Loading...
R25-290 RESOLUTION NO. R25-290 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, AWARDING REQUEST FOR PROPOSAL NO. 25-058R 3 FOR HVAC EQUIPMENT, MAINTENANCE PRODUCTS, SERVICES, AND 4 REPAIRS TO SHAMTEC, INC.; APPROVING AN AGREEMENT WITH 5 SHAMTEC, INC. IN AN AMOUNT NOT TO EXCEED $500,000 6 ANNUALLY; AND FOR ALL OTHER PURPOSES. 7 8 WHEREAS, on July 21, 2025, the City issued Request for Proposal ("RFP") No. 25-058R 9 for Citywide Heating, Ventilation, & Air Conditioning Equipment, Maintenance, Products, 10 Services, and Repairs; and 11 WHEREAS, the RFP closed on September 8, 2025, with the City receiving three qualified 12 responses; and 13 WHEREAS, the City Evaluation Committee met in a publicly noticed meeting to score 14 and rank the proposals, determining that Shamtec, Inc. ("Contractor") submitted the top-ranked 15 proposal; and 16 WHEREAS, the City has concluded negotiations with the Contractor and agreed upon an 17 annual amount not to exceed Five Hundred Thousand Dollars ($500,000.00) to provide the 18 required services for an initial term of three (3) years with one optional two (2)year renewal; and 19 WHEREAS, the City Commission finds it in the best interest of the City to award RFP No. 20 25-058R to Shamtec, Inc. for Citywide Heating, Ventilation, & Air Conditioning Equipment, 21 Maintenance, Products, Services, and Repairs, and approve an Agreement with Shamtec, Inc. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 23 BEACH, FLORIDA, THAT: 24 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption 26 hereof. 27 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 28 award RFP No. 25-058R for Citywide Heating, Ventilation, & Air Conditioning Equipment, 29 Maintenance, Products, Services, and Repairs to Shamtec, Inc. 30 SECTION 3. The City Commission hereby approves the Agreement Between the City 31 and Shamtec, Inc. for RFP No. 25-058R for Citywide Heating, Ventilation, & Air Conditioning RESOLUTION NO. R25-290 32 Equipment, Maintenance, Products, Services, and Repairs, with an annual amount not to exceed 33 $500,000 (the "Agreement"), in form and substance similar to that attached as "Exhibit A". 34 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby 35 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 36 ancillary documents required under the Agreement or necessary to accomplish the purposes of 37 the Agreement, including any term extensions as provided in the Agreement, provided such 38 documents do not modify the financial terms or material terms. 39 SECTION 5. The City Commission of the City of Boynton Beach, Florida, hereby 40 authorizes the City Manager to execute any Task Orders in accordance with the City's 41 procurement policy thresholds. 42 SECTION 6. The fully executed Agreement shall be retained by the City Clerk as a 43 public record of the City, and a copy shall be provided to Rhonda Kaplan to forward to Shamtec, 44 Inc. 45 SECTION 7. This Resolution shall take effect as provided by law. 46 47 [Signatures On The Following Page] 48 RESOLUTION NO. R25-290 49 PASSED AND ADOPTED this (--' day of 4 vD✓e 2025. 50 CITY OF BOYNTON BEACH, FLORIDA 51 YES NO 52 53 Mayor — Rebecca Shelton 54 55 Vice Mayor — Woodrow L. Hay 56 57 Commissioner— Angela Cruz 58 59 Commissioner — Aimee Kelley 60 61 Commissioner — Thomas Turkin 62 63 VOTE 64 ATTEST: 65 r(67 \ 1 . 4 1 68 Maylee D esus, MP A, MMC Rebecca Shelton 69 City Clerk = gpyN .xMayor % •• TO `� 70 ;may;•'cativo.• 4 �� 9r•. rn ►, 71 f �' SEA < ► APPROVED AS TO FORM: 72 NOORPp 2 $ 1 g2� Eo, 73 (Corporate Seal) °it :•• T • `‘ .. �i...DA r jaedrX 75 ``..• - Shawna G. Lamb 76 City Attorney AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND SHAMTEC, INC. FOR CONTRACTING� SERVICES I This Agreement is made as of this--11ay of ove.. , 2025, by and between THE CITY OF BOYNTON BEACH, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as "City" and SHAMTEC, INC., a Florida corporation with a principal address of 13963 67T" Street North, West Palm Beach, Florida 33412, hereinafter referred to as "Contractor," each a "Party" and collectively the "Parties." WHEREAS, the City's Public Works Department developed specifications to seek a qualified and experienced firm to provide HVAC services to the City; WHEREAS the City issued Request for Proposals No. 25-058R (the "RFP") pursuant to state and local law to solicit proposals for Citywide Heating, Ventilation, & Air Conditioning Equipment, Maintenance, Products, Services and Repairs (the "Services"); and WHEREAS, the RFP closed on September 8, 2025, with Three proposal submissions; and WHEREAS the City created an evaluation committee, reviewed all proposals responses and scored the proposals in accordance with the criteria outline in the RFP; and WHEREAS the City selected Contractor as the best qualified to perform the Services; and WHEREAS the City desires to engage Contractor to provide such services to the City on both a regularly scheduled and as an as-needed basis according to the terms and subject to the conditions set forth in this Agreement. NOW THEREFORE, for and in consideration of the mutual covenants and promises as hereinafter set forth and of the faithful performance of such covenants and conditions, the City and Contractor do hereby agree as follows: 1. SERVICES AND METHOD OF ORDERING SERVICES. a. Services. Contractor shall provide the type of services described in the Scope of Services attached hereto as Exhibit B (which services are hereinafter referred to as the "Services"). Contractor may be requested to provide specific Services for various and different tasks or projects. Contractor shall render the Services in a diligent, careful, thorough, and professional manner consistent with sound business practice and shall at all times provide City with the most sound and reasonable recommendations and advice. The standard of care for all Services performed or furnished by the Contractor under this Agreement will be the care and skill ordinarily used by members of the Contractor's profession practicing under similar circumstances or at the same time and in the same locality. b. Method of Service Performance. The Contractor shall perform all services in accordance with the requirements and specifications provided by the City. The Contractor shall cooperate with the City to develop and adhere to a mutually agreeable project schedule. 1 a. A scope of services. b. An estimate of fees and costs based on the hourly rates established in this Agreement with sufficient detail to identify the various elements of costs, which 2. TIME FOR PERFORMANCE. a. Commencement of Work. Services under the Agreement and any applicable work shall commence upon the City giving written notice to the Contractor to proceed along with a purchase order. Contractor shall perform all Services and provide all deliverables required pursuant to this Agreement. Time is of the essence for the Contractor performance of the duties, obligations, and responsibilities required by this Agreement. b. The term of this contract, as stated in Exhibit A, and attached hereto is for a three (3)year period and the City reserves the right to extend it for a period not to exceed an additional two (2) years by mutual agreement and by filing a written notice signed by the contractor to the City's Purchasing Department without further City Commission action. This extension shall provide the City with continual services for an additional term of the contract. c. Delays; Untimely Performance. i. Delays; No Fault of Contractor. If Contractor is unable to timely complete all or any portion of the Services because of delays resulting from untimely review by the City or other governmental agencies having jurisdiction over the project and such delays are not the fault of Contractor, or because of delays caused by factors outside the control of Contractor, the City shall grant a reasonable extension of time for completion of the Services. It shall be the responsibility of the Contractor to notify the City in writing whenever a delay in approval by a governmental agency is anticipated or experienced and whenever a delay has been caused by factors outside of the Contractor's control and to inform the City of all facts and details related to the delay. Contractor must provide such written notice to the City within three (3) business days after the occurrence of the event causing the delay. ii. Delays Due to Contractor. If Contractor fails to substantially complete the Services in whole or in part on or before the date established in each Task Order, Contractor shall pay City its proportional share of any claim for damages arising out of the delay. This section shall not affect either Party's indemnification rights or obligations otherwise outlined in this Agreement. 3. AMOUNT AND METHOD OF COMPENSATION. a. Compensation. As compensation for Services rendered by Contractor to the City pursuant to 'Exhibit C' incorporated herein, and according to the terms and specifications of the RFP, the Contractor shall invoice the City on a monthly basis for all Preventative Maintenance performed at each location with an annual amount not to exceed Three Hundred Ninety-Eight Thousand Two Hundred Seventy-Six Dollars ($398,276.00) ("Fee") calculated based on the anniversary date of complete execution of the Agreement as well as $101,724.00 as an allowance for 2 additional work that occurs outside of the regular maintenance schedule. If work is required for products, services or repairs not included in the estimated preventative cost for each location, a quote shall be provided to the City. The Fee for this work is based on the Hourly Rates outlined in the Fee Schedule attached hereto as Exhibit C and incorporated into this Agreement by reference. b. Subcontractor Fees. If subcontractor is permitted,the Contractor shall bill the City for subcontractor fees with no markup and within any applicable maximum not-to- exceed amount. 4. NOTICES. All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Consultant: Shamtec, Inc. 13963 67T" Street West Palm Beach, Florida 33412 Telephone: 561-352-4208 Email: shamtec@yahoo.com 5. INVOICES AND PAYMENT. Invoices must identify the PO number, and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Boynton Beach, FL 33425 Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, the person performing services, the nature of the service, the hourly rate, and the dates(s) of service. Invoices may be submitted after such services are performed; however, all services rendered before September 30th of any given year must be invoiced by September 30th of that year. Contractor shall provide a W-9 with the first invoice. Payment shall be made only for services performed and completed pursuant to a duly executed Task Order and this Agreement. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be 3 made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Contractor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Contractor of liability for the defective, faulty, or incomplete rendition of the Services. 6. TAX EXEMPT. Prices applicable to the City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. The City will provide the Contractor with proof of tax- exempt status upon request. 7. SOVEREIGN IMMUNITY. Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive the City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY'S FEES. If either Party brings suit to enforce the Agreement, each Party shall bear its own attorney's fees and court costs. 9. PUBLIC RECORDS. The City is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: a. Keep and maintain public records required by the city to perform the service when utilizing non-City-owned equipment. b. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Fla. Stat. or as otherwise provided by law. c. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and d. Upon completion of the contract, Contractor shall transfer to the City, at no cost to the City, all public records in Contractor possession. All records stored electronically by Contractor must be provided to the City, upon request from the City's custodian of public records, in a format compatible with the City's information technology systems. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: 4 CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityClerkAbbfl.us 10. DISCRIMINATORY VENDOR AND SCRUTINIZED COMPANIES LISTS; COUNTRIES OF CONCERN. Consultant represents that it has not been placed on the "discriminatory vendor list"as provided in Section 287.134, Florida Statutes,and that it is not a"scrutinized company" pursuant to Sections 215.473 or 215.4725, Florida Statutes. Contractor represents and certifies that it is not, and for the duration of the Term, will not be, ineligible to contract with City on any of the grounds stated in Section 287.135, Florida Statutes. Contractor represents that it is, and for the duration of the term will remain, in compliance with Section 286.101, Florida Statutes. 11. E-VERIFY. Consultant shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including registering and using the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the termination date. If this Agreement is terminated for a violation of the statute by Consultant, Consultant may not be awarded a public contract for one (1) year after the date of termination. 12. ENTITIES OF FOREIGN CONCERN. The provisions of this section apply only if Contractor or any subcontractor will have access to an individual's personal identifying information under this Agreement. Consultant represents and certifies: (i) Consultant is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in Contractor; and (iii) Contractor is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the effective date of this Agreement, Contractor and any subcontractor that will have access to personal identifying information shall submit to City executed affidavit(s) under penalty of perjury, in a form approved by City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice for purposes of Section 6. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. 13. ANTI-HUMAN TRAFFICKING. On or before the effective date of this Agreement, Contractor shall provide City with an affidavit attesting that the Consultant does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. 14. COUNTRIES OF CONCERN. The Consultant represents that it is and will remain in compliance with Section 286.101, Florida Statutes, for the duration of the term. 15. PUBLIC ENTITY CRIME ACT. Contractor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. 5 Consultant further represents that there has been no determination that it committed a "public entity crime" as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Consultant has been placed on the convicted vendor list. 16. CONTINGENCY FEE. Contractor represents and warrants that it has not employed or retained any person or entity, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement and that it has not paid or agreed to pay any person or entity, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. If this Agreement is subject to Section 287.055, Florida Statutes, the Parties agree and stipulate that the statutory language stated in Section 287.055(6)(a) is deemed included and fully incorporated herein. 17.TRUTH-IN-NEGOTIATION REPRESENTATION. Contractor's compensation under this Agreement is based upon its representations to City. Consultant certifies that the wage rates, factual unit costs, and other information supplied to substantiate Contractor's compensation, including, without limitation, in the negotiation of this Agreement, are accurate, complete, and current as of the date Contractor executes this Agreement. Contractor's compensation may be reduced by City, in its sole discretion, to correct any inaccurate, incomplete, or noncurrent information provided to City as the basis for Consultant's compensation in this Agreement. 18. DULY LICENSED. Contractor represents that it is duly licensed to perform the Services under this Agreement and will continue to maintain all licenses and approvals required to conduct its business. 19. FORCE MAJEURE. If the performance of this Agreement, or any obligation hereunder, is prevented by reason of hurricane, earthquake, or other casualty caused by nature, epidemic, pandemic, or other public health emergency, or by labor strike, war, or by a law, order, proclamation, regulation, ordinance of any governmental agency (collectively, "Force Majeure Event"), the Party so affected, upon giving prompt notice to the other Party, shall be excused from such performance to the extent of such prevention, provided that the affected Party shall first have taken reasonable steps to avoid and remove such cause of non-performance and shall continue to take reasonable steps to avoid and remove such cause, and shall promptly notify the other Party in writing and resume performance hereunder whenever such causes are removed; provided, however, that if such inability to perform due to the Force Majeure Event exceeds sixty (60) consecutive days, the Party that was not prevented from performance by the Force Majeure Event has the right to terminate this Agreement upon written notice to the other Party. This section shall not supersede or preclude the exercise of any right either Party may otherwise have to terminate this Agreement. 20. DISPUTES. Any disputes that arise between the parties regarding the performance of this Agreement and cannot be resolved through negotiations shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 21. TERMINATION. 6 a. Termination for Convenience. This Agreement may be terminated by either Party for convenience upon fourteen (14) calendar days of written notice. In this event, the Contractor shall be compensated for services performed through the termination date, including services reasonably related to termination. b. Termination for Cause. In addition to all other remedies available to the aggrieved Party, this Agreement shall be subject to cancellation by either Party for cause, should the other Party neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for thirty (30) calendar days after receipt by the defaulting Party of written notice of such neglect or failure. c. In the event of termination, the City shall compensate the Contractor for all authorized work satisfactorily performed through the termination date under the payment terms contained in this Agreement. Contractor shall immediately deliver all documents, written information, electronic data, and other materials concerning City projects in its possession to the City and shall cooperate in transitioning its consulting duties to appropriate parties at the direction of the City. d. Upon termination, this Agreement shall have no further force or effect, and the Parties shall be relieved of all further liability hereunder, except that the provisions of this section and the provisions regarding property rights, insurance, indemnification, governing law, and litigation shall survive termination of this Agreement and remain in full force and effect. 22. INDEMNIFICATION. Contractor shall indemnify and hold harmless the City and its elected and appointed officers, agents, assigns and employees, Contractor, separate Contractor, any of their subcontractor, or sub-subcontractor (collectively, "Indemnified Party"), from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages, costs, and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the Indemnified Party arising out of or resulting from (A) Contractor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Contractor's, its agents, employees, subcontractors, subcontractors, participants, and volunteers, and (C) Contractor's failure to take out and maintain insurance as required under this Agreement. Contractor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature against an Indemnified Party, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. If considered necessary by the City and the City Attorney, the City may retain any sums due Consultant under this Agreement until all claims subject to this indemnification obligation have been settled or otherwise resolved. Any amount withheld shall not be subject to payment of interest by the City. 23. INSURANCE. At the time of execution of this Agreement, the Contractor shall provide the City with a copy of its Certificate of Insurance reflecting the following insurance coverage: a. Workers' Compensation Insurance to apply for all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) shall include Employer's Liability with limits of One 7 Million Dollars ($1,000,000.00)each accident, One Million Dollars ($1,000,000.00) each condition, and One Million Dollars ($1,000,000.00) aggregate by condition. b. Comprehensive General Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability shall include: Premises and/or Operations on an occurrence basis. ii. Completed Operations Liability on an occurrence basis. iii. Broad Form Property Damage. iv. Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. The Certificate of Insurance shall name the City of Boynton Beach and its officers, employees, and agents as additional insured. c. Contractor shall require that each subcontractor maintains insurance coverage that adequately covers the Services provided by that subcontractor on substantially the same insurance terms and conditions required of Contractor under this article. Contractor shall ensure that all such subcontractors comply with these requirements and that"and its officers, employees, and agents as additional insured" is named as an additional insured under the subcontractors' applicable insurance policies. Contractor shall not permit any subcontractor to provide Services unless and until all applicable requirements of this article are satisfied. 24. LIMITATION OF LIABILITY. Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Contractor beyond the amount remaining due to Contractor under the Agreement, regardless of whether said liability be based in tort, contract, indemnity, or otherwise; and in no event shall City be liable to Contractor for punitive or exemplary damages or lost profits or consequential damages. 