently or repeatedly refuses or fails to supply enough properly skilled workers or proper materials; . .2 fails to ma.kc.payment to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the Subcontractors: .3 persis.tentIy disregards laws, ordinances, or rules, regulations or orders of a public authority having . jurisdiction; or . .4 is otherwise guilty of substantial breach of a provision of the Contract Documents. . . . ~ 11.2.2 When any of the above reasons exist, the Owner may without prejudice to any other rights or remedies of the oWner and after giving the Contractor and the Contractor's surety, if any, seven days' written notice, terminate employment of the Contractor and may: .1 take possession of the site and of all materials thereon owned by the Contractor; . ..2. finish the Work by whatever reasonable method the Owner may deem expedient. ~.11.2.3 When the Owner terminates the Contract for one of the reasons stated in Section 11.2.1, the Contractor shall not be entitled to receive further payment until the Work is finished. ~ 11.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, such excess shall be paid to the Contractof;. Ifsuch costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. This obligation for payment shall survive termination of the Contract. AlA Document A205lN -1993. Copyright @ 1993 by The American Institute of Architects. All rights reserved. WARNING: This AlA" Document is protected by U.S. Copyright law and International Treaties. Unauthoriz&d reproductIOn or distribution of this AlA" Document. or any portlon of It, may result in !levere civil and criminal penalties, and will be prosecuted 10 the maximum extent possible under the law. This documenl was produced by AlA software al10:04:18 on 08/08/2005 under Ordar No.l000169381_' which expires on 3117/2006, and is not for resale. User Notes: (2349423145) 5