25. INDEPENDENT CONTRACTOR. The Agreement does not create an employee/employer relationship between the Parties. The Parties intend that Consultant is an independent contractor under this Agreement and shall not be considered the City's employee for any purpose. Contractor shall not have the right to bind City to any obligation not expressly undertaken by City under this Agreement 26. COMPLIANCE WITH LAWS. Contractor hereby always warrants and agrees that material to the Agreement, Contractor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes. Non-compliance may constitute a material breach of the Agreement. 27. BREACH OF REPRESENTATIONS. Contractor acknowledges that City is materially relying on the representations, warranties, and certifications of Contractor stated in its Proposal and this Agreement, and City shall be entitled to exercise any or all of the following remedies if any such representation, warranty, or certification is untrue: (a) recovery of damages incurred; (b) termination of this Agreement without any further liability to Consultant; (c) set off from any amounts due Consultant the total amount of any damage incurred; and (d) debarment of Consultant. 28. ASSIGNMENT. If this Agreement and any interests granted herein shall be assigned, 8 transferred, or otherwise encumbered under any circumstances by Contractor, Contractor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any company ownership change shall constitute an assignment that requires the City's approval. Notwithstanding the foregoing, Contractor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all its assets related to this Agreement. Contractor shall provide City written notice of any such corporate reorganization, consolidation, merger, or sale of substantially all its assets related to this Agreement within thirty (30) calendar days of such event. 29. NO LIEN. The Contractor shall not at any time permit any lien, attachment, or any other encumbrance under the laws of the State of Florida, or otherwise, by any person or persons whomsoever to be filed or recorded against the City, against any City property or money due or to become due for any work done or materials furnished under this Agreement by Contractor. 30. AGREEMENT SUBJECT TO FUNDING. The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 31. NON-EXCLUSIVE. This Agreement is non-exclusive. City may retain additional entities to perform the same or similar work. 32. REPRESENTATION OF AUTHORITY. Contractor represents and warrants that this Agreement constitutes the legal, valid, binding, and enforceable obligation of Contractor and that neither the execution nor performance of this Agreement constitutes a breach of any agreement that Contractor has with any third party or violates applicable law. Contractor further represents and warrants that execution of this Agreement is within Contractor's legal powers, and each individual executing this Agreement on behalf of Contractor is duly authorized by all necessary and appropriate action to do so on behalf of Contractor and does so with full legal authority. 33. RIGHTS IN DOCUMENTS AND WORK. a. Ownership. All videos, photographs, documents, materials, data, or other work created by Contractor in connection with performing services, whether finished or unfinished ("Documents and Work"), shall be owned by City, and Contractor hereby transfers to City all right, title, and interest, including any copyright or other intellectual property rights, in or to the Documents and Work. b. Deliverables Upon Conclusion of Task Order. Contractor shall deliver to the City for approval and acceptance, and before being eligible for final payment of any amounts due under any Task Order, all documents and materials prepared for the City in connection with the Task Order. All such documents and records shall be provided within a reasonable time at no additional cost. Such documents may be provided electronically. c. Delivery Upon Expiration or Termination of Agreement. Upon expiration or termination of this Agreement, the Documents and Work shall become the property 9 of City and shall be delivered by Contractor to City within seven (7) days after expiration or termination. Any compensation due to Contractor may be withheld until all Documents and Work are received as provided in this Agreement. Contractor shall ensure that the requirements of this section are included in all agreements with all subcontractor(s). d. Reuse of Project Documents. City may, at its option, reuse (in whole or in part) the resulting end-product or deliverables resulting from Contractor's Services (including, but not limited to, drawings, specifications, other documents, and services as described herein and in the applicable Scope of Services for any Task Order); and Contractor agrees to such reuse in accordance with this provision. 34. CONTRACTOR'S STAFF. Contractor will provide the key staff identified in its Proposal if they are in Contractor's employment. Contractor will obtain prior written approval from the City to change key staff. Contractor shall provide City with such information as necessary for City to determine the suitability of proposed new key staff. City will be reasonable in evaluating key staff qualifications. If City desires to request removal of any of Contractor's staff, City shall first meet with Contractor and provide reasonable justification for said removal; upon such reasonable justification, Contractor shall use good faith efforts to remove or reassign the staff at issue. 35. THIRD-PARTY BENEFICIARIES. Neither Contractor nor City intends to primarily or directly benefit a third party by this Agreement. Therefore, the Parties acknowledge that there are no third-party beneficiaries to this Agreement and that no third party shall be entitled to assert a right or claim against either of them based upon this Agreement. 36. MATERIALITY AND WAIVER OF BREACH. Each requirement, duty, and obligation set forth in this Agreement was bargained for at arm's length and is agreed to by the Parties. Each requirement, duty, and obligation set forth in this Agreement is substantial and essential to the formation of this Agreement, and each is, therefore, a material term. City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach shall not be deemed a waiver of any subsequent breach and shall not be construed as a modification of this Agreement. To be effective, any waiver must be in writing and signed by an authorized signatory of the Party granting the waiver. 37. COUNTERPARTS AND MULTIPLE ORIGINALS. This Agreement may be executed in multiple originals and may be executed in counterparts, whether signed physically or electronically, each of which shall be deemed to be an original, but all of which, taken together, shall constitute one and the same agreement. 38. NON-DISCRIMINATION. Contractor and any subcontractors shall not discriminate based on race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this Agreement. 39. CONTROLLING PROVISIONS. Except as otherwise specifically provided herein, in the event of any conflict between the specific provisions of this Agreement and the requirements or provisions of the RFP and/or Proposal, the provisions shall be given precedence in the following order: (1) this Agreement, (2) the RFP; and (3) the Proposal. Wherever possible, the provisions of the documents shall be construed in such a manner 10 as to avoid conflicts between the provisions of the various documents. 40. ENTIRE AGREEMENT. The Agreement, including the RFP, the Proposal, and the Exhibits that are incorporated into this Agreement in their entirety, embody the entire agreement and understanding of the parties concerning the subject matter of this Agreement and supersede all prior and contemporaneous agreements and understandings, oral or written, relating to said subject matter. This Agreement may only be modified by a written amendment executed by the City and Contractor t. 41. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 11 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA SHAMTEC,, INC. / 1 f `�EY��G�`J+"i1 4ltl?leb! Rebecca Shelton, Mayor /(Signature) Sf/4tY/ 'ER Iv OHR6/EA Print Name of Authorized Official .—/ &77C. 174;v46,-0-' ' . Title . Approv d as to Form: Approv G.Lamb,City Attorney (Corporate Seal) Attest/Authenticated: C___,Attested/A enticated: i-#1 !ua gti6 (Si� ature),Witness -� y6yyy �( /i;�N Maylee eJe,$ S.City Cie Print Name O�..OPOR O• <9' i GoR ATF• 'Y,I, f° SEAL .:='s $ :IINCORPORATED: iii%1920 `+, FCORION N 12 EXHIBIT A TERM OF AGREEMENT The City will award this contract for a three (3) year period and reserves the right to extend it for a period not to exceed an additional two (2) years by mutual agreement and by filing a written notice signed by the contractor to the City's Purchasing Department without further City Commission action. This extension shall provide the City with continual services for an additional term of the contract. 13 EXHIBIT B SCOPE OF SERVICES AND FEE SCHEDULE PREVENTITIVE MAINTENANCE: A. Air Cooled Chillers Inspection Schedule (Police Dept. and Fire Stations receive monthly maintenance) Quarterly I Annual Maintenance Includes: • Report to Customer upon arrival. • Inspect overall unit condition. • Check all compressors and motors for proper amp draws • Check all oil levels, check for contamination, and note on report • Check all wiring terminals and tighten as needed • Check all contactors for wear and pitting • Check all Connections on relays • Check the operation sequence of chiller, adjust controls as required • Check all safety controls and verify operation • Check all oil heaters for operation • Check operating pressures of each circuit and record • Check and adjust all belts as required • Check all bearings and grease as needed • Check all compressors for visual leaks of oil or Freon • Inspect condenser fins for damage and /or problems • Check entering air and leaving air of condenser • Check interlock controls with pumps • Clean condenser coils (annually) • Oil samples (annually) B. Rooftop & Split Systems Units: - (Quarterly) • Check all control wiring for problems • Check and record all compressor run loads amps • Check all contactors and relays for operation and terminal connection • Check an safety controls for operation and terminal connection, adjust as required. • Check all condenser fan motors for operation and oil as required • Check condenser motor blades • Check all evaporator fan motors for operation and oil as required • Inspect evaporator blower assembly, grease bearings • Check all evaporator belts for alignment and adjust • Inspect evaporator coil and clean as required • Chemically clean evaporator and condenser coils (annually) • Inspect drain pan and clean as required • Provide filter and labor for one (1) filter change per quarter • Check condenser coils for damage and visible leaks • Check all evaporators for leaks • Inspect all internal and external piping • Provide annual acid and moisture test for each compressor circuit 14 • Inspect for abnormal operational vibration and correct as required • Check operation of thermostat and calibrate as required C. Air Handlers: (Quarterly) • Check motor and record amp draw • Check starter for operation and wiring terminations • Check belts for alignment and adjust as required • Check all bearings and grease as required • Visual inspection of shaft condition, report problems • Check and record entering and leaving air temperatures • Check operation of chill and hot water valves, note leaks • Verify drain operation and clear any obstructions • Chemically clean coil (annually) • Install pan tabs as required • Inspect filters and log conditions • Check and recalibrate static pressure sensors • Check and recalibrate humidity controls as required • Check variable speed drives for normal operation D. Building Automation (Quarterly) ICP, Ezell Hester Park Community Center, Sims Center, City Hall, Fire station 1, 2, & 5, Arts & Cultural Center, Police Station and Children's School House Museum • Check all sensors for range and operation • Calibrate sensors as needed • Check all wiring and adjust as needed • Check all controllers for operation • Go over programming with onsite personnel • Check data trend for HV AC equipment • Check all set points and adjust as required • Check all pneumatic to electric switches for proper pressure E. Pumps • Check motor and record amp draw • Check seals for leaks and or excessive wear • Check inboard and outboard bearings and grease as needed- • Visual inspection of alignment of motor to pump • Inspect coupler for proper wear and alignment • Visual inspection of starter for each pump, check wiring and tighten as required • Check pump base for condition and proper drainage • Check insulation on pump headers and end bells • Check all setscrews and keyways • Check and record pump pressures if gauges are present F. Filters • All filters in all Fire Stations and the Police Station shall be replaced monthly with pleated filters. All other facilities will be replaced with pleated filters on a quarterly basis. 15 G. VAV Boxes (Annually) • Change filters and check heat • Check all controllers for normal operation • Check all wiring terminals and tighten as needed • Check motor and record amp draw DISTRICT ENERGY SERVICES: 208 NE 1St Street H. Cooling Towers (Each Cooling Tower has 4 Cells and 10 motors) Monthly, Quarterly, Semi Annually and Annually Monthly • Fan Guards • Fan Blade Clearance • Sump Screen • Fan Motors** Quarterly • Mechanical Float Valve Semi Annually • Fan Motors* • Spin Free Nozzles • Water Collection System Annual • Shell Surfaces • Drift Eliminators • Fill Media • Fan Motors*** Chillers land 2 *** Chillers one and two are not in operation. Annual maintenance is performed according to manufacturers' recommendation. Chiller 3 Chiller #3 is manned by city staff eight (8) hours per day. Remaining hours are monitored via Tracer Synchrony. Quarterly: PUMPS • Visual Inspection on all equipment to determine accurate range of operation. • Initial Site Inspection • Check motor shaft and pump shaft for proper alignment • Inspect coupling for wear • Verify that the shaft guard is in place and tight 16 • Verify water flow through pump and check for leaks on the mechanical pump seals • Lubricate the motor bearings and the pump bearings as necessary • Inspect wiring and connections on the motor terminals for signs of overheating verify tight connections • Check condition of the contacts for wear and pitting if applicable • Verify proper volts and amps • Verify smooth operation of the pump • Verify proper drip rate on the pump seal packing • Visual inspection of entire pump and motor assembly VFD • Check operation of drive • Open cabinet and clean • Verify operation of bypass Annual • Perform fluid pH test • Leak detection inspection • Inspect safety controls, electrical components and UPS • Inspect all piping components. • Clean in-line strainers • Inspect vent piping for all relief valves for presence of refrigerant • Inspect and clean the condenser tubes for fouling • Visually inspect water box hinges 36 Months • Do a tube test. Use a nondestructive tube test to inspect the condenser and evaporator tubes. 60 Months • Drain and replace the drive cooling fluid and replace the fluid strainer when servicing the fluid. 17 EXHIBIT C PRICE SCHEDULE PREVENTATIVE MAINTENANCE ALL LOCATIONS: FACILITY ANNUAL UNIT PRICE: Intracoastal Park $7,400.00 Ocean Front Concession Stand $1,200.00 Ocean Front Lifeguard Building $1,200.00 Public Works#1 $1,700.00 Public Works#2 $3,800.00 Public Works#3 $1,700.00 Children's Schoolhouse Museum $6,000.00 Tennis Center $2,100.00 The Links Golf Course $4,000.00 Woman's Center $6,300.00 Boat Club Bait & Tackle Shop $1,200.00 Boat Club Clubhouse $1,600.00 Boynton Beach Memorial Park $1,400.00 Little League Park Concession Stand $1,400.00 City Hall $14,400.00 Arts & Cultural Center $19,200.00 Ezell Hester Park Community Center $20,800.00 Carolyn Sims Center $12,000.00 Utilities Administration Building $6,000.00 East Water Treatment Plant $5,400.00 18 West Water Treatment Plant $5,400.00 Master Lift Station $2,000.00 Three Million Gallon Tank Building $1,400.00 Sara Sims Park (Cemetery) $1,600.00 TOTAL UNIT PRICE $129,200.00 FACILITY Monthly Price Fire Station 1 $17,100.00 Fire Station 2 $13,500.00 Fire Station 3 $18,900.00 Fire Station 4 $31,200.00 Fire Station 5 $44,100.00 Police Department $33,300.00 TOTAL MONTHLY PRICE $171,275.00 MONTHLY MAINTENANCE District Energy Services/ Cooling Annual Price Tower Fans Preventative Maintenance Requirements-Visual Inspection on all equipment. Inspect Fans and Motors $21,600.00 TOTAL ANNUAL PRICE $21,600.00 QUARTERLY MAINTENANCE DES/COOLING TOWERS, PUMPS & Annual Price CHILLERS Preventative Maintenance Requirements-Visual Inspection on all equipment to determine 19 accurate range of operation, Pumps,VFD's,and Mechanical Float Drive $12,800.00 TOTAL ANNUAL PRICE $12,800.00 SEMI ANNUAL MAINT. DES /COOLING TOWERS, PUMPS & Annual Price CHILLERS Preventative Maintenance Requirements for Cooling Towers. $8,400.00 TOTAL ANNUAL PRICE $8,400.00 ANNUAL MAINTENANCE DES I COOLING TOWERS, PUMPS & Annual Price CHILLERS Preventative Maintenance Requirements for Cooling Towers. $6,000.00 TOTAL ANNUAL PRICE $6,000.00 36 MONTH MAINT. DES /COOLING TOWERS, PUMPS & Annual Price CHILLERS Preventative Maintenance Requirements for Cooling Towers. $25,000.00 TOTAL ANNUAL PRICE $25,000.00 60 MONTH MAINT. DES /COOLING TOWERS, PUMPS & Annual Price CHILLERS Preventative Maintenance Requirements $24,000.00 TOTAL ANNUAL PRICE $24,000.00 HOURLY RATES: REGULAR OVERTIME (Weekends / Holidays) (8:00 AM — 5:00 PM) (5:00 PM — 8:00 AM) Licensed Technician $85.00 $ 127.50 20 Technician $85.00 $ 127.50 Laborer $45.00 $67.50 SUMMARY TABLE AMOUNT PREVENTATIVE MAINTENANCE FOR ALL LOCATIONS $129,200.00 PREVENTATIVE MAINTENANCE FOR FIRE STATIONS 1-5 & POLICE STATION $171,275.00 MONTHLY MAINTENANCE - DISTRICT ENERGY SERVICES - COOLING TOWER $21,600.00 FANS QUARTERLY MAINTENANCE - DISTRICT ENERGY SERVICES - COOLING TOWERS, PUMPS & $12,800.00 CHILLERS SEMI ANNUAL MAINT. REQUIREMENTS OF DISTRICT ENERGY SERVICES - COOLING TOWERS $8,400.00 ANNUAL MAINTENANCE OF DISTRICT ENERGY SERVICES $6,000.00 36 MONTH MAINT. REQUIREMENTS OF DISTRICT ENERGY SERVICES $25,000.00 60 MONTH MAINT. REQUIREMENTS OF DISTRICT ENERGY SERVICES $24,000.00 120 MONTH MAINT. REQUIREMENTS OF DISTRICT ENERGY SERVICES $1.00 TOTAL MONTHLY PRICE $398,276.00 21 REQUEST FOR PROPOSALS (RFP) 6% • ` ,\444\c, rfr\%. Ill i\*-A,,i0 . CITYWIDE HEATING VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS RFP No. 25-058R PUBLISH DATE: ALL QUESTIONS DUE: July 18, 2025 August 13, 2025 by 3:00 PM NON-MANDATORY PRE- PROPOSAL DUE AND OPENING PROPOSAL CONFERENCE: DATE: July 31, 2025 at 10:15 AM August 19, 2025 at 3:00 PM TEAMS LINK Where to Deliver Proposal Location: Boynton-beach.bidsandtenders.net CITY OF BOYNTON BEACH ROOM 115 100 E. OCEAN AVENUE BOYNTON BEACH, FL 33435 Bids&Tenders Online Submission Only Advertisement Date: July 21, 2025 City of Boynton Beach Purchasing Division REQUEST FOR PROPOSALS CITYWIDE HEATING VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS 25-058R TABLE OF CONTENTS NOTICE TO PROPOSERS 5 SECTION 1—INSTRUCTION TO PROPOSERS—SUBMISSION REQUIREMENTS 8 PURCHASING DIVISION 8 1.0 DEFINITIONS 8 "Addenda" 8 "Agreement" 8 "City"or"Owner" 8 "Contract Administrator" 8 "Contract Documents" 8 "Consultant" 9 "Contract Administrator" 9 "Defective" 9 Effective Date of the Agreement 9 "Evaluation/Selection Committee" 9 "Interested parties" 9 "Notice to Proceed" 9 "Online e-procurement system"or"e-procurement system" 9 "Procurement Services" 9 "Proposer/Offeror/Responder" 9 "Request for Proposals(RFP)" 9 "Sub-Consultant" 9 "Responsible Proposer" 9 "Responsive Proposer" 9 "Written Amendment" 9 "Unit Price or Hourly Wage Work" 9 "Project, Services,or Program" 9 1.1 DEPARTMENTS WITHIN THE CITY OF BOYNTON BEACH Error!Bookmark not defined. 1.2 TYPES OF SOLICITATIONS PROVIDED BY THE CITY Error! Bookmark not defined. 1.3 PROCUREMENT DEFINITION FOR SOLICITATION 10 1.4 ONLINE E-PROCUREMENT SYSTEM—(bids&tenders) 10 1.5 EXAMINATION OF CONTRACT DOCUMENTS 10 1.6 ELIGIBILITY OF PROPOSER 10 1.7 QUALIFICATIONS OF PROPOSERS 11 1.8 PRE-PROPOSAL CONFERENCE 11 1.9 QUESTIONS AND ADDENDA ON THIS SOLICITATION 11 1 RFP 25-08R Citywide HVAC Equipment,Maintenance,Products, Services and Repairs I/Y ,r City of Boynton Beach r Purchasing Division 1.10 MISTAKES WITHIN RFP 12 1.11 SUBMISSION OF THE PROPOSAL 12 1.12 SOLICITATION FORMS 12 1.13 EXECUTION OF SOLICITATION DOCUMENTS 13 1.14 CAUSES FOR REJECTION 13 1.15 REJECTION OF PROPOSALS 13 1.16 WITHDRAWAL OF PROPOSALS 14 1.17 NO SUBMITTAL 14 1.18 SOLICITATION DEADLINE 14 1.19 RIGHTS OF THE CITY FOR THIS REQUEST FOR PROPOSALS(RFP) 14 1.20 PROTEST PROCEDURE 15 1.21 MINIMUM STANDARDS REQUIRED BY THE CITY 15 1.22 DISQUALIFICATION OF PROPOSER 15 1.23 INFORMATION AND DESCRIPTIVE LITERATURE 15 1.24 INTERPRETATIONS 15 1.25 CERTIFICATIONS,LICENSE,AND PERMITS 16 1.26 SUB-CONTRACTING 16 1.27 ESCALATOR CLAUSE 16 1.28 EXCEPTIONS BY PROPOSER 16 1.29 TRADE SECRET 17 1.30 ANTI-KICKBACK AFFIDAVIT 17 1.31 CONFLICT OF INTEREST/GIFT POLICY 17 1.32 GIFT POLICY 18 1.33 CONFIRMATION OF MINORITY-OWNED BUSINESS 18 1.34 LOCAL BUSINESS PREFERENCE 18 1.35 AWARD OF AGREEMENT: 19 1.36 SIGNING OF AGREEMENT: 19 2.1 BACKGROUND 20 2.2 SCHEDULE OF EVENTS Error! Bookmark not defined. 2.3 CONTRACTOR RESPONSIBILITIES 20 2.4 SCOPE OF SERVICES 21 2.5 MINIMUM QUALIFICATIONS OF PROPOSER 22 2.6 EXPECTED TIMELINE BY THE CITY 23 2.7 LIQUIDATED DAMAGES 23 2.8 CITY LOCATIONS 23 2.9 CITY EQUIPMENT 25 2.10 INSPECTIONS SCHEDULE 33 2.10 ESTIMATED BUDGET 35 3.1 GENERAL REQUIREMENTS 37 3.2 CERTIFICATION AND LICENSES 37 3.3 DETAILED PROPOSAL 37 2 RFP 25-08R Citywide HVAC Equipment,Maintenance,Products, Services and Repairs �Il i hasn City of Boynton Beach Purchasing Division 1. Letter of Interest 37 2. Firm's Qualifications 37 3. References-Past Performance 38 5. The Price Proposal Sheet is for informational purposes only.The prices for all items and labor shall be entered into Bids&Tenders pricing tables 38 THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY 38 SECTION IV-EVALUATION OF PROPOSALS 39 4.1 EVALUATION METHOD AND CRITERIA 39 4.2 QUALITATIVE GUIDELINES FOR ASSIGNING AWARD POINTS TO EVALUATION CRITERIA 40 4.3 ORDINAL RANKING 41 4.4 ADDITIONAL CLARIFICATION 41 4.5 BEST AND FINAL OFFER 42 4.6 SELECTION PROCESS 42 SECTION V-STANDARD GENERAL TERMS AND PROVISIONS 43 5.1 FAMILIARITY AND COMPLIANCE WITH LAWS,CODES AND REGULATIONS: 43 5.2 NON-COLLUSION 43 5.3 LEGAL CONDITIONS 43 5.4 CONFLICT OF INTEREST 43 5.5 ADDITIONAL HOURS QUANTITIES 43 5.6 DISPUTES 43 5.7 LEGAL REQUIREMENTS: 44 5.8 ON PUBLIC ENTITY CRIMES 44 5.9 FEDERAL AND STATE TAX• 44 5.10 PURCHASE ORDER REQUIRED• 44 5.11 COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: 44 5.12 PALM BEACH COUNTY INSPECTOR GENERAL: 44 5.13 OTHER AGENCIES 45 5.14 VENUE AND GOVERNING LAW: 45 5.15 NON-DISCRIMINATION&EQUAL OPPORTUNITY EMPLOYMENT 45 5.16 INDEPENDENT CONTRACTOR RELATIONSHIP: 46 5.17 OMISSION OF DETAILS 46 5.18 LOBBYING-CONE OF SILENCE: 46 5.19 LEGAL EXPENSES: 47 5.20 NO THIRD-PARTY BENEFICIARIES: 47 5.21 DIRECT OWNER PURCHASES: 47 5.22 SCRUTINIZED COMPANIES: 47 5.23 DISCRIMINATORY VENDOR LIST 47 5.24 NON-EXCLUSIVE 48 5.25 BUSINESS INFORMATION 48 5.26 AGREEMENT 48 5.27 ENDORSEMENTS 48 3 RFP 25-08R Citywide HVAC Equipment,Maintenance,Products, Services and Repairs �r~ rDivision City of Boynton Beach Purchasing 5.28 DRUG-FREE WORKPLACE 48 5.29 PROHIBITED TELECOMMUNICATIONS EQUIPMENT 49 5.30 PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL,OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING 49 5.31 RIGHTS IN DATA 49 5.32 DOCUMENTATION OF COSTS 49 5.33 PUBLIC RECORDS 49 SECTION VI—SPECIAL PROVISONS—TERM CONTRACT 52 6.1 ASSIGNMENT: 52 6.2 PERFORMANCE DURING EMERGENCY: 52 6.3 AGREEMENT TERM AND EXTENSION 52 6.4 CHANGES TO SCOPE AND ADDITIONAL SERVICES 52 6.5 INDEMNIFICATION 53 6.6 TERMINATION 53 A. DEFAULT AND TERMINATION FOR CAUSE: 53 B. TERMINATION FOR CONVENIENCE OF CITY 54 C. REMEDIES: 54 D. FUNDING OUT 54 6.7 PERFORMANCE OF CONSULTANT 54 6.8 INSURANCE REQUIREMENTS 55 6.9 FORCE MAJEURE 55 6.10 INSPECTION AND ACCEPTANCE OF WORK PRODUCED 55 6.11 CONTINGENCY FEE 56 6.12 TRUTH IN NEGOTIATION REPRESENTATION 56 6.13 PERFORMANCE REVIEW EVALUATION: 56 6.14 ANTI-HUMAN TRAFFICKING 57 6.15 VERIFICATION OF EMPLOYMENT ELIGIBILITY—E-VERITY 57 6.16 ENTITIES OF FOREIGN CONCERN 57 6.17 SUCCESSORS AND ASSIGNS 57 6.18 ENUMERATION OF PRECEDENCE OF CONTRACT DOCUMENTS 57 SECTION VII-PRICE PROPOSAL FORM 60 7.1 PREVENTATIVE MAINTENANCE FOR ALL LOCATIONS: 60 7.2 PREVENTATIVE MAINTENANCE FOR ALL LOCATIONS: REPAIRS INCLUDED 61 7.3 OPTIONAL PRICES—HOURLY RATES 63 7.4 MATERIAL MARK-UP FROM CONTRACTOR'S COST: 63 CONTRACTING SERVICES 64 4 RFP 25-08R Citywide HVAC Equipment,Maintenance,Products, Services and Repairs Y°R •• City of Boynton Beach ��'��°`� Purchasing Division NOTICE TO PROPOSERS REQUEST FOR PROPOSALS 25-058R CITYWIDE HEATING VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS Electronic Requests for Proposals (RFPs) shall be received by the e-procurement system up until August 19,2125; No Later Than 3:00 P.M. (Local Time); unless specified otherwise and may not be withdrawn within (120) days after such date and time. All RFPs received will be publicly opened and acknowledged of receipt by the City's e-procurement system electronically. The e-procurement system does not permit RFPs received after the assigned date and time. For the above reasons, it is recommended that the proposer(s) allow sufficient time to complete your online Submission and to resolve any issues that may arise. ATTENTION, ALL INTERESTED PROPOSERS: To obtain documents online, please visit Boynton-beach.bidsandtenders.net. Documents are not provided in any other manner. INTRODUCTION: The City of Boynton Beach is seeking to engage qualified and experienced firms to submit proposals (RFP's) to provide Citywide HVAC Equipment, Maintenance, Installation, Products, Services And Repairs for twenty-nine city buildings and facilities to provide comprehensive maintenance services, equipment repairs and replacement products within the City to promote healthy, safe, and more productive public use spaces while also enhancing energy and operating efficiency and lowering overall costs. The City has approximately 29 buildings with a variety of HVAC systems that need quarterly and annual preventative service and maintenance along with occasional repairs. The work includes all professional services, labor, equipment, materials, insurance, obtaining any applicable permits, necessary supervision, and incidentals to complete necessary work as specified herein. All proposed work shall be completed in accordance with the scope of work and all applicable federal, state, county, and local regulatory requirements. The Proposer(s) shall act as an independent contractor and not as an employee of the City. THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY 4 5 RFP 25-08R Citywide HVAC Equipment,Maintenance, Products, Services and Repairs r°T 0 Y City of Boynton Beach '°" Purchasing Division PRE-PROPOSAL CONFERENCE: A NON-MANDATORY Pre-Proposal Conference AND Site Meeting is scheduled for July 31, 2025, at 10:15 AM and will be held at City of Boynton Beach City Hall Room 115, 100 East Ocean Avenue, Boynton Beach, Florida 33435. Please note that this Pre-Proposal Conference meeting will be recorded, however all parties interested in offering a proposal for this project should make every effort to attend this Meeting. The purpose of this meeting is to provide a forum for all concerned parties to discuss the proposed contract, answer questions on the solicitation document, review the qualifications requested, provide instructions for submitting proposals, and discuss other relevant issues. Sealed Bids must be received electronically via the City's encrypted procurement management system, bids&tendersTM on or before the date and time referenced above.Any Proposal received after 3:00 PM on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal Bid is received will be resolved against the Bidder. If any discussions or questions at the pre-proposal meeting require, in the City's opinion, official additions, deletions, or clarifications of the solicitation or any other document, the City will issue an addendum to this Request for Proposals, as the City determines is appropriate. No oral representation or discussion taking place at the pre-proposal meeting will be binding or may be relied upon by any person or entity. All questions prior to the pre-proposal meeting should be submitted in writing through the City's e-procurement system by the deadline for questions. Questions related to this RFP are to be submitted to the Purchasing representative through the e- procurement system only by clicking on the"Submit a Question" button for this specific solicitation. LOBBYING / CONE OF SILENCE: Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be imposed upon each competitive solicitation as of the deadline to submit the proposal, response and shall remain in effect until the City Commission awards or approves a contract, rejects all responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of the City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Division Director or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract that violates the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre- proposal conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted 6 RFP 25-08R Citywide HVAC Equipment,Maintenance, Products, Services and Repairs m Z o � City of Boynton Beach "'on 04 Purchasing Division by competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. PUBLIC RECORDS DISCLOSURE: Pursuant to Florida Statutes §119.071, sealed Proposal responses received by the City in response to a Request for Proposal are exempt from public records disclosure requirements until thirty (30) days after the opening of the Proposals unless the City announces intent to award sooner. If the City rejects all Responses submitted in accordance with a Request for Proposal, and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected Responses remain exempt from public disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A Proposal response, or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all Proposals, or replies. CITY OF BOYNTON BEACH 7 RFP 25-08R Citywide HVAC Equipment, Maintenance, Products, Services and Repairs s = o � City of Boynton Beach Purchasing Division CITYWIDE HEATING, VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS RFP No. 25-058R SECTION I - INSTRUCTIONS TO PROPOSERS - SUBMISSION REQUIREMENTS PURCHASING DIVISION delivered on time and as specified, to make a real difference in our community. Additionally, we Our Purpose: The City of Boynton Beach's Purchasing Division is dedicated to fostering anticipate that our vendors will collaborate with us equitable and fair competition in our as a team and maintain the highest standards of integrity in all interactions with the city's offices and solicitations through a transparent procurement process. We actively collaborate departments. These are expectations and with local vendors to ensure that every standards we hold all our vendors to. participant has an equal opportunity to secure Diligence in fulfilling the requirements of this government contracts. Our commitment to solicitation will significantly enhance the overall fairness and transparency is unwavering. quality of services delivered to our community. The Our Mission Statement: We are unwavering in our City seeks a firm that embodies these principles in commitment to promoting integrity, transparency, its work, and the successful candidates will be and fairness in every step of the procurement evaluated against the performance standards process. This dedication is the cornerstone of our detailed in this solicitation. mission. 1.0 DEFINITIONS We strive to maximize value for our community by Whenever the following terms appear in the fostering competitive opportunities for local RFP or Proposal, the intent and meaning shall businesses, ensuring compliance with regulations, be interpreted as follows: and delivering exceptional service to our stakeholders. Through collaboration, planning, and "Addenda" innovation, we aim to support the city's goals while Written or graphic instruments issued before opening solicitations that clarify,correct,or change the solicitation enhancing the economic vitality of our region. requirements or the contract document. "Agreement" Key Goals: As guardians of the public trust, our The written agreement between the City and the Purchasing Division is deeply committed to its Contractor covering the scope of work to be performed, purpose and mission. Upholding the values of including other Contract Documents attached to the vision, integrity, efficiency, and quality service, we Agreement and made a part thereof. The words strive to fulfill our commitments with unwavering "Agreement"and "Contract"are used interchangeably. dedication. "City"or"Owner" The City of Boynton Beach, Florida, a municipal Community Impact: Our local, state, and corporation of the State of Florida nationwide vendors are essential partners in our "Contract Administrator purpose and mission. We are dedicated to The Department's Director or some other employee expressly designated as Contract Administrator in writing collaborating with qualified, competitive vendors by the Director, who is the representative of the City who share our commitment to quality, efficiency, conceming the Contract Documents. teamwork, and exceptional customer service. "Contract Documents" The Contract Documents consist of this Agreement, A Message to our Vendors: conditions of the contract (General, Supplementary, and other Conditions), drawings, specifications of this solicitation, all addenda issued prior to, all modifications Your work as a vendor is not just about delivering issued after execution of this Agreement, Notice of products and services. It's about enhancing the overall value of our services to our residents. We Award, Notice to Proceed, Certificate(s) of Insurance, Bonds and any additional modifications and expect high-quality products and efficient services. 8 RFP 25-08R Citywide HVAC Equipment, Maintenance, Products, Services and Repairs 0e o ey City of Boynton Beach ''°~ Purchasing Division supplements, Change Orders and Work directive "Responsible Proposer" changes issued on or after the effective date of the This means a person or firm capable of fully performing Contract. These Contract Documents form the the requirements in the RFP and agreement and having Agreement, and all are as fully a part of the Agreement if the tenacity, perseverance, experience, integrity, attached to this Agreement or repeated therein. reliability, capacity, facilities, equipment, and credit to "Contractor" ensure good faith performance. The individual or firm who successfully receives the "Responsive Proposer" award for work to be completed as defined by this This means a Person or firm who has submitted a solicitation. Also referred to as Successful Proposer. Proposal that conforms in all material respects to the "Contract Administrator" requirements outlined in this RFP. The City's authorized Contract representative. "Written Amendment" "Defective" A written amendment of the Contract Documents, signed An adjective which, when modifying the Work, refers to by the City and the Contractor on or after the Effective Work that is unsatisfactory, faulty, or deficient, does not Date of the Agreement and typically dealing with non- conform to the Contract Documents,or does not meet the technical aspects rather than strictly work-related aspects requirements of any inspection, reference standard,test, of the Contract Documents. or approval referred to in the Contract Documents. "Unit Price or Hourly Wage Work" Effective Date of the Agreement Work to be paid for based on unit prices outlined within The date indicated in the Agreement on which it becomes the RFP. effective,but if no such date is indicated it means the date "Project,Services, or Program" on which the Agreement is signed and delivered by the All matters that will be required to be done by the last of the two parties to sign and deliver. Contractor in accordance with the Scope of Work, Terms "Evaluation/Selection Committee" and Conditions, and Special Provisions of this RFP. City Staff and /or outside Contractors or subject matter experts who are assigned to evaluate the submitted proposals. "Interested parties" Firms or proposers interested in the solicitation and plan to eventually become proposers. "Notice to Proceed" A written notice given by the City to the Contractor fixing the date on which the contract time will commence to run and on which the Contractor shall start to perform the Contractor's obligations under the Contract Documents. Such Notice is to be issued by the project Contract Administrator. "Online e-procurement system" or "e-procurement system" The City of Boynton Beach's solicitation management system is"bids&tenders." "Procurement Services" The Procurement Division-Department of Finance of the City of Boynton Beach. "Proposer/Offeror/Responder" Any individual, firm, or corporation submitting a proposal for this project, acting directly or through a duly authorized representative. For the purpose of this solicitation, the terms "Offeror," "Proposer," and "Responder" are used interchangeably and have the same meaning. "Request for Proposals (RFP)" A method of procurement permitting discussions with responsible offerors and revisions to proposals prior to the award of a contract. "Sub-Contractor" Any person, firm, entity, or organization, other than the employees of the Contractor, who contracts with the Contractor to furnish labor, or labor and materials, in connection with the work or services to the City,whether directly or indirectly, on behalf of the Contractor. 9 RFP 25-08R Citywide HVAC Equipment,Maintenance,Products, Services and Repairs 17, City of Boynton Beach ' Purchasing Division The following instructions are given to guide Proposers in adequately preparing their response. These directions have equal force and weight with the specifications, and strict compliance is required with all provisions. 1.1 PROCUREMENT DEFINITION FOR SOLICITATION A Request for Proposal (RFP) is a method of procurement permitting discussions with responsible offerors and revisions to proposals prior to the award of a contract. The Contractor's qualifications, experience, and price will be factors in the evaluation. Proposals will be evaluated by an evaluation committee based on the criteria set forth in SECTION IV. 1.2 ONLINE E-PROCUREMENT SYSTEM — (bids&tenders) A. The City of Boynton Beach utilizes an electronic online e-procurement system service to notify and distribute its solicitation documents; please visit Boynton- beach.bidsandtenders.net. B. To obtain documents online, please visit Boynton-beach.bidsandtenders.net. C. Before registering for the opportunity, you may preview the solicitation documents with a Preview Watermark. Documents are not provided in any other manner. D. Proposers are cautioned that the timing of their Submittal submission is based on when the Submittal is RECEIVED by the e-procurement System, not when a Submittal is submitted, as the Submittal transmission can be delayed due to file transfer size, transmission speed, etc. E. For the above reasons, sufficient time is recommended to complete your RFP Submission and resolve any issues that may arise. The online e-procurement system's web clock shall determine the closing time and date. F. Proposers should contact bids&tenders support listed below at least twenty-four (24) hours prior to the closing time and date if they encounter any problems. G. The e-procurement system will send a confirmation email to the Proposer advising that their submittal was submitted successfully. If you do not receive a confirmation email, contact bids&tenders support at supportbidsandtenders.net. 1.3 EXAMINATION OF CONTRACT DOCUMENTS A. Before submitting a Proposal, each Offeror must visit the site (if applicable to the project) to become familiar with the facilities and equipment that may in any manner affect cost or performance of the work; must consider federal, state, grant requirements (if Applicable) and local laws, ordinances, rules and regulations that may in any manner affect cost or performance of the work, must carefully compare the Offeror's observations made during site visits or in review of applicable laws with the Proposal Documents; and must promptly notify the Procurement Officer of all conflicts, errors and discrepancies, if any, in the Proposal Documents. B. The Offeror, by and through the submission of a Proposal, agrees that it shall be held responsible for having examined the facilities and equipment (if applicable), is familiar with the nature and extent of the work and any local conditions that may affect it, and is familiar with the equipment, materials, parts, and labor required to perform the work successfully. 1.4 ELIGIBILITY OF PROPOSER To be eligible to participate in this RFP, the proposing firm or principal must demonstrate that they, or the principals assigned to the contract, have successfully provided services of similar magnitude as those specified in SECTION II. SCOPE OF WORK (SERVICES) RFP No.25-058R—HVAC Equipment,Maintenance, Products, 10 Services and Repairs contractor r o o City of Boynton Beach ''��°`p Purchasing Division of this solicitation to at least one city similar in size and complexity to the City of Boynton Beach or can demonstrate they have the experience with large-scale private sector clients and the managerial and financial ability to perform the services successfully. 1.5 QUALIFICATIONS OF PROPOSERS A. No e-submission will be accepted from, nor will any contract be awarded to, any person who is in arrears with the City of Boynton Beach upon any debt or contract or who has defaulted, as surety or otherwise, upon any obligations to the City, or who has been deemed irresponsible or unreliable to the City. B. The City is not required to award any jobs to a Contractor based solely on their lowest e-submission price. C. Awards will be based on past performance and quality of work in addition to the Contractor's RFP response. D. If selected for a contract, all Contractors must perform to the satisfaction of the City before being considered for award of additional contracts. E. Contractors whose performance is unsatisfactory shall be subject to debarment or suspension. 1.6 PRE-PROPOSAL CONFERENCE The City will hold an In Person non-mandatory pre-proposal conference for this project. The information regarding such a meeting will be noted on the 1st and 2nd page of this document. 1.7 QUESTIONS AND ADDENDA ON THIS SOLICITATION From time to time, the City may issue an addendum to change the intent or to clarify the meaning of the Contract Documents. Since all addenda are available to Proposers through the City's e-Procurement system Boynton-beach.bidsandtenders.net, it is the responsibility of each Proposer to have received ALL addenda issued. Proposers should check online at Boynton-beach.bidsandtenders.net before submitting their proposal and until the proposal closing time and date in the event, to ensure no additional addenda are issued. If a Proposer submits their proposal before the solicitation closing time and date and an addendum has been issued, the e-procurement system shall WITHDRAW the proposal. The submittal status will change to an INCOMPLETE STATUS, and the Proposal will be withdrawn. The Proposer can view this status change in the "MY BIDS" section of the e- procurement system. A. The Proposer is solely responsible for creating any required adjustments to their Proposal, acknowledging the addenda, and ensuring the re-submitted Proposal is RECEIVED by the e-procurement System no later than the stated Proposal closing time and date. B. The Proposer is responsible for submitting written questions or requesting clarification for items included in this solicitation through bids&tenders. C. All responses to questions or inquiries, interpretations, and supplemental instructions will be in the form of a written addenda, which, if issued, will be posted through bids&tenders. D. No verbal interpretations may be relied upon. E. Failure of any proposer to receive any such addenda or interpretation shall not RFP No.25-058R—HVAC Equipment,Maintenance,Products, 11 Services and Repairs Contractor ;v. City of Boynton Beach Purchasing Division relieve any Proposer from any obligation under a response as submitted. All addenda so issued shall become a part of the solicitation document. F. Proposer shall acknowledge receipt of any addenda through the e-procurement system by checking a box for each addendum and any applicable attachment. G. It is the Proposer's responsibility to have received all issued addenda. Proposers should check online at Boynton-beach.bidsandtenders.net prior to submitting their Submittal and up until the solicitation closing time and date in the event additional addenda are issued. H. If any interested parties have received this RFP packet from a source other than bids&tenders directly and the Interested Party is not registered with bids&tenders, they must register with bids&tenders. No negotiations, decisions, or actions shall be initiated by the Proposer because of any discussions with a City employee. J. Only those communications in writing from the Purchasing Division may be considered a duly authorized expression. Also, only communications from proposers submitted through bids&tenders in writing will be recognized by the City as duly authorized expressions on behalf of the Proposer. K. Late Submittal Responses are not permitted by the e-procurement system. L. To ensure receipt of the latest information and updates via email regarding this solicitation, or if a Proposer has obtained this solicitation from a third party, the responsibility is on the Proposer to create an e-procurement system vendor account and register as a plan taker for the solicitation with bids&tenders. M. All expenses for making submittal responses to the City are to be borne by the Proposer. 1.8 MISTAKES WITHIN RFP Proposers are cautioned to examine all terms, conditions, specifications, scope of work, exhibits, addenda, delivery instructions, and special conditions pertaining to the solicitation. Failure to examine all pertinent documents shall not entitle the proposer to any relief from the conditions imposed in the Agreement and may lead to the rejection of a proposal. 1.9 PROPOSAL SUBMISSIONS A. The City's e-procurement solicitation system shall receive ELECTRONIC SOLICIAITON SUBMISSIONS ONLY. B. Hardcopy submissions are not permitted. C. Electronic Request for Proposals for this solicitation shall be received by the City's e-procurement system no later than the time outlined on page#1 of this solicitation. D. Late responses are not permitted by the e-procurement system. It shall be the sole responsibility of the Proposer to have their Request for Proposals submittal submitted online. E. All proposals shall be submitted in English. F. All prices, terms, and conditions proposed in the submitted response shall be expressed in U.S. Dollars and will be firm for acceptance for ONE HUNDRED TWENTY (120) calendar days after the closing of the RFP. 1.10 SOLICITATION FORMS A. All proposal submissions prices, amounts, and descriptive information must be entered into the e-procurement system bids&tenders. B. The Proposer must state the price and the time of delivery for which they propose to deliver the equipment or service requested. RFP No.25-058R—HVAC Equipment,Maintenance, Products, 12 Services and Repairs Contractor ,YY° O = 0 City of Boynton Beach ''°�° Purchasing Division C. The Proposer must be licensed to do business as an individual, partnership, or corporation in the State of Florida. D. All proposal submission forms should be executed and submitted for easy identification. Responses not submitted on proposal submission forms may be rejected. E. All proposal submissions are subject to the conditions specified in this solicitation document. Submittals that do not comply with these conditions may be rejected. F. THE FOLLOWING FILLABLE DIGITAL FORMS HAVE BEEN CREATED AND MUST BE ACKNOWLEDGED WITH EACH PROPOSAL SUBMISSION: i. Certification ii. Vendor Drug-Free Workplace iii. Qualification Statement iv. References v. Scrutinized Companies List vi. E-Verify Compliance vii. Subcontractor Form viii. Firm's Primary Ownership G. FORMS THAT MUST BE UPLOADED TO THE DOCUMENT UPLOAD SECTION i. Document Upload 1: Proposer Qualification Statement ii. Document Upload 2: Non-collusion Affidavit and Acknowledgement iii. Document Upload 3: E-Verify Form Under Section 448.095 iv. Document Upload 4: Certification Pursuant to Florida Statute § 287.135 v. Document Upload 5: Anti-Kickback Affidavit vi. Document Upload 6: Affidavit of Compliance with Foreign Entity Laws vii. Document Upload 7: Affidavit of Compliance with Anti-Human Trafficking Laws viii. Document Upload 8: Proof of State Certified License ix. Document Upload 9: Certificate of Insurance x. Document Upload 10: Form W-9 xi. Optional: Supplemental Information Relative to this RFP. 1.11 EXECUTION OF SOLICITATION DOCUMENTS Proposals must include manual or electronic signatures by an authorized representative on all required forms. 1.12 CAUSES FOR REJECTION No response will be canvassed, considered, or accepted which, in the opinion of the City's evaluation committee, is incomplete, informal, or unbalanced or contains inadequate documentation as required herein. Any alteration, erasure, interlineations, or failure to specify a response for all items called for in the schedule may render the proposal invalid. 1.13 REJECTION OF PROPOSALS A. The City reserves the right to reject any proposal if the evidence submitted by the Proposer, or if the investigation of such Proposer, fails to satisfy the City that such Proposer is appropriately qualified to carry out the obligations and to complete the work contemplated. B. Any or all proposals will be rejected if there is reason to believe that collusion exists among proposers. A proposal shall be considered irregular and may be rejected if RFP No. 25-058R—HVAC Equipment,Maintenance,Products, 13 Services and Repairs Contractor O = 0 u City of Boynton Beach 0`P Purchasing Division it indicates serious omissions, alterations in form, additions not called for, conditions, unauthorized alternates, or irregularities of any kind. C. The City reserves the right to reject any or all proposals, waive such technical errors, waive informalities or irregularities in any response received, re-advertise, or take any other actions as may be deemed best for the interests of the City. 1.14 WITHDRAWAL OF PROPOSALS Any Responder may, without prejudice to themself, withdraw its response at any time prior to the expiration of the time during which responses may be submitted. Such withdrawal request must be in writing and signed in the same manner and by the same person who signed the response through bids&tenders. After the expiration period for receiving responses, no proposal can be withdrawn. 1.15 NO SUBMITTAL A NO SUBMITTAL response can be submitted online through bids&tenders the e- procurement system. 1.16 SOLICITATION DEADLINE The Proposer is responsible for ensuring that the proposal is submitted electronically by or at the proper time and date before the solicitation deadline. The e-procurement solicitation system does not permit late submission responses. 1.17 RIGHTS OF THE CITY FOR THIS REQUEST FOR PROPOSALS (RFP) The City reserves the right to the following: A. Reject any or all proposals. B. Reject or cancel any or all proposals during the procurement process. C. Reissue the solicitation. D. Extend the RFP deadline time and date. E. Procure any item by other means. F. Increase or decrease the quantity specified in the Request for Proposals (RFP). G. Consider and accept an alternate proposal as provided herein when most advantageous to the City. H. Waive any defect, irregularity, or informality in any RFP procedure. Waive an informality as a technical error, minor deviations from specifications, defect, or accept a portion of any proposal deemed to be the most responsive, responsible Proposer(s) representing the most advantageous submission to the City. J. In determining the "most advantageous proposal," price, quantifiable factors, and other factors are considered. Such factors include but are not limited to: a. Statement of Work b. Price Proposal c. Other factors contributing to the overall RFP outlined in SECTION IV — EVALUATION OF PROPOSALS. K. Consideration may be given but is not necessarily limited to conformity to the specifications, including timely delivery; product warranty; a Proposer's proposed service; ability to supply and provide service; delivery to required schedules and past performances in other agreements with the City or other government entities. RFP No.25-058R—HVAC Equipment,Maintenance,Products, 14 Services and Repairs Contractor o Z o � City of Boynton Beach Purchasing°`c Purchasing Division 1.18 PROTEST PROCEDURE Protest procedures are provided in the City of Boynton Beach Purchasing Policy. Protests shall be submitted in writing, addressed to the Purchasing Director, via hand delivery, or mail, along with a protest cash bond in an amount equal to 5% of the submittal price or $5,000, whichever is less. The bond will be refunded to a protester if the protest is upheld. The protest must identify the solicitation, specify the basis for the protest, and be received by the Purchasing Division within the deadlines as follows: A. If the protest relates to a Request for Proposal, must be received before the solicitation submittal deadline date. B. If the protest relates to any other matter relating to the solicitation, including the intent to award of an agreement, the protest must be received no later than THREE u regular business days after the date of the intent to award notification of award by a member of the purchasing staff. Failure to file a protest as outlined in the City of Boynton Beach's Purchasing Policy shall constitute a waiver of proceedings. 1.19 MINIMUM STANDARDS REQUIRED BY THE CITY Factors to be considered in determining whether the standard of responsibility has been met include whether a prospective Proposer has the following: A. The appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain such, necessary to indicate its capability to meet all contractual requirements. B. A satisfactory record of performance. C. A satisfactory record of integrity. D. Qualified legally to contract within the State of Florida and the City of Boynton Beach. E. Supplied all necessary information in connection with the inquiry concerning responsibility. 1.20 DISQUALIFICATION OF PROPOSER More than one Proposal from an individual, firm, partnership, corporation, or association under the same or different names shall not be considered. All proposals shall be rejected if there is reason to believe collusion exists between proposers. Automatic disqualifiers are as follows: A. Not being licensed to perform the required work by the Contractor. B. Not being eligible to submit a proposal due to violations listed under"Public Entity Crimes." 1.21 INFORMATION AND DESCRIPTIVE LITERATURE The Proposer must furnish all information requested in the spaces provided on the proposal submission form. 1.22 INTERPRETATIONS To ensure fair consideration for all Proposers, the City prohibits communication to or with any department, officer, or employee during the solicitation process as described in the Cone of Silence except as otherwise specified. If the Proposer should be in doubt as to RFP No.25-058R—HVAC Equipment,Maintenance,Products, 15 Services and Repairs Contractor City of Boynton Beach Purchasing Division the meaning of any of the solicitation documents or believes that the plans and/or specifications contain errors, contradictions, or reflect omissions, the Proposer shall direct questions to the Purchasing representative through the e-procurement solicitation system only by clicking on the "Submit a Question" button for this solicitation, no later than ten (10) days prior to the solicitation deadline. 1.23 CERTIFICATIONS, LICENSE, AND PERMITS A. Unless otherwise directed by the City, the Proposer should provide a copy of all applicable certificates of Competency or Licenses issued by the State of Florida or the Palm Beach County Licensing Board in the name of the Proposer. B. If applicable, the Proposer shall also maintain a current Local Business Tax Receipt (Occupational License)for the County and all permits required to complete the contractual service at no additional cost to the City. C. A County Local Business Tax Receipt (Occupational License) is required unless specifically exempted by law. It shall be the responsibility of the Contractor to obtain all certifications, licenses, and permits, if required, to complete the services at no additional cost to the City. D. It is the responsibility of the Proposer to ensure all required certifications, licenses, and permits are maintained and are current throughout the term of the Agreement, inclusive of any renewals. E. Licenses and permits shall be readily available for review by the Purchasing Agent and City Inspectors. F. Failure to meet this requirement shall be considered a default of the Agreement. 1.24 SUB-CONTRACTING A. If a Proposer utilizes sub-contractors for any portion of the Agreement for any reason, the Proposer should state the name and address of the sub-contractors and the name of the person to be contacted on the online form within the e- procurement system under "Schedule of Sub-contractors." B. The City of Boynton Beach reserves the right to accept or reject any or all proposals wherein a sub-contractor is named and to make the award to the Contractor, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. C. The City also reserves the right to reject the submission of any Proposer if the solicitation names a subcontractor who has previously failed to perform an award properly or failed to deliver on-time contracts of a similar nature or who cannot perform correctly under this award. D . The City reserves the right to inspect all facilities of any sub-contractors to determine the foregoing. E. The subcontractors will be equally responsible for meeting all requirements specified in this Request for Proposals (RFP). F. Proposers are encouraged to seek participation from minority and women-owned business enterprises in subcontracting opportunities. The City reserves all rights to determine the foregoing. 1.25 ESCALATOR CLAUSE Any proposal that is submitted subject to an escalator clause will be rejected. 1.26 EXCEPTIONS BY PROPOSER A. Incorporation in a proposal of exceptions to any portion(s) of the Contract Documents may invalidate the proposal. Exceptions to the Scope of Work and/or RFP No 25-058R—HVAC Equipment,Maintenance, Products, 16 Services and Repairs Contract°, City of Boynton Beach "� Purchasing Division Special Provisions shall be clearly and specifically noted in the submitted proposal on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS" which shall be attached to the proposal. B. Any exceptions taken to the terms and conditions of the solicitation or the City's Agreement shall be considered a part of the Proposer's solicitation response and will be considered by the City in its evaluation. Any exception not specifically stated is deemed waived. Submission of any exceptions does not denote acceptance by the City. Furthermore, taking exceptions to the City's terms and conditions may be viewed unfavorably by the City/evaluation committee and ultimately may impact the overall evaluation of a Proposer's submittal. C. The use of the Proposer's standard forms or the inclusion of the manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract Documents. 1.27 TRADE SECRET Any language contained in the Proposer's proposal purporting to require confidentiality of any portion of the Proposal, except to the extent that certain information is, in the City's opinion, a Trade Secret pursuant to Florida law, shall be void. If a Proposer submits any documents or other information to the City that the Proposer claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (Public Records Laws), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt. The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Proposer's proposal constitutes a Trade Secret. The City's determination of whether an exemption applies shall be final, and the Proposer agrees to defend, indemnify, and hold harmless the City its officers, employees, volunteers, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records. Proposals purporting to be subject to copyright protection in full or in part will be rejected. EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR PROPOSAL AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR PROPOSAL OR ANY PART THEREOF AS COPYRIGHTED. 1.28 ANTI-KICKBACK AFFIDAVIT Each Proposer shall complete the Anti-Kickback Affidavit Form and shall submit this form with their Proposal. The City considers the failure of the Proposer to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 1.29 CONFLICT OF INTEREST/ GIFT POLICY The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in a manner with the performance of services required hereunder, as provided for in Chapter 112, Part III, Florida Statutes.All Proposers shall disclose the name of any City employee or relative of a City employee who owns, directly or indirectly, an interest of ten percent (10%) or more in the Proposer's firm or any of its branches. A. CONFLICT OF INTEREST: RFP No.25-058R—HVAC Equipment,Maintenance, Products, 17 Services and Repairs Contractor pU 47 City of Boynton Beach Purchasing Division No employee, officer, or agent of the City may participate in the selection, award, or administration of a contract supported by a federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, agent, any member of his or her immediate family, his or her partner, or an organization that employs or is about to employ any of the parties indicated herein, has a financial or other interest in or may receive a tangible personal benefit from a proposer considered for a City contract. In addition, the Proposer shall disclose to City in writing all federal criminal law violations involving fraud, bribery, or gratuity that potentially affect the award of this solicitation. Failure to make the required disclosures can result in withheld payments, award termination, suspension, or debarment of the proposer. B. ORGANIZATIONAL CONFLICT OF INTEREST: The Proposer shall not have activities or relationships (a) causing the Proposer to be unable, or potentially unable, to render impartial assistance or advice to the City; (b) impairing the Proposer's objectivity in performing the contract work; or(c) resulting in an unfair competitive advantage. 1.30 GIFT POLICY No Proposer who is a party to, or receives a benefit from, this Agreement shall offer a gratuity, favor, or anything of monetary value to any officer, employee, or agent of the City. Further, no officer, employee, or agent of the City shall solicit or accept a gratuity, favor, or anything of monetary value from a Proposer who is a party to, or receives a benefit from, this Agreement. 1.31 CONFIRMATION OF MINORITY-OWNED BUSINESS It is the desire of the City of Boynton Beach to increase the participation of minority-owned businesses in its contracting and procurement programs. While the City does not have any preference or set-aside programs in place, it is committed to a policy of equitable participation for these firms. Therefore, each Proposer shall complete the Confirmation of Minority-Owned Business Form and shall submit the form with its submission. 1.32 LOCAL BUSINESS PREFERENCE The City of Boynton Beach Administrative Policy No. 10.16.01 provides for a local business preference. "For all acquisitions made pursuant to Requests for Proposals, Requests for Qualifications, or Requests for Letters of Interest, the solicitation shall include a criterion for Local Businesses of five percentage points (5%) of the total points in the evaluation criteria published in the solicitation. Local Preference shall not be applied when its application would result in an award that exceeds the otherwise lowest responsive, responsible proposer by 5% or $5,000 whichever is lower. For all acquisitions made pursuant to Requests for Proposals, Requests for Qualification, or Requests for Letters of Interest, where the solicitation includes a qualitative ranking rather than a quantitative selection, the evaluation criteria shall include a Local Business preference, as reasonably determined by the Purchasing Division, consistent with the intent of this Policy. Each such solicitation shall clearly define the application of the Local Business preference. RFP No.25-058R—HVAC Equipment, Maintenance, Products, 18 Services and Repairs Contractor o City of Boynton Beach 4"'°� Purchasing Division Respondents must include the Local Business Status Certification Form with their RFP submissions to be considered for a local business preference. Failure to submit this form at the time of RFP submittal will result in the Respondent being found ineligible for the local business preference for this solicitation and will receive zero (0) points for that criterion. If the Respondent meets the requirements of a local business as defined by the preference, the proposal will be awarded the total 5 points allotted by each evaluation committee member. Firms not meeting the Preference requirements will receive zero points in this evaluation criterion. 1.33 AWARD OF AGREEMENT: A. Agreement(s) or purchase order(s) will be awarded by the City to the most qualified, responsive, responsible Proposer whose submission represents the most advantageous proposal to the City, the price of the proposal,and other factors considered. B. Proposals will be evaluated based on the evaluation factors and standards set forth herein. The City reserves the right to reject all proposals and waive technical errors as set forth herein. C. In the event of a court challenge to an award by any Proposer, damages, if any, resulting from an award shall be limited to actual proposal preparation costs incurred by the challenging Proposer. Each party shall be responsible for its own attorney's fees and costs. D. In no case will the award be made until all necessary investigations have been made into the Proposer's responsibility and the City is satisfied that the most qualified, responsive, responsible Proposer is qualified to do the work and has the necessary organization, licenses, permits, capital, and equipment to carry out the required work within the specified time. 1.34 SIGNING OF AGREEMENT: An Award Letter will be presented to the Contractor. Within ten (10) calendar days after the award letter is issued, the Contractor should sign and deliver the Agreement to the City with the required bonds (if applicable) and insurance certificates. After receiving and approving such documents, the Agreement would be executed within thirty (30) calendar days. The City intends to deliver a fully signed and executed Agreement to the Contractor. At times, a purchase order will be issued in lieu of a formal agreement. THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY I RFP No.25-058R—HVAC Equipment,Maintenance,Products, 19 Services and Repairs Contractor or City of Boynton Beach , Purchasing Division CITYWIDE HEATING VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS RFP No. 25-058R SECTION II - SCOPE OF WORK Procurement Definition: A Request for Proposal (RFP) is a method of procurement permitting discussions with responsible offerors and revisions to proposals prior to award of a contract. Proposals will be evaluated by an independent Selection Evaluation Committee (SEC) based on the criteria set forth in SECTION IV PROPOSAL EVALUATION CRITERIA AND METHODOLOGY. 2.1 BACKGROUND The City of Boynton Beach ("City") was incorporated in 1920 and is located in the southeastern region of Palm Beach County, Florida. The city spans approximately 16.57 square miles and is home to approximately 81,267 residents. Boynton Beach is predominantly a residential community and is home to many small businesses. 2.2 CONTRACTOR RESPONSIBILITIES Contractors are required to be available for emergency repairs 24 hours a day, seven days a week. Work during normal business hours (8:00 AM to 5:00 PM, Monday to Friday) is standard, with provisions for overtime and holiday work as necessitated and subject to City approval. Legal holidays observed by the City of Boynton Beach are as follows: New Year's Day Martin Luther King, Jr. Day Juneteenth Independence Day Labor Day Thanksgiving Friday after Thanksgiving Christmas Day and the day after. Contractors will supply all labor, equipment, and materials necessary to equip, maintain, or repair HVAC systems. This includes the inspection and installation of parts and components such as motors, pumps, belts, filters, and valves. All materials and workmanship must be guaranteed for a minimum of one year from the date of the City's acceptance. This includes ensuring that all materials are new and of original manufacture. If the City staff finds that the Contractor's work is not done properly or does not meet the City building codes, or does not meet industry standards, the Contractor must correct or replace such work to the City's full satisfaction. This corrective action or material replacement will be carried out at no extra charge to the City. RFP No.25-058R—HVAC Equipment,Maintenance, Products, 20 Services and Repairs Contractor TY OA I. \ j City of Boynton Beach "'°N°`'Q Purchasing Division 2.4 SCOPE OF SERVICES The City of Boynton Beach is seeking proposals from qualified, experienced, licensed and insured firms hereinafter referred to as the Contractor or Proposer, to provide Heating, Ventilation and Air Conditioning (HVAC) Preventative Maintenance and Repair Services. The purpose of this RFP is to select qualified and licensed contractors to furnish a comprehensive selection of HVAC products and solutions including complete turnkey services, labor, supervision, transportation, inspections, permits, licenses, equipment, and any incidentals necessary to provide Heating, Ventilation and Air Conditioning (HVAC) Preventative Maintenance and Repair Services for City's buildings and facilities. The services will ensure that the HVAC systems operate efficiently and reliably, adhering to standard industry practices. Contractor will replace filters on a quarterly basis or as needed.The City of Boynton Beach intends to contract with one (1) primary contractor and one (1) secondary contractor to serve in an emergency in which the primary contractor cannot respond. An emergency is defined as but is not limited to: Non-working A/C equipment requiring replacement or repairs including but not limited to, condensing units, air handlers, PTAC's, ductwork, fans, vents, drain lines and damage caused by normal wear and tear, hurricanes, destructive weather and/or other disasters. Only new and manufacturer authorized replacement parts shall be used in the repair of all air conditioning systems. All parts, materials and work furnished shall be of good quality and free from any defects and shall at all times be subject to the City of Boynton Beach's inspection and approval; but neither City of Boynton Beach's inspection nor failure to inspect shall relieve contractor of any obligation hereunder. City of Boynton Beach may elect the right to direct purchase selected materials and equipment to realize the benefits of owner tax exempt status and such direct purchase shall be without any additional cost to the City of Boynton Beach. Other HVAC services will also be required on an "as needed" basis. The acceptance of work or payment for services by the City of Boynton Beach shall not constitute a waiver of the foregoing and nothing herein shall exclude or limit any warranties implied by law. The work performed shall also be in conformity with and meet all industry standards. REPAIR CALLS Repair calls shall be placed by the City of Boynton Beach Public Works or Utilities Department designee and charged at the contracted regular hourly rate. Expected service calls response time shall be within 2 hours, INCLUDING NIGHTS AND WEEKENDS. Performance The contractor shall have available and ready at the award of the contract, qualified HVAC technicians and HVAC apprentices able to perform the work required. Contractor or their employees shall perform all work in a skilled, professional, and safe manner. Under the circumstances where any major HVAC system problem is discovered, a quote shall be provided to the City of Boynton Beach. RFP No.25-058R—HVAC Equipment,Maintenance,Products, 21 Services and Repairs Contractor i3\ City of Boynton Beach Purchasing Division Dispatch: Contractor must have covered telephone service 24 hours per day; 7 days per week, and 365 days a year, receive service calls from authorized City of Boynton Beach representatives and dispatch those calls to their staff to enable them to be on site within two hours of the City of BB call. Contractor shall furnish all equipment and supplies and will operate, maintain, and repair all equipment necessary to perform the work required within this solicitation. Contractor shall provide a quote for work not included in the preventative maintenance program, with estimated cost included, for each location with the unit number on a per service basis and have it signed by a City of Boynton Beach authorized person indicating completion and satisfaction of work performed. A copy of the work order is to be left on site and a copy is to be submitted with an invoice. Each crew member must wear an identification card with a photograph or uniform that identifies him or her as a member of the contractor's workforce and must check or sign in/out prior to starting and completing required services. Contractor shall be responsible for enforcing the requirement that employees display identification at all times while performing work at any City of Boynton Beach site. Contractor's personnel shall maintain, insofar as possible, a neat appearance and conduct all work in a professional manner with minimal disturbance to the employees of City of Boynton Beach and the general public. Smoking is NOT permitted in any City of Boynton Beach facilities. All employees of the contractor shall be considered to be, at all times the sole employees of the contractor, under his sole direction and not an employee or agent of the City of Boynton Beach. The City may require the contractor to remove an employee if it deems the employee to be careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on the City of Boynton Beach property is not in the best interest of the City. At least one employee of the contractor, assigned to any City of Boynton Beach site must be able to fluently speak, read and communicate in the English language or the contractor must provide a translator for communication at the contractor's expense. Contractor shall register and administer warranties of Air Conditioner Condensing Units and air handlers and must provide evidence of the same to the City of Boynton Beach. 2.5 MINIMUM QUALIFICATIONS OF PROPOSER Qualifications will only be considered from firms engaged in providing services as described in this RFP and who can provide evidence that they have established a satisfactory performance record in meeting the qualification requirements established in the RFP. 1. The Contractor shall possess and maintain a current business license. 2. The Contractor shall possess a class A air-conditioning contractor license in The State of Florida capable of contracting in the City of Boynton Beach RFP No 25-058R—HVAC Equipment,Maintenance, Products, 22 Services and Repairs co-maaor \ _ City of Boynton Beach ' ° Purchasing Division 3. The Contractor is required to have a minimum of five (5) years in business performing commercial HVAC maintenance and repair. 4. Contractor shall only assign technicians to the City that are certified as HVAC technicians. 5. The Contractor shall demonstrate that the firm possess the skills and experience to meet the needs of the City. 2.6 EXPECTED TIMELINE BY THE CITY All work shall be completed within the requested timeline to the greatest extent possible recognizing the importance of an efficient and effective HVAC operating system. Note: Any vehicle and/or equipment breakdown will not be grounds for delays in service. If such circumstances occur, the awarded contractor is required to obtain the necessary equipment to perform the work within the contract specifications at no additional cost to the City of Boynton Beach. 2.7 LIQUIDATED DAMAGES Because of the importance of these projects being finished on time, upon failure of the Contractor to complete the required work within the specified and mutually agreed upon time frame the Contractor shall pay to the City the sum of Two Hundred Fifty Dollars ($250.00) for each calendar day after the time specified for the work is sufficiently complete. This amount is not a penalty but liquated damages to the City. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the City because of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of the Contractor to complete the Contract on time. City shall have the right to deduct from and retain out moneys which may be due or may become due and payable to Contractor. 2.8 CITY LOCATIONS Intracoastal Park 2240 N. Federal Hwy, BB, 33435 Ocean Front Concession Stand 6415 Ocean Blvd, BB, 33435 Ocean Front Lifeguard Building 6415 Ocean Blvd, BB, 33435 Police Department 2100 High Ridge Road, BB, 33426 Public Works #1 222 NE 9th Avenue, BB, 33435 Public Works #2 222 NE 9th Avenue, BB, 33435 Public Works #3 222 NE 9th Avenue, BB, 33435 RFP No.25-058R—HVAC Equipment,Maintenance, Products, 23 Services and Repairs Contractor City of Boynton Beach Purchasing Division Children's Schoolhouse Museum 129 E. Ocean Avenue, BB, 33435 Tennis Center 3111 S. Congress Ave, BB 33426 The Links Golf Course 8020 Jog Rd., BB, 33472 Woman's Center 1010 S. Federal Hwy, BB, 33435 Boat Club Bait & Tackle Shop 2010 N. Federal Hwy, BB 33435 Boat Club Clubhouse 2010 N. Federal Hwy, BB 33435 Little League Park (Concession Stand) 300 S.W. 15'Ave. BB, 33435 City Hall 100 E. Ocean Avenue, BB, 33435 Arts & Cultural Center 125 E. Ocean Avenue, BB, 33435 Ezell Hester Park Community Center 1901 N. Seacrest Blvd, BB, 33435 Carolyn Sims Center 225 NW 12th Avenue, BB 33435 Sara Sims Park 201 NW 9t Avenue, BB 33435 Boynton Beach Memorial Park Cemetery 1611 S. Seacrest Blvd. BB, 33435 Fire Station #1 200 NE 1s' Street, BB, 33435 Fire Station #2 2615 W, Woolbright Rd, BB, 33426 Fire Station # 3 3501A N. Congress Ave, BB Fire station #4 1919 N. Federal Hwy, BB, 33435 Fire Station # 5 2080 High Ridge Rd, BB, 33426 Utilities Administration Building 124 East Woolbright Rd, BB 33426 East Water Treatment Plant 1620 S. Seacrest Blvd. BB West Water Treatment Plant 5469 W. Boynton Bch Blvd. BB 8481 NW 19th Ave & Seacrest Blvd. Master Lift Station #309 Boynton Bch. Three Million Gallon Tank Bldg. 1100 Minor Rd. BB, RFP No.25-058R—HVAC Equipment,Maintenance, Products, 24 Services and Repairs Contractor Y O� O \ _ ti City of Boynton Beach .47°`7 Purchasing Division 2.9 CITY EQUIPMENT Carrier CU-3 / Filter Model 38AuDAOB5AOAOA0 / Fan Size 25 / Fan Motor 1/4/1100// Carrier CU2 Filter Model 38AODA12AOB5AOAOA0/ Fan Size 50 / Fan Motor Elec: 208-230/3/60 Carrier AHU-1 / Freon Type: 410a// Fan Size 10 // Fan Motor Elec: 230-460/3/60// Belt 1 Size/ BX30 Condenser CU-1 / ICP / 10 Ton // Unit Yr:2019 / Fan Size 50 Fan Motor 1/4/1100 / Elec: 208-230/3/60 Carrier AHU-2 /39LO8AA-BP-BCP152// 410a 11 Fan Size 10 / Fan Elec: 230- Intracoastal Park 460/3/60 // Belt Size BX30 CU-2 // ICP Unit Size— 10 Freon 410a // Fan Size 50// Fan Motor 1/4/1100 // Elec: 208-230/3/60 Carrier AHU-3 40ROAA16A2A6AOAOAOA //410a Fan Size 20 // EIec:208-230/3/60 Belt Size: B40 ICP CU-3 15 ton / CAS 16CHDAOA0 Fan Size 25// Fan Motor 1/4/1100 / Elec 208-230-/3/60 ICP CU-2 CAS120HDAOA00AA//410a Fan Size 50 / Fan Motor 1/4/1100 Elec 208-230-3/60 Mitsubishi Condenser Model # MXZ2C20NA4 //2 Tons// Freon 410A// Ocean Front Concession Stand Air Handler Model # MSZ-GS12NA//2 Tons// Freon 410a/Year—2024. Grand Aire Condenser Model # WCA4244LKA100 //Year—2021 // Freon Ocean Front Lifeguard Building 410a//2 Tons. Grand Aire Air Handler Model# WAPL244A/Year 2021 // Freon 410A. Daikin Air Handler (1St Floor- East) Model # CAH013GDAM// Police Department Daikin Air Handler (1St floor—West) Model # FBCAH045GDAM // Daikin Air Handler (2nd Floor) Model # CAH028GDAM //Chiller Daikin / Model E AGZZ130EDHEPNNOO // 130 Tons. Day & Night CU-1 (Admin Roof) Public Works #1 //CAS091 HAGOA00AA//2015 //7.5 Tons //Trane Air Handler AHU1 // TWE090A300EL //Year—6/2006 // 7.5 Tons. Belt size A48. Bard Unit (AC1)W18A2-A05 // 1.5 Tons // Public Works #2 yr: 2002// RFP No.25-058R—HVAC Equipment,Maintenance, Products, 25 Services and Repairs Contractor City of Boynton Beach Purchasing Division Goodman Air Handler (Facilities breakroom) AMST60DVH000A//5 Tons// 410A// Goodman GSXN406010AA (Fac. West San Off.)//Yr: 2023//5 Tons// Goodman Air Handler ARUF29B14AC //2 Tons //410A/1 Goodman Condenser G5X140241LC//2 Tons//410A. Day and Night Air Handler FXM4X6000AL Public Works#3 (storage closet) //Yr: 9/2015 //410A// elec: 208-230v/1/60 // Day and Night CU-1 //R4A460GKB100// 4 Tons //Yr: 2015 //410A// Fan Motor size 1/4 HP. Air Handler#1 Trane Model # Children's Schoolhouse Museum MCCA014NAOOB0000000//Air Handler 2 Trane Model # MCCA014GAUOBA000EOCCA// Condenser# 1 Trane Model # TTA180E300AA// 15 tons//410A// Condenser 2 Trane Model # TTA180E300AA// 15 Tons//410A Air Handler x2 Mitsubishi Model# Tennis Center MUZHM@4NA//410A// Goodman Condenser Model # GSX140301 KB //410A//2.5 Tons ICP Condenser(dining room) Model # WCA4364GKA100 //5 tons //410A//Yr: 2022// ICP Air Handler (dining room) Model # The Links Golf Course WAPL364A//3 Tons//410A//Yr: 2022 // Rheem Condenser (Men's Room) Model # 13AJA30A1 //2.5 Tons //410A//Yr: 2008// Rheem Air Handler (Men's Room) Model # M280802139 //2.5 Tons//410A//Yr: 2008. Trane Air Handler (1St floor kitchen) Model # GAM5B0060M51 EBA//410A// Trane Air Handler (1st fl. Ballroom) Model # GAM5B0060M51 EBA// Trane Air Handler (1st Fl. Ballroom East) Model #TWE09043AA078D // Carrier Air Handler (1st/FI. Entrance/Lobby) Model # FX4DNF043LOOACAA// Woman's Center ICP Air Handler 2nd Fl. E. Ballroom Model #TAA120S4D-1Y)Trane Air Handler (2nd FI. W. Ballroom) Model # TWE12043AAD78D RFP No.25-058R-HVAC Equipment,Maintenance, Products, 26 Services and Repairs Contractor \ City of Boynton Beach "'°N°` Purchasing Division Trane Condenser (2nd Fl. W. Ballroom) Model #TTA12043CAA02BS01 //Size:7 //410A// Carrier Condenser (1st FI) Model# CA16NA042// Size 3.5// Carrier Condenser (2"d FI) // Model # CA16NW061-B //410A//5 Tons // Trane Condenser (1St Fl. Kitchen) Model 4TTR6060N1000AA//410A// 5 Tons// Trane Condenser (2nd Fl. E.) Model # 4TTR6060N100AA//410A// 5 Tons// Trane Condenser (1St Fl. E.) Serial # 23372945YA//410A// 5 Tons. Trane Condenser Model # 4TTB3036E1000AA//2.5 Tons //410A// Boat Club Bait & Tackle Shop Yr: 2014 // Trane Air Handler Model # TAM4A36S31SCA// 3 Tons//410A//Yr: 2014. Bard Unit AC-1 (W. Side of Bldg.)//5 Boat Club Clubhouse Tons//Yr: 2011 // Fan Size 25.5 rla // Fan Motor Size 1/2 HP // Elec: 208v/1 p60hz// Trane Condenser Model # Little League Park (Concession 4TTR5061 E1000AA// Unit Size— 5 Tons Stand) // Freon —410A// Trane Air Handler Model # 4TEE3F65A1000AB // Unit Size 5 Tons// Freon 410A//Yr - 2006 Trane Air Handler 1st Fl. Model # CSAA05OUALOO// Trane Air Handler (Commission Chambers) Model # City Hall UCCAF1000EM012201200DEJOOED// Trane Air Handler (2"d Floor) Model # CSAA040UAL00 // Trane Air Handler 3rd Floor Model # CSAA025UAL00 //Trane Air Handler(4th FI.) Model #CSAA0251AL00. Daikin Air Handler Model# BCHD0501 DRWYYYTAPE1 D018NYLYY Daikin Air Handler#2 Model# BCHD0501 DRWYYYTATYYYYYYNYLYY Daikin Air Handler#3 Model# Arts & Cultural Center BCHD0501 DLWYYYYTATPE1 D018NYLYY Daikin Air Handler#4 BDHD0300DLWYYYAYYYPE1 D01 ENYLYY Daikin Air Handler# 5 Model# CAH021 GDAM Daikin Air Handler#6 Model# CAH003GDAM Daikin Air Handler#7 Model# BCHD0301 DLWYYYYYYYPE1 D015NYLYY Daikin Air Handler#8 Model# BCHD0401DLYYYYYYYPE1D018NYLYY RFP No.25-058R—HVAC Equipment,Maintenance, Products, 27 Services and Repairs Contractor B o City of Boynton Beach "TCN 0�Y Purchasing Division Daikin Air Handler#9 Model# BCH0301 DRWYYYYYPE 1 D009NYLYY Daikin Air Handler# 10 Model # BCHD0401 DRWYYYYYYYPE1 D015NYLYY Trane Condenser//Yr 2017/2.5 Tons // 410A// Fan Motor Size 5.6HP // Elec: 208-230/3/60 // Belt Size A44/AX44/4L460 Trane JTC Rosin Condenser Air Handler AHU-7//Yr:2009// Size 2.5 Tons // Fan Motor Size 1/3 HP // Elec: 208-230/1/60 Carrier Air Handler (AHU-4) (Office Bathrooms) 6.1 Tons//410A// Fan Motor Size 3/4 HP/1720hp //Elec: 208-230-1/60 Carrier Air Handler AHU-3(Locker Rooms) Model # 50T6-M09A2B5A0A0A0//6.8 Tons// R410A// Fan Motor Size 1 hp /1720 RPM // Elec: 208/3/60 Johnson Controls RTU-2 (Gym West) Roof Top Model # V3E412ABD2A1 BCAAA1 //Size 30Ton // R410A// Fan Motor Size: 10HP Elec: 230/3/60 Trane RTU (Gym East) Computer Access //TED360AFA50B2DA// Freon R-22 Year: Ezell Hester Park Community 2002 Fan Motor Size 10hp//230/3/60 Center Carrier Air Handler(AHU-2) (Weight Room) Computer Access //Model #50TM- 007-V501 // Freon R-22// Fan Motor Size 1 hp/ 1725RPM // Carrier Air Handler (Locker Rooms) Computer Access Rooftop Southwest// Model # 50TM-007-V501 // Freon R-22// Fan Motor 1hp / 1720 RPM /208- 230/3/60 Carrier Air Handler(AHU-3a) Computer Access // Gym Storage Rooftop South West// Model # 50TM-007-V501 // Freon R-22 // Elec: 208-230/3/60 Carrier Air Handler (AHU-4) Computer Access// Office Bathrooms Rooftop South West// Model # 50SD-024-311TP // FreonR-22// Fan Motor Size 3/4 hp / 1720 hp Elec: 208-230/1/60 Carrier Air Handler (AHU-5a) (large room) Computer access// Model # 50TM-016- V5115A// Fan Motor size 5 hp/1720hp // 208-230/1/60 // Carrier Air Handler(AHU-5b) (large room roof top North) Model # 50TM-016- V5115A Freon R-22// Fan Motor Size 5 hp/1720 hp//208-230/1/60 // Carrier Air Handler (AHU-6) (small room) Rooftop North Center//Computer Access RFP No.25-058R—HVAC Equipment,Maintenance,Products, 28 Services and Repairs Contractor V°O r(.. City of Boynton Beach "'°. Purchasing Division // Model # 50HJ-007-V521 // Fan Motor Size 3/< hp //208-230/3/60// Trane Air Handler (AHU-7) Computer Access//JTC Office Yr: 2007 // Model # 2TEC3F3OR1000AA// Fan Motor size 1/3hp // 208 230/1/60 Trane Air Handler (AHU-8) (Game Room) Computer Access// Model # TWE060B100EL// Fan Motor Size 5.6hp //208-230/3/60// Belt A44/AX444L460 Carrier Roof Top Unit (RTU-3) Main Entrance// Model # 50HJ-006-V531 Freon R-22 // Belt Size A40/AX40/4L420 Condenser Unit(CU-1) (Small Room) Roof top North // Computer Access// ICP RTU (Large Room) Roof top North // Unit Size 15 Tons// Model # RA5180HOCAOAATA// Freon R-410 // Fan Motor Size 5hp/1720hp //208- 230/1/60 // Belt Size B50/BX50/5L530 ICP RTU (South) (Large Room) Computer Access Roof top North // Model # RA518OHOC40AATA// Unit Size 15 Tons// Fan MotorSize 5hp/1720hp 208- 230/1/60 // Belt Size 650/BX50/5L530 Carrier RTU (Small Room) Roof Top North Center// Model #50FC- MO7A2B5AOAOAO//Motor Size 3/4 hp// 208-230/3/60 // BeltSize A38/AX38/4L00 ICP RTU-3 (Main Entrance) Roof Top Unit //Size: 5 Tons // Model RAV060HGFAOAAAA //208-230/3/60 // Belt Size A40/AX40/4L420 Trane Air Handler(AHU-1)// Computer Access (2nd FI) // Model # MCC-14 // Northwest corner// Freon — Chiller Water // Belt Size BX46 // Filter Size 16x20x2// Trane Chiller(CH-1) 56 Tons //Computer Carolyn Sims Center Access (2nd Fl A/C Rm) Outside NW Corner// Model # CGAF-60// Freon Chilled Water// Freon R410A Trane Air Handler (AHU-2)Computer Access (2nd Fl NC Rm) Model # MCC-17 // NW Corner 2nd Fl. // Freon - Chilled Water// Belt Size B59 // Filter 16x20x2 Condenser Building GREE Model # Sara Sims Park LIVS12HP115V1BO// Unit Size 1 Ton // Freon 410A//Yr-2019// GREE Air Handler Model# LIVS12HP115V1 BH // Unit Size — 1 Ton // Freon 410A//Yr— 2019. RFP No.25-058R—HVAC Equipment,Maintenance, Products, 29 Services and Repairs Contractor YY OR, r z City of Boynton Beach �~'�� Purchasing Division Palm Beach Memorial Park ICP Model# PAD460000K000D1 // Unit (Cemetery) Size—4 Tons // Freon —410A Trane Air Handler 1st floor/ Model # Fire Station #1 CSAA017UAL00 Bard Unit (AC-1) Facilities Breakroom // Fire Station #2 Year 2002 // unit Size 1.5 Tons// Model # W18A2-AO5 // Freon —410 // Goodman Air Handler(AHU-1)// Facilities Breakroom // Model #2305189424 //Size —5 Tons// Freon —410A// Goodman Condenser Unit (CU-1) Facilities Office West San. Office // Model # GSXN406010AA//Yr: 2023//Size—5 Tons// Goodman Air Handler(AHU-2)// East San. Office// Model #ARUF29B14AC // Unit Size 2 Tons // Freon 410A// Goodman Condenser Unit (CU-2) East San. Office// Model # GSX14024126 // Size—2 Tons// Freon 410A// Trane Condenser(CU-1)//Computer Fire Station # 3 Access (Entire Fire House) Model # RAUJC40EBC03000020//Yr: 2016 // Size 40 Tons // Freon - Chilled Water// Fan Size 41.4RLA Elec: 208/3/60 // Trane Air Handler(AHU-1) Model # MCC8035UAOAOUB // Fan Motor Size 25 hp/1740 rpm // Elec: 208/3/60 // Belt Size B63 / 5L660 // Filter Size 24x24x2 / 20x24x2. ICP Condenser Unit (CU-2)// NW side of bldg., Year: 2022; Size— 3 Tons // Model # NHA360GHC300 // Fan Size 128 LRA// 208/3/60 // Trane Air Handler (AHU-2)// NW Side of Bldg., Year- 2005 // Freon —410A// Model # MCCB008UAOCOVA// Fan Size 17.5BLA// Motor Size — 5hp/1725rpm // 208/3/60 // Belt Size B58 / Filter Size 20x20x2. // ICP Air Handler(AHU-2)/Yr—2022 // Size—5 Tons // Model # FASO72MAAAOAOAA// Fan Size— Fire station #4 2.5FLA// Motor Size 3/4hp/1725rpm // 208/3/60 // Belt Size A-44 // Filter Size 16x20x1 and 20x20x1 // ICP Condenser Unit (CU-2) NW Side of Bldg., // Model # CAS072HAAOA00AA// Yr: 2022 // Size — 5 Tons// Fan Size 19.8RLA// Motor Size 1/6hp//208/3/60// Trane Condenser Unit (CU-2)//Yr: 2005 //Size— 10 Tons // Model # RFP No.25-058R—HVAC Equipment,Maintenance, Products, 30 Services and Repairs Contractor V°! O Z O Y City of Boynton Beach '°�°`P Purchasing Division TTA120B30SEA// Freon — R-22 // Fan Size 128LRA//208/3/60// Trane Air Handler (AHU-2)// Model # MCCB008UAOCOUA//Yr: 2005// Unit Size— 10 Tons// Freon — R-22 // Fan Size 17.5 FLA// Motor Size 5hp/ 1725 rpm // 208/3/60 // Belt Size B58// Filter Size 20x20x2 // Trane Condenser Unit (CU-1) NW side of Bldg., Model # 2TTA0072A3000AA Freon - R-22 // Fan Size 19.8RLA// Motor Size 1/6 hp// 208/3/60 // Trane Air Handler(AHU-1)//Yr: 2005// Unit Size—5 Tons// Model # TWE060A300EL // Freon— R-22 // Fan Size 2.5FLA// Motor Size 3/4hp/ 1725 rpm //208/3/60// Belt size A-44 // Filter Size 16x20x1 //20x20x1. Trane Chiller (CH-1)// East Side of Site// Year—2025 // Unit Size—70 Tons// Model # CGAM070F2 // Freon —410A// Trane Air Handler(AHU-1)// 1st Fl. Mech Rm., // Model # MCCB010UAOAOUA// Unit CFM —4900 cfm // Fan Size 7.5 hp /1750rpm //460v/3p/60hz// Belt Size— B33/BX33 // Filter Size 20x25x2// Trane Air Handler(AHU-2)// 1St Fl Mech Rm // Computer access// Location FS5 & City Hall // Model # MCCB010UAOAOUB // Unit CFM —4000 cfm // Motor Size 7.5hp/1750rpm //460v/3p/60hz// Belts Size— B34/BX34 // Filter Size 20x25x2 // Trane Air Handler (AHU-3)//Computer Access// Location — FS5 & City Hall // 1St Fl Mech Rm // Model # MCCB010UAOAOUA// Unit CFM —4250 Fire Station # 5 cfm // Fan Motor Size 7.5hp/ 1750rpm // 460v/3p/60hz// Belt Size— B33/BX33 // Filter Size 20x25x2// Trane Air Handler(AHU-4)//2nd Fl Mech Rm //Computer Access // Location FS5 and City Hall // Model # MCCB012UAGAOUA// Unit CFM —4070 cfm // Motor Size 7.5hp //460v/3p/60hz// Belt Size B36 / BX36 // Filter Size 20x20x4 // Trane Air Handler (AHU-5)//2nd Fl. ITS // Computer Access FS5 and City Hall // Model # LPCAA06// Unit CFM 1700 cfm // Fan Motor Size—2hp //460v/3p/60hz// Belts Size A44/AX44 Filter Size 20x25x2 // Trane Air Handler (AHU-6)1/2nd Fl. Dispatch //Computer access FS5 and RFP No.25-058R—HVAC Equipment,Maintenance, Products, 31 Services and Repairs Contractor Cityof BoyntonBeach ��." Purchasing Division City Hall //Model # LPCAA06 // Unit CFM —2100 cfm // Fan Motor Size 2hp// 460v/3p/60hz// Belt Size A44*AX44 // Filter Size 20x25x2 // Trane Condenser Unit (CU-7)// 1St Fl Gear Deco Rm // Computer access & Location FS5 & City Hall // Model # 2TTA3042A4000BA// Freon — R22// 460v/3p/60hz// Trane Air Handler (AHU-7)// 1st Fl Gear/Decon Rm // Model # MCCB003UA0A0uA// Unit CFM —600 cfm // Motor Size 1 hp/1750rpm // 460v/3p/60hz// Belt Size 4L420 // Filter Size 20x25x2. CU 1 TTA240E40SAA 13164KCFTA (20- Utilities Administration Building ton unit) Trane (CU2) TTA240B400GA 14223NR4TA (20-ton unit) Trane (AHU1) MCCA012ABHOCB k99E01351N (20-ton unit) Trane (AHU2) MCCA014BBJOCOFA k99EO1358N (20-ton unit) Mitsubishi (AHU3) MSY-GE12NA (Mini split) Mitsubishi (CU3) MUY-GE 12NA (Mini split) American Standard (CU4) East Water Treatment Plant 2TTA0042A3000AA 4382RDA3F Bard (BD7) WA484C09B Trane (AHU4) Payne P F 1 M N M NA048000 4501A56446 Trane (ACC1-1) RAUJC504BB13BD Cl 1H05008 Trane (ACC1-1) RAUJCBB130BD American Standard (RTU5) TSC120F3EOA01 121813541L Trane (CU6) 4A7A50036E100AC 1292U7N5F Trane (AHU6) GAF3AQA Trane (ACC1-1) RAUJC504BB130BD C11H05008 Trane (AHU1-1) MCC Carrier (RTU1-2) 50HJ-020-GC60-BB West Water Treatment Plant 2107G10093 Carrier (RTU2-1) 50HJ-006-E631 1507G10559 Carrier (RTU 2-2) 50HJ-028-HC-BB 1407G40016 RFP No.25-058R—HVAC Equipment,Maintenance, Products, 32 Services and Repairs Contractor a O City of Boynton Beach 0`4?°`Q Purchasing Division Master Lift Station # 309 Trane FE4ANB006LOOABAA 1217A8481 Three Million Gallon Tank Bldg. Mitsubishi MSZ-JP09WA The City reserves the right to add a facility(ies) as necessary. 2.10 INSPECTIONS SCHEDULE PREVENTITIVE MAINTENANCE: A. Air Cooled Chillers Inspection Schedule (Police Dept., Fire Station 5, Carolyn Sims Center) Quarterly /Annual Maintenance Includes: • Report to Customer upon arrival. • Inspect overall unit condition. • Check all compressors and motors for proper amp draws • Check all oil levels, check for contamination, and note on report • Check all wiring terminals and tighten as needed • Check all contactors for wear and pitting • Check all Connections on relays • Check the operation sequence of chiller, adjust controls as required • Check all safety controls and verify operation • Check all oil heaters for operation • Check operating pressures of each circuit and record • Check and adjust all belts as required • Check all bearings and grease as needed • Check all compressors for visual leaks of oil or Freon • Inspect condenser fins for damage and / or problems • Check entering air and leaving air of condenser • Check interlock controls with pumps • Clean condenser coils (annually) • Oil samples (annually) B. Rooftop & Split Systems Units: - (Quarterly) • Check all control wiring for problems • Check and record all compressor run loads amps • Check all contactors and relays for operation and terminal connection • Check an safety controls for operation and terminal connection, adjust as required. • Check all condenser fan motors for operation and oil as required RFP No.25-058R—HVAC Equipment,Maintenance,Products, 33 Services and Repairs Contractor City of Boynton Beach Purchasing Division • Check condenser motor blades • Check all evaporator fan motors for operation and oil as required • Inspect evaporator blower assembly, grease bearings • Check all evaporator belts for alignment and adjust • Inspect evaporator coil and clean as required • Chemically clean evaporator and condenser coils (annually) • Inspect drain pan and clean as required • Provide filter and labor for one (1)filter change per quarter • Check condenser coils for damage and visible leaks • Check all evaporators for leaks • Inspect all internal and external piping • Provide annual acid and moisture test for each compressor circuit • Inspect for abnormal operational vibration and correct as required • Check operation of thermostat and calibrate as required C. Air Handlers: (Quarterly) • Check motor and record amp draw • Check starter for operation and wiring terminations • Check belts for alignment and adjust as required • Check all bearings and grease as required • Visual inspection of shaft condition, report problems • Check and record entering and leaving air temperatures • Check operation of chill and hot water valves, note leaks • Verify drain operation and clear any obstructions • Chemically clean coil (annually) • Install pan tabs as required • Inspect filters and log conditions • Check and recalibrate static pressure sensors • Check and recalibrate humidity controls as required • Check variable speed drives for normal operation D. Building Automation (Quarterly) Ezell Hester Park Community Center • Check all sensors for range and operation • Calibrate sensors as needed • Check all wiring and adjust as needed • Check all controllers for operation • Go over programming with onsite personnel • Check data trend for HV AC equipment • Check all set points and adjust as required • Check all pneumatic to electric switches for proper pressure E. Pumps • Check motor and record amp draw • Check seals for leaks and or excessive wear • Check inboard and outboard bearings and grease as needed• • Visual inspection of alignment of motor to pump • Inspect coupler for proper wear and alignment • Visual inspection of starter for each pump, check wiring and tighten as required RFP No.25-058R—HVAC Equipment,Maintenance, Products, 34 Services and Repairs Contractor Y 0! ro(Y, City of Boynton Beach °,."'O°"P Purchasing Division • Check pump base for condition and proper drainage • Check insulation on pump headers and end bells • Check all setscrews and keyways • Check and record pump pressures if gauges are present F. Filters • All filters in all facilities will be replaced with pleated filters on a quarterly basis. G. VAV Boxes (Annually) • Change filters and check heat • Check all controllers for normal operation • Check all wiring terminals and tighten as needed • Check motor and record amp draw 2.11 ESTIMATED BUDGET The estimated budget for this project is Three Hundred Thousand Dollars per contract year. RFP No.25-058R—HVAC Equipment,Maintenance,Products, 35 Services and Repairs Contractor City of Boynton Beach Purchasing Division CITYWIDE HEATING, VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS RFP No. 25-058R SECTION III - SUBMISSION OF PROPOSALS 3.1 GENERAL REQUIREMENTS The Technical Proposal aims to demonstrate the qualifications, competence, and capacity of the Firms seeking to undertake the requirements of this RFP. As such, the substance of the Proposal will carry more weight than its length, form, or manner of presentation. The Technical Proposal should demonstrate the qualifications of the Proposer and the particular staff to be assigned to this engagement. It should also specify an approach that will meet or exceed the RFP requirements. The selected Contractor(s) shall provide sufficient organization, personnel, and management to carry out the requirements of this RFP expeditiously and economically, consistent with the City's needs. Additionally, the Contractor will be required to demonstrate recent experience successfully completing services similar to those specified in this RFP. 3.2 CERTIFICATION AND LICENSES Proposers must include copies of all applicable certificates, licensing, or business permits related to the Work specified in the scope of work with their proposals. 3.3 DETAILED PROPOSAL Each of the five (5) sections listed below shall be completed online through the e- procurement system. ALL PROPOSAL FORMS ARE TO BE COMPLETED ONLINE 1. Letter of Interest The Letter of Interest shall summarize the Proposer's primary qualifications and a firm commitment to provide the proposed services. 2. Firm's Qualifications a. Complete and submit the Proposer's Qualification Statement. b. Proof of authorization (SUNBIZ) from the Florida Secretary of State to transact business in the State from prime and supporting firms. c. Describe the Firm and provide a statement of the Firm's qualifications for performing requested services within South Florida. d. Identify the services that your Firm's staff would complete e. Identify any subcontractors you propose to utilize to supplement your Firm's staff. f. If the Principal place of business is different than the location specified in the Proposer's Qualification Statement, then the proposer shall specify the office location where each project will be managed and produced. 37 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs Of, z � City of Boynton Beach '°� Purchasing Division 3. References — Past Performance Provide a list of three (3) governmental agency or private sector references or similar contracts for which the Proposer has completed or is in progress within the past five (5) years with the following information: a. Name of Agency b. Address c. Contact Name, Email Address d. Telephone Number The City is interested in learning about other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact people must be informed that they are being used as a reference and that the City, or their designee will be contacting them for information. Selection Committee Members or designee may email or call each reference up to three (3) times. If there is no answer after the third attempt, the City may apply no points for that project experience. 4. Submittal of General Information and Procurement Forms and Documents Procurement forms must be completed, signed, notarized when required and uploaded to Bids & Tenders. In addition, all other requests and supporting documentation should be submitted as part of the proposal. 5. The Price Proposal Sheet is for informational purposes only. The prices for all items and labor shall be entered into Bids & Tenders pricing tables. THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY 38 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs City of Boynton Beach or.ot. Purchasing Division CITYWIDE HEATING, VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS RFP No. 25-058R SECTION IV— EVALUATION OF PROPOSALS 4.1 EVALUATION METHOD AND CRITERIA A preliminary evaluation of each Proposal will be conducted by the City's Purchasing Division Agent or Designee through the City's electronic e-procurement system Boynton- beach.bidsandtenders.net. This evaluation determines if the Proposal is responsive to the submission requirements as outlined in this solicitation based on the information provided about your firm. A responsive Proposal follows the solicitation requirements, includes all documentation, is submitted in the format outlined in this solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non-responsive. The City will assemble an Evaluation and Selection Committee, herein referred to as "Selection Committee," comprised of City staff and an outside Contractor(s), if deemed necessary. The Selection Committee may utilize the City's e-procurement system to electronically evaluate all submittals based on the information provided and criteria as set forth in this solicitation. The City's Selection Committee will act in what they consider to be the best interest of the City and its residents. Price shall not be the sole determining factor for selection. The selection of the best-qualified Respondent(s) will be based on whether the Respondent(s) are responsible and responsive, which means a Firm that has submitted a proposal that conforms in all material respects to the requirements in this RFP. The criteria provided below is provided to assist the Proposer in the allocation of their time and efforts during the submission process. These criteria serve as the evaluation framework used by the Evaluation Committee during both the scoring and, if applicable, the shortlisting process. Please note vendors must be able to provide all items listed through 5, to be considered responsive. # Proposal Evaluation Criteria Possible Weight Point Range (%) Compliance with Request for Proposals [Mandatory] Requirements (Responsiveness) Experience: Minimum of 5 years providing 1. services within the scope of work to municipalities, 0 - 20 10% organizations, businesses 2. Managerial Expertise and Capacity: Personnel and supervisors to be assigned to the project, education, 0 - 20 30% capabilities, qualifications, and experience with similar projects in the State of Florida 3. Operational Ability: Quality of the operational approach, including staffing, hours of operation, 0 -20 20% inventory management, facility maintenance, and compliance with City requirements. 39 RFP No 25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs City of Boynton Beach ' Purchasing Division Implementation and Timeline: Ability to meet the 4. breadth of City's needs and timeline requirements for 0-20 15% scheduled and emergency services Proposed Costs: This refers to the proposed schedule included in the RFP. Each location has a 5. separate charge. The City reserves the right to award 0-20 20% to more than one vendor if seen in the City's best interest. (Please note that price is only one factor for consideration of award). Local Business Preference: Proposer is a registered 6. business with a physical address in the City of 0 or 5 5% Boynton Beach. Documentation must be provided. Total Proposal Points 105 100% Presentations-If requested 0-25 25 Local Business Preference In accordance with City of Boynton Beach Administrative Policy No. 10.16.01, a local business preference of five percentage points (5%) of the total evaluation score shall be applied for businesses located within the City of Boynton Beach. To receive this preference: • Respondents must submit the Local Business Status Certification Form with their proposal. • Failure to submit this form at the time of submittal will result in zero (0) points awarded for this criterion. • Qualifying firms will receive 5 points from each Evaluation Committee member. • Firms not meeting the requirements will receive zero (0) points. Note: This preference is not applicable where prohibited by local, state, or federal grant funding. Offeror's price and cost proposals: This refers to the proposed schedule included in the RFP. Each location has a separate list of equipment. The City reserves the right to award to the proposer that is seen to be in the City's best interest. (Please note that price is only one factor for consideration of award). Firm A: Proposed Price $20,000 Percentage = 100% X Weight (20) = 20 Points Firm B: Proposed Price $25,000 Percentage = 80% X Weight (20) = 16 Points Firm C: Proposed Price $28,000 Percentage = 71% X Weight (20) = 14.2 Points Firm B's percentage is $20,000 ± $25,000 = 80% of maximum points Firm C's percentage is $20,000 = $28,000 = 71% of maximum points 4.2 QUALITATIVE GUIDELINES FOR ASSIGNING AWARD POINTS TO EVALUATION CRITERIA EVALUATION CRITERIA 40 RFP No.25-058R—Citywide HVAC Equipment, Maintenance,Products, Services and Repairs City of Boynton Beach ' ' °`P Purchasing Division Each Evaluation Committee Member shall award a rating of 1 to 20 for each category based upon each member's assessment of Proposers response to the criteria. The following qualitative guidelines: • 20 -Outstanding Response: Highly comprehensive, excellent reply that meets all the requirements of the areas within that category. In addition, the response covers areas not originally addressed within the RFP category and includes additional information and recommendations that would prove both valuable and beneficial to the agency. This response is considered to be an excellent standard, demonstrating the Proposer's authoritative knowledge and understanding of the project. • 17-19 Excellent Response: Provides useful information, while showing experience and knowledge within the category. The proposal is well thought out and addresses all requirements set forth in the RFP. The Proposer provides insight into experience, knowledge and understanding of the subject. • 15-16 Good Response: Meets all the requirements and has demonstrated in a clear and concise manner a thorough knowledge and understanding of the subject matter. This response demonstrates an above average performance with no apparent deficiencies. • 13-14 Fair Response: Meets the requirements in an adequate manner. This response demonstrates an ability to comply with guidelines, parameters, and requirements with no additional information put forth. • 1-12 Inadequate Response: Minimally meets the requirements for the Evaluation Criteria as set forth in the • 0-Failed Response/ No Response (no points awarded): Does not meet the requirements for the Evaluation Criteria set forth in the RFP. LOCAL PREFERENCE • 5 - Business is located in the City limits of Boynton Beach • 0 - Business is located outside the City limits of Boynton Beach 4.3 ORDINAL RANKING The Evaluation Committee may decide collectively to exercise the option of Ordinal Ranking, in which evaluators rank proposals from best to least favorable based on overall quality, innovation, and feasibility. If ordinal ranking is used, the following criteria will apply: • The highest-ranked vendor will be recommended for the contract award. • The City would negotiate with the top-ranked proposer(s)to finalize contract details before presenting the final contract to the City Commission for approval. 4.4 ADDITIONAL CLARIFICATION The City reserves the right to seek clarification from any or all Proposers if the information received during the evaluation process requires further explanation. Clarifications may be 41 RFP No 25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs I+ x City of Boynton Beach °`''° Purchasing Division requested either before or after shortlisting, depending on what the Evaluation Committee determines to be in the best interest of the City. 4.5 BEST AND FINAL OFFER A process requested from one proposer or short-listed proposers for their best price(s)for a specific solicitation before determining a contract award. This shall be at the discretion of the Evaluation Committee. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions may be permitted after submissions. The City reserves the right to request Best and Final Offers from any or all Proposers if it is determined that further revisions to the proposal, including the proposed price, are necessary. 4.6 SELECTION PROCESS A. An Evaluation Committee consisting of the City's staff members, and may include outside Contractors as deemed necessary, will review each written submission to ascertain whether the provider is qualified to render the required services according to State regulations and the requirements of this RFP. B. This weighted criterion is the evaluation framework the EC uses during the shortlist and scoring process. C. The Evaluation Committee review of proposals meeting will be scheduled and publicly noticed and is open to anyone who wants to attend. All EC members scores may be electronically opened and read aloud for discussion among the Evaluation Committee members. D. The Evaluation Committee may, at its sole discretion, request discussions or interviews or require presentations, additional information, or clarification of any information submitted by Respondent(s). E. The Evaluation Committee may establish equal time limits for all firms as necessary to facilitate its evaluation. If conducted and after the completion of the discussions, interviews, or presentations, the Committee will utilize the presentation points outlined above. F. After the final rankings are determined, the City staff or evaluation committee will initiate negotiations with the top-ranked firm. G. Once an acceptable contract is finalized, which may include a Best and Final Offer, the respective department will prepare an agenda item which will be presented with the final contract to the City Commission for final approval and signature. H. The City reserves the right to include additional provisions if the inclusion is in the City's best interest, as determined solely by the City. I. CONTACT WITH ANY PERSONNEL OF THE CITY OF BOYNTON BEACH OTHER THAN THE PROCUREMENT REPRESENTATIVE DURING THE SOLICITATION, EVALUATION AND AWARD PROCESS REGARDING THEIR REQUEST FOR PROPOSALS MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. 42 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs oe't mz 0V City of Boynton Beach 'oma Purchasing Division CITYWIDE HEATING, VENTILATION, & or indirectly, sought by a person to fix AIR CONDITIONING EQUIPMENT, the price or prices in the proposal MAINTENANCE, PRODUCTS, submission form or of any other SERVICES AND REPAIRS proposer, or to fix any overhead RFP No. 25-582R profit, or cost elements of the proposal price of any other SECTION V— STANDARD GENERAL responder, or to secure through any TERMS AND PROVISIONS collusion, conspiracy, connivance, or Unless otherwise agreed to by the City of unlawful agreement any advantage Boynton Beach ("City"), the following against any other proposer, or any Standard Terms and Conditions are person interested in the proposed applicable to this solicitation and the work. The proposer certifies there resulting Agreement. The term "vendor," as has been no collusion with any other used below, may collectively apply to firm or employees from any other firm vendors, bidders, proposers, Contractors, who will be submitting a proposal on and Sub-Contractors. the same project. 5.3 LEGAL CONDITIONS 5.1 FAMILIARITY AND COMPLIANCE Proposers are notified to familiarize WITH LAWS, CODES AND themselves with the provisions of the REGULATIONS: law of the State of Florida relating to Before submitting a proposal to this the hours of labor on municipal work RFP, proposers shall comply with all and with the provisions of the laws of federal, state, and local laws, the State of Florida and the Charter ordinances, and regulations and Ordinances of the City of applicable to the services Boynton Beach. contemplated herein, including those 5.4 CONFLICT OF INTEREST applicable to conflict of interest and collusion. The award is subject to all conflict-of- interest provisions of the City of Proposers must familiarize Boynton Beach, Palm Beach County, themselves with all federal, state, and of the State of Florida. local laws, ordinances, codes, and 5.5 ADDITIONAL HOURS regulations that may in any way affect QUANTITIES the goods/services offered and any other applicable federal requirements The City reserves the right to acquire now in effect or imposed in the future. additional hours or quantities of the Lack of knowledge by the Proposer requested proposal services at the shall not be a cause for relief from prices proposal in this solicitation. responsibility. If additional quantities are not 5.2 NON-COLLUSION acceptable, the price proposal sheets Proposer shall not collude, conspire, must be noted: "PROPOSAL IS FOR connive, or agree, directly or SPECIFIED QUANTITY ONLY". indirectly, with any other proposer, 5.6 DISPUTES firm, or person to submit a collusive or sham response in connection with In case of any doubt or difference of the work for which the response has opinion as to the items to be been submitted or to refrain from furnished hereunder, the decision of responding in connection with such the City Manager shall be final and work or have in any manner, directly binding on both parties. 43 RFP No.25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs m . City of Boynton Beach '� Purchasing Division 5.7 LEGAL REQUIREMENTS: 5.10 PURCHASE ORDER REQUIRED: Proposer shall comply with all The City will not accept any goods Federal, State, County, and City delivered or services performed laws, ordinances, rules, and unless a duly authorized purchase regulations that in any manner affect order has been issued for said goods the items covered herein apply. Lack and/or services. The purchase order of knowledge by the Proposer will in number must appear on all invoices, no way be a cause for relief from packing slips, and all responsibility. correspondence concerning the 5.8 ON PUBLIC ENTITY CRIMES order. All Request for Proposals as defined 5.11 COMPLIANCE WITH by Section 287.012(11), Florida OCCUPATIONAL SAFETY AND Statutes, requests for proposals as HEALTH: defined by Section 287.012(16), The Proposer certifies that all Florida Statutes, and any contract material, equipment, etc., contained document described by Section in this proposal meets all O.S.H.A. 287.058, Florida Statutes, shall requirements. Proposer further contain a statement informing certifies that if awarded as the persons of the provisions of Contractor, and the material paragraph (2)(a) of Section 287.133, equipment, etc. delivered is Florida Statutes, which reads as subsequently found to be deficient in follows: any O.S.H.A. requirement in effect on the date of delivery, all costs "A person or affiliate who has been necessary to bring the materials, placed on the convicted vendor list equipment, etc., into compliance with following a conviction for public entity the aforementioned requirements crime may not submit a proposal on shall be borne by the Proposer. a contract or provide any goods or services to a public entity, may not Proposer certifies that all employees, submit a proposal on a contract with subcontractors, agents, etc. shall a public entity for the construction or comply with all O.S.H.A. and State repair of a public building or public safety regulations and requirements. work, may not submit proposals on 5.12 PALM BEACH COUNTY leases of real property to a publicINSPECTOR GENERAL: entity, may not be awarded or perform work as a contractor, The Proposer and, if awarded supplier, subcontractor, vendor, or Contractor, is aware that the Contractor under a contract with any Inspector General of Palm Beach public entity, and may not transact County has the authority to business with any public entity in investigate and audit matters relating excess of the threshold amount to the negotiation and performance of provided in Section 287.017, for any Agreement resulting from this CATEGORY TWO for a period of 36 solicitation and, in furtherance months from the date of being placed thereof, may demand and obtain on the convicted vendor list". records and testimony from the 5.9 FEDERAL AND STATE TAX: Contractor and its sub-contractor and lower-tier sub-contractors. The City of Boynton Beach is exempt from Federal and state taxes. The Consultant understands and agrees that in addition to all other 44 RFP No.25-058R—Citywide HVAC Equipment, Maintenance, Products, Services and Repairs QTY°A. 0 T 0 u City of Boynton Beach �''��°`c Purchasing Division remedies and consequences and complies with all laws provided by law, the failure of the prohibiting discrimination. Consultant or its sub-consultants or B. During the performance of the lower-tier sub-consultants to fully Agreement, the Consultant cooperate with the Inspector General and its sub-consultants shall when requested may be deemed by not discriminate against any the municipality to be a material employee or applicant for breach of this Agreement justifying its employment because of race, termination. color, sex, including 5.13 OTHER AGENCIES pregnancy, religion, age, national origin, ancestry, Any Agreement(s) resulting from this marital status, political RFP and from this submitted affiliation, familial status, proposal may, upon mutual sexual orientation, gender agreement, permit any municipality identity, expression, or or other governmental agency to disability if qualified. participate in the Agreement under C. The Consultant will take the same prices, terms, and affirmative action to ensure conditions if agreed to by both that employees and those of parties. its sub-consultants are treated during employment, It is understood that at no time will without regard to their race, any city, county, municipality, or other color, sex, including agency be obligated to place an order pregnancy, religion, age, for any other city, county, national origin, ancestry, municipality, or agency, nor will any marital status, political city, county municipality, or agency affiliation, familial status, be obligated for any bills incurred by sexual orientation, gender any other city, county, municipality, or identity, expression, or agency. disability if qualified. D. Such actions must include, Further, it is understood that each but not be limited to, the agency will issue its own purchase following: employment, order or contract to the awarded promotion; demotion or Proposer(s). transfer; recruitment or 5.14 VENUE AND GOVERNING LAW: recruitment advertising, layoff or termination; rates of pay or Any and all legal actions arising from other forms of compensation; or necessary to enforce this and selection for training, solicitation and resulting Agreement including apprenticeship. will be held exclusively in Palm E. The Consultant and its sub- Beach County and shall be consultants shall agree to interpreted according to the laws of post in conspicuous places, Florida. available to its employees 5.15 NON-DISCRIMINATION & EQUAL and applicants for OPPORTUNITY EMPLOYMENT employment, notices to be provided by the contracting A. The City is committed to officer setting forth the assuring equal opportunity in provisions of this awarding orders/contracts nondiscrimination clause. 45 RFP No.25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs O = O City of Boynton Beach `4'o. Purchasing Division F. The Contractor further agrees ma LOBBYING - CONE OF SILENCE: that they will ensure that all Consistent with the requirements of sub-consultants, if any, will be Chapter 2, Article VIII, Lobbyist made aware of and will Registration, of the Palm Beach comply with this County Code of Ordinances, Boynton nondiscrimination clause. Beach imposes a Cone of Silence. A G. The Contractor understands cone of silence shall be imposed and agrees that a material upon each competitive solicitation as violation of this section shall of the deadline to submit the be considered a material proposal, or other response and shall breach of this solicitation and remain in effect until the City the resulting Commission awards or approves a agreement/contract and may contract, rejects all responses, or result in termination of the otherwise takes action that ends the agreement/contract, solicitation process. While the cone disqualification, or debarment of silence is in effect, no Proposer or of the company from its agent shall directly or indirectly participating in City contracts, communicate with any member of or other sanctions. City Commission or their staff, the 5.16 INDEPENDENT CONTRACTOR Manager, any employee of Boynton RELATIONSHIP: Beach authorized to act on behalf of The Proposer and, if awarded Boynton Beach in relation to the Contractor, is, and shall be, in the award of a particular contract or performance of all work, services, member of the Selection Committee and activities under this solicitation in reference to the solicitation, with and the resulting Agreement, an the exception of the Purchasing independent Contractor and not an Manager or designee. (Section 2-355 employee or agent of the City. All of the Palm Beach County Code of persons engaged in any of the work Ordinances.) Failure to abide by this or services performed pursuant to the provision may serve as grounds for Agreement shall, at all times and in disqualification for the award of all places, be subject to the contract to the Proposer. Further, any Consultant's sole direction, contract entered into in violation of supervision, and control. The the cone of silence shall render the Consultant shall exercise control over transaction voidable. the means and manner in which it and its employees perform the work, The cone of silence shall not apply to and in all respects, the Consultant's oral communications at any public relationship, and the relationship of proceeding, including pre-proposal its employees,to the City shall be that of an independent contractor and not conferences, oral presentations as employees or agents of the City. before Selection Committees, contract negotiations during any 5.17 OMISSION OF DETAILS public meeting, presentations made to the City Commission, and protest Omission of any essential details hearings. Further, the cone of silence from the terms or specifications shall not apply to contract contained herein will not relieve the negotiations between any employee responding Firm of supplying such and the intended awardee, any product(s) or service as specified. dispute resolution process following the filing of a protest between the 46 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs 'Op ,. City of Boynton Beach '��° Purchasing Division person filing the protest and any operations with Syria. In accordance employee, or any written with Section 287.135, Florida correspondence with Boynton Beach Statutes, as amended, a company is as may be permitted by the ineligible to, and may not, bid on, competitive solicitation. Additionally, submit a bid for, or enter into or renew the cone of silence shall not apply to a contract with any agency or local any purchases made in an amount governmental entity for goods or less than the competitive solicitation services of: threshold set forth in the Purchasing Any amount of, at the time bidding on, Manual. submitting a bid for, or entering into 5.1e LEGAL EXPENSES: or renewing such Agreement, the company is on the Scrutinized The City shall not be liable to a Companies that Boycott Israel List, Proposer for any legal fees, court created pursuant to Section costs, or other legal expenses arising 215.4725, Florida Statutes, or is from the interpretation or engaged in a boycott of Israel; or enforcement of the Agreement, or One million dollars or more if, at the any other matter generated by or time of bidding on, submitting a bid relating to the Agreement. for, or entering into or renewing such 5.20 NO THIRD-PARTY Contract, the company: BENEFICIARIES: Is on the Scrutinized Companies with Activities in Sudan List or the No provision of this RFP or Scrutinized Companies with Activities agreement/contract to follow with in the Iran Terrorism Energy Sector Consultant is intended to, or shall be List, created pursuant to Section construed to, create any third-party 215.473, Florida Statutes, or is beneficiary or to provide any rights to engaged in business operations in any person or entity not a party to the agreement/contract, including but not Syria. limited to any citizen or employees of 5.23 DISCRIMINATORY VENDOR LIST the City and/or Proposer. An entity or affiliate who has been 5.21 DIRECT OWNER PURCHASES: placed on the discriminatory vendor The City reserves the right to issue list may not: obtain an purchase orders for materials to agreement/contract to provide goods either the or services to a public entity; Contractor/Consultant/Vendor or the construct or repair of a public building City's suppliers for or public work; lease real property to contracts/construction/public works- a public entity; award or perform work related materials when deemed in the as a vendor, supplier, or vendor City's best interest. under agreement/contract with any public entity; nor transact business 5.22 SCRUTINIZED COMPANIES: with any public entity. The Florida By submission of a proposal for this Department of Management Services solicitation, Contractor, its principals, is responsible for maintaining the or owners, certify that they are not discriminatory vendor list and intends listed on the Scrutinized Companies to post the list on its website. that Boycott Israel List, Scrutinized Questions regarding the Companies with Activities in Sudan discriminatory vendor list may be List, Scrutinized Companies with directed to the Florida Department of Activities in the Iran Terrorism Energy Management Services, Office of Sector List, or is engaged in business Supplier Diversity at (850) 487-0915. 47 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs 6r�e • T O � City of Boynton Beach Purchasing°`` Purchasing Division 5.24 NON-EXCLUSIVE 5.28 DRUG-FREE WORKPLACE As may be applicable, the City The Contractor shall implement and reserves the right to acquire some or maintain a drug-free workplace all of these goods and services program of at least the following through a State of Florida contract items: pursuant to the City's Procurement A. Publish a statement notifying Policy, provided the State of Florida employees that the unlawful contract offers a lower price for the manufacture, distribution, same goods and services. This dispensing, possession, or reservation applies both to the initial use of a controlled substance award of this solicitation and to is prohibited in the workplace acquisition after an and specifying the actions agreement/contract may be awarded. that will be taken against Additionally, the City reserves the employees for violations of right to award other agreements for such prohibition. goods and services falling within the B. Inform employees about the e of this solicitation and resultant dangers of drug abuse in the scope workplace, the Proposer's Agreement when the specifications policy of maintaining a drug- differ from this solicitation or resultant free workplace, any available Agreement, or for goods and services drug counseling, specified in this solicitation when the rehabilitation, and employee scope substantially differs from this assistance programs, and the solicitation or resultant Agreement. penalties that may be imposed upon employees for 5.25 BUSINESS INFORMATION drug abuse violations. If a proposing firm is a Joint Venture C. Give each employee engaged for the goods/services described in providing the services that are under contract a copy of herein, the Proposer shall, upon request of the City, provide a copy of the statement specified in Item A above. the Joint Venture Agreement signed by all parties. D. In the statement specified in Item A above, notify the 5.26 AGREEMENT employees that, as a Proposer agrees that by submitting a conditionrvesthatof providing the proposal that is accepted by the City services are under of Boynton Beach, a binding contract, the employee will abide by the terms of the Agreement is formed in accordance with the City's terms, conditions, and statement and will notify the specifications as set forth in the Proposer of any conviction of, or plea purchase order unless otherwise of guilty or nolo agreed by the City and the Proposer. contendere to, any violation of The Proposer certifies that the Chapter 893, Florida proposal has been made by an officer Statutes, or of any controlled substance law of the United or employee having the authority to bind the Proposer. States or any state, for a violation occurring in the 5.27 ENDORSEMENTS workplace no later than five (5) calendar days after such No endorsements by the City of the conviction or plea. goods and/or services will be used E. Impose a sanction on or by the Proposer in any way, manner, require satisfactory or form. participation in a drug abuse 48 RFP No.25-058R—Citywide HVAC Equipment, Maintenance,Products, Services and Repairs Y�F G �V City of Boynton Beach Purchasing Division assistance or rehabilitation 5.31 RIGHTS IN DATA program, if such is available in the employee's Except if otherwise agreed to in community, for any employee writing, the City shall have exclusive who is so convicted or so ownership of, all proprietary interest pleads. in, and the right to full and exclusive F. Make a good faith effort to possession of all information, continue to maintain a drug- materials, and documents discovered free workplace through the or produced by Proposer pursuant to implementation of Section the terms of this solicitation, including 287.087, Florida Statutes but not limited to reports, memoranda 5.29 PROHIBITED or letters concerning the research TELECOMMUNICATIONS and reporting tasks required. EQUIPMENT 5.32 DOCUMENTATION OF COSTS Proposer represents and certifies All costs submitted shall be that Proposer and all Sub- supported by properly executed Contractors do not use any payrolls, time records, invoices, equipment, system, or service that vouchers, or other official uses covered telecommunications documentation evidencing in proper equipment or services as a detail the nature and propriety of the substantial or essential component of charges. All checks, payrolls, any system or as critical technology invoices, contracts, vouchers, as part of any system, as such terms are used in 48 CFR §§ 52.204-24 orders, or other accounting through 52.204-26. Proposer documents pertaining in whole or in represents and certifies that part to the resulting Proposer and all Sub-contractors contract/agreement shall be clearly shall not provide or use such covered identified and regularly accessible telecommunications equipment, and provided to the City upon system, or services during the Term. request. 5.30 PROHIBITION AGAINST 5.33 PUBLIC RECORDS CONSIDERING SOCIAL, Sealed documents received by the POLITICAL, OR IDEOLOGICAL City in response to a Request for INTERESTS IN GOVERNMENT Proposals are exempt from public CONTRACTING records disclosure until thirty (30) Proposers are hereby notified of the calendar days after the opening of provisions of section 287.05701, the RFP unless the City announces Florida Statutes, as amended, that intent to award sooner, in accordance the City will not request with Florida Statutes 119.071. documentation of or consider a Proposer's social, political, or The Contractor agrees that copies of ideological interests when any and all property, work product, determining if the Proposer is a documentation, reports, computer responsible Contractor. Proposers systems and software, schedules, are further notified that the City's graphs, outlines, books, manuals, governing body may not give logs, files, deliverables, photographs, preference to a Proposer based on videos, tape recordings, or data the Proposer's social, political, or relating to the Agreement which have been created as a part of the vendor's ideological interests. services or authorized by the City as 49 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs r-- . \ V ti City of Boynton Beach "'°'.°`, Purchasing Division a reimbursable expense, whether authorized by law for the generated directly by the Consultant, duration of the contract term or by or in conjunction or consultation and, following completion of with any other party whether or not a the Agreement, Consultant party to the Agreement, whether or shall destroy all copies of not in privity of contract with the City such confidential and exempt or the Consultant, and wherever records remaining in its located shall be the property of the possession once the City. Consultant transfers the Any material submitted in response records in its possession to to this solicitation is considered a the City; and public document in accordance with D. Upon completion of the Section 119.07, F.S. All submitted Agreement, Consultant shall information that the responding transfer to the City, at no cost Proposer believes to be confidential to the City, all public records and exempt from disclosure (i.e., a in Consultant's possession. trade secret or as provided for in All records stored Section 119.07, Chapter 688, and electronically by consultant Section 812.081, F.S.) must be must be provided to the City, specifically identified as such. Upon upon request from the City's receipt of a public records request for custodian of public records, in such information, a determination will a format that is compatible be made as to whether the identified with the information information is, in fact, confidential. technology systems of the City. The City is a public agency subject to E. Failure of the Contractor to Chapter 119, Florida Statutes. The comply with the requirements Contractir shall comply with Florida's of this Section, and other Public Records Law. Specifically, the applicable requirements of Consultant shall: state or federal law, shall be a material breach of the A. Keep and maintain public resulting Agreement. The City records required by the City to shall have the right to perform the service. exercise all remedies B. Upon request from the City's available to it for breach of custodian of public records, agreement/contract, including provide the City with a copy of but not limited to, the right to the requested records or terminate for cause. allow the records to be inspected or copied within a IF THE CONTRACTOR HAS reasonable time at a cost that QUESTIONS REGARDING THE does not exceed the cost provided in chapter 119, Fla. APPLICATION OF CHAPTER Stat. or as otherwise provided 119, FLORIDA STATUTES, TO by law. THE CONTRACTOR'S DUTY TO C. Ensure that puc recrds are PROVIDE PUBLIC RECORDS that are exempt or that are confidential and exempt from RELATING TO THIS public record disclosure AGREEMENT, CONTACT THE requirements are not disclosed except as 50 RFP No.25-058R—Citywide HVAC Equipment, Maintenance, Products, Services and Repairs G� o r� City of Boynton Beach '4.?, Purchasing°`P Purchasing Division CUSTODIAN OF PUBLIC RECORDS: 5.34 SOVEREIGN IMMUNITY Nothing contained herein is intended CITY CLERK'S OFFICE to serve as a waiver of sovereign 100 EAST OCEAN AVE. immunity by the City or as a waiver of BOYNTON BEACH, limits of liability or rights the City may have under the doctrine of sovereign FLORIDA, 33435 immunity or under Section 768.28, 561-742-6060 Florida Statutes. CityClerk(a bbfl.us THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK 51 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs Y 0. • 11\, _ City of Boynton Beach "'°«0- Purchasing Division CITYWIDE HEATING VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS RFP No. 25-058R SECTION VI - SPECIAL PROVISONS - TERM CONTRACT The Contractor will be responsible for supplying necessary labor for the completion of services outlined in this RFP by the City of Boynton Beach. The following special conditions shall apply to all Proposers and eventually to the Contractor (s) who are awarded the contract for these services. 6.1 ASSIGNMENT: Any contract issued pursuant to this request for proposal and the funds that may come due hereunder are not assignable except with the prior written approval of the City. 6.2 PERFORMANCE DURING EMERGENCY: The Contractor agrees and promises that immediately preceding, during, and after a public emergency, disaster, hurricane, flood, or act of God, the City shall be given "first priority" for all goods and/or services under the Agreement. The Contractor agrees to provide all goods and/or services to City immediately preceding, during, and after a public emergency, disaster, hurricane, flood, or act of God, at the terms, conditions, and prices as provided in this solicitation on a "first priority" basis. The Contractor shall furnish a 24-hour phone number to the City. Failure to provide the goods and/or services to the City on a first priority basis immediately preceding, during, and after a public emergency, disaster, hurricane, flood, or act of God, shall constitute a breach of Agreement and subject the Contractor to sanctions from doing further business with the City. 6.3 AGREEMENT TERM AND EXTENSION The City will award this contract for a three (3)year period and reserves the right to extend it for a period not to exceed an additional two (2) years by mutual agreement and by filing a written notice signed by the contractor to the City's Purchasing Department without further City Commission action. This extension shall provide the City with continual services for an additional term of the contract. 6.4 CHANGES TO SCOPE AND ADDITIONAL SERVICES CITY or Contractor may, from time to time, request changes that would increase, decrease, or otherwise modify the scope of services, as described in in Section II — Scope of Work to be provided under this Agreement subject to the requirements. Such changes or additional work must be in accordance with the provisions of the CITY's Code of Ordinances, and must be contained in a written amendment, executed by the Parties hereto, with the same formality, equality and dignity herewith prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Contractor shall continue to render services while seeking a change order unless such services have not been authorized herein, by written amendment, or change order. 52 RFP No.25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs 0 City of Boynton Beach Purchasing Division Services to be performed while seeking a change order which have not been described herein or in a separate written amendment or change order shall be performed at the CONTRACTOR'S own risk. In no event will the CONTRACTOR be compensated for any services which have not been described either herein or in a separate written amendment or change order. 6.5 INDEMNIFICATION The Contractor shall indemnify, hold harmless, and defend City and all of City's current, past, and future officers, agents, and employees (collectively, "Indemnified Party") from and against any and all causes of action, demands, claims, losses, liabilities, and expenditures of any kind, including attorneys' fees, court costs, and expenses, including through the conclusion of any appellate proceedings, raised or asserted by any person or entity not a party to this Agreement, and caused or alleged to be caused, in whole or in part, by any breach of this Agreement by Consultant, or any intentional, reckless, or negligent act or omission of Contractor, its officers, employees, or agents, arising from, relating to, or in connection with this Agreement (collectively, a "Claim"). If any Claim is brought against an Indemnified Party, Consultant shall, upon written notice from City, defend each Indemnified Party with counsel satisfactory to City or, at City's option, pay for an attorney selected by the City Attorney to defend the Indemnified Party. The obligations of this section shall survive the expiration or earlier termination of this Agreement. If considered necessary by the Contract Administrator and the City Attorney, any sums due Contractor under this Agreement may be retained by City until all Claims subject to this indemnification obligation have been settled or otherwise resolved. Any amount withheld shall not be subject to payment of interest by City. The Contractor shall also be liable to the City for all costs, expenses, attorneys' fees, and damages which may be incurred or sustained by the City by reason of the Consultant's breach of any of the provisions of the contract. Contractor shall not be responsible for the negligent acts of the City or its employees. Further, the Contractor shall hold the City harmless and indemnify the City for any funds that the City is obligated to refund the Federal Government arising out of the conduct, activities, or administration of the Agreement by the Consultant. 6.6 TERMINATION The City, by written notice, may terminate in whole or in part any Agreement resulting from this RFP when such action is in the best interest of the City. If the Agreements(s)are so terminated the City shall be liable for only payment for services rendered prior to the effective date of termination. Services rendered will be interpreted to include costs of items already delivered plus reasonable costs of supply actions short of delivery. A. DEFAULT AND TERMINATION FOR CAUSE: The City may, by written notice of default to the Contractor, terminate the Agreement in whole or in part if the Contractor fails to satisfactorily perform any provisions of this Agreement, or fails to make progress so as to endanger performance under the terms and conditions of this Agreement, or provides repeated nonperformance, or does not remedy such failure within a period of 30 calendar days after receipt of notice from the City of Boynton Beach specifying such failure. In the event the City terminates the Agreement in whole or in part because of default of the Contractor, the City may procure goods and/or services 53 RFP No.25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs "mom m I\ _ City of Boynton Beach "'.„°`c Purchasing Division like those terminated, and the Contractor shall be liable for any excess costs incurred due to this action. If it is determined that the Contractor was not in default or that the default was excusable (e.g., failure due to causes beyond the control of, or without the fault or negligence of, the Contractor), the rights and obligations of the parties shall be those provided in Section "Termination for Convenience". B. TERMINATION FOR CONVENIENCE OF CITY Whenever the interests of the City so require, terminate the Agreement, in whole or in part, for the convenience of the City. Purchasing shall give fourteen (14) business days prior written notice of termination to the Contractor, specifying the portions of the Agreement to be terminated and when the termination is to become effective. If only portions of the Agreement are terminated, the Contractor has the right to withdraw, without adverse action, from the entire Agreement. Unless directed differently in the notice of termination, the Contractor shall incur no further obligations in connection with the terminated work and shall stop work to the extent specified and, on the date, given in the notice of termination. Additionally, unless directed differently, the Contractor shall terminate outstanding orders and/or subcontracts related to the terminated work. Contractor shall indemnify the City against loss pertaining to this termination. C. REMEDIES: No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each such remedy shall be cumulative and shall be in addition to every other remedy given hereunder now or hereafter existing at law, or in equity, by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. D. FUNDING OUT This result of this Agreement shall remain in full force and effect only if the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 6.7 PERFORMANCE OF CONTRACTOR The Proposer shall be fully responsible for performing all the work necessary to meet City standards in a safe, neat, and good workmanlike manner, using only generally accepted methods in carrying out the work and complying with all federal and state laws and all ordinances and codes of the City relating to such work. Failure on the part of the submitting Proposer to comply with the conditions, terms, specifications, and requirements of the RFP shall be cause for cancellation of the RFP award, notwithstanding any additional requirements enumerated in the Special Conditions herein relating to performance-based contracting. 54 RFP No.25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs t City of Boynton Beach '��°`c Purchasing Division The City may, by written notice to the Responding Firm, terminate the Agreement for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 6.8 INSURANCE REQUIREMENTS If a Contractor is providing a service under this Agreement, then the Contractor shall, at its sole expense, always maintain in full force and effect during the life of this Agreement, insurance coverages, and limits (including endorsements), as required by the City. These requirements shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor under this Agreement. All coverages shall be provided on a primary basis with the City endorsed as an Additional Insured as follows: "The City of Boynton Beach". The Contractor shall provide the City with a Certificate of Insurance evidencing such coverages prior to the commencement of any services and within a time frame specified by the City (normally within 2 working days after request). Failure to maintain the required insurance shall be considered a default of the Agreement. It shall be the responsibility of the Contractor to maintain workers' compensation insurance, professional liability, property damage liability insurance, and vehicular liability insurance; during the time any of his/her personnel are working on City of Boynton Beach property. Loss by fire or any other cause shall be the responsibility of the Contractor until such time as the items and/or work have been accepted by the City. The Contractor shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance with A.M. Best's Key Rating Guide, latest edition. 6.9 FORCE MAJEURE The Agreement which is awarded to the Contractor may provide that the performance of any act by the City or Contractor thereunder may be delayed or suspended at any time while, but only so long as, either party is hindered in or prevented from the performance by acts of God, pandemic, epidemic, emergency orders, the elements, war rebellion, strikes, lockouts or any cause beyond the reasonable control of such party, provided, however, the City shall have the right to provide substitute service from third parties or City forces and in such event, the City shall withhold payment due to Contractor for such period of time. If the condition of force majeure exceeds a period of 14 business days the City may, at its option and discretion, cancel, or renegotiate the Agreement. 6.10 INSPECTION AND ACCEPTANCE OF WORK PRODUCED The City has the right to review, require correction, if necessary, and accept the work produced by the Contractor. Such review(s) shall be carried out within thirty (30) calendar days to not impede the work of the Contractor. Any product of work shall be deemed accepted as submitted if the City does not issue written comments and/or required corrections within thirty (30) calendar days from the date of receipt of such product from the Contractor. The Contractor shall make any required corrections promptly at no additional charge and return a revised copy of the work requested to the City within seven (7) business days of notification or a later date if extended by the City. 55 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs City of Boynton Beach '' Purchasing Division Failure by the Contractor to proceed with reasonable promptness to make necessary corrections shall be a default. If the Contractor's submission of corrected work remains unacceptable, the City may terminate the resulting contract (or the task order involved) or reduce the contract price or cost to reflect the reduced value of services received. 6.11 CONTINGENCY FEE Contractor represents and warrants that it has not employed or retained any person or entity, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person or entity, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. If this Agreement is subject to Section 287.055, Florida Statutes, the Parties agree and stipulate that the statutory language stated in Section 287.055(6)(a) is deemed included and fully incorporated herein. 6.12 TRUTH IN NEGOTIATION REPRESENTATION Contractor's compensation under this Agreement is based upon its representations to City, and Contractor certifies that the wage rates, factual unit costs, and other information supplied to substantiate Contractor's compensation, including, without limitation, in the negotiation of this Agreement, are accurate, complete, and current as of the date Contractor executes this Agreement. Contractor's compensation may be reduced by City, in its sole discretion, to correct any inaccurate, incomplete, or noncurrent information provided to City as the basis for Contractor's compensation in this Agreement. 6.13 PERFORMANCE REVIEW EVALUATION: The awarded Contractor(s) may receive a performance evaluation by City Staff during the course of the term contract. The City's Project Manager shall complete performance evaluations at the first year of the contract or more frequent intervals as required by the Agreement and at the time of the end of the term contract. Should the services provided by the Contractor fail to meet the expectations of the City's Project Manager, the Contractor shall have a period of ten (10)working days from the date notice is given to the Contractor by the City to correct all deficiencies in the under the contract. All corrections shall be made to the satisfaction of the City Project Manager. Inability to correct all deficiencies within the specified ten days shall be good and sufficient cause to immediately terminate the contract without the City being liable for any and all future obligations under the Agreement as determined by the City at its sole discretion. The City, in its judgment, may elect to compensate the Contractor for any accepted work product through the date of termination of an authorized Purchase Order, provided it is in a form sufficiently documented and organized to allow subsequent utilization in completing the work product. The City's Project Manager shall contact a Procurement representative to advise of any performance issues so that Procurement can assist with bringing performance back to acceptable standards. It is equally important to complete the "Contractor Performance Evaluation Form whenever any of the performance indicators are either "marginal" or "unsatisfactory". In the event the Average Rating Score is "marginal" or "unsatisfactory" 56 RFP No.25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs a = o � City of Boynton Beach �"'��°`P Purchasing Division even after reasonable efforts have been taken by the City to improve performance, the City's Project Manager shall coordinate with Procurement to determine what action needs to be taken under the circumstances. The Contract Performance Evaluation Form enclosed within this document illustrates a sample evaluation form to be used by the City for the various types of services provided by the City. 6.14 ANTI-HUMAN TRAFFICKING On or before the Effective Date of the Contractor entering into an Agreement with the City, the Contractor shall provide the City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. 6.15 VERIFICATION OF EMPLOYMENT ELIGIBILITY— E-VERITY Contractor represents that Contractor, and each Sub-contractor have registered with and use the E-Verify system maintained by the United States Department of Homeland Security to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If Consultant violates this section, City may immediately terminate this Agreement for cause and Consultant shall be liable for all costs incurred by City due to the termination. 6.16 ENTITIES OF FOREIGN CONCERN The provisions of this section apply only if Contractor or any Sub-Contractor will have access to an individual's personal identifying information under this Agreement. Contractor represents and certifies: (i) Contractor is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in Contractor; and (iii) Contractor is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the Effective Date, Contractor and any Sub-contractor that will have access to personal identifying information shall submit to the City executed affidavit(s) under penalty of perjury, in a form approved by the City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. 6.17 SUCCESSORS AND ASSIGNS The City and the Contractor each bind themselves and their successors and assigns to the other party in respect to all provisions of the Agreement. Neither the City nor the Contractor shall assign, sublet, convey, or transfer its interest in the Agreement without the prior written consent of the other. 6.18 ENUMERATION OF PRECEDENCE OF CONTRACT DOCUMENTS If any portion of the Contract Documents appears to conflict with any other portion, the various documents comprising the Contract Documents shall govern in the following order of precedence: 57 RFP No.25-058R—Citywide HVAC Equipment,Maintenance, Products, Services and Repairs City of Boynton Beach Purchasing Division The Fully Executed Agreement The Instructions to Proposers The Scope of Work (Services) The Special Conditions Standard General Terms and Conditions Proposer's Proposal THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY I 58 RFP No.25-058R—Citywide HVAC Equipment,Maintenance,Products, Services and Repairs o ° City of Boynton Beach �'°� Purchasing Division CITYWIDE HEATING, VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS RFP No. 25-058R SECTION VII - PRICE PROPOSAL FORM *THIS FORM IS FOR INFORMATIONAL PURPOSES. PRICES SHALL BE INPUT INTO THE E-PROCUREMENT SYSTEM — BIDS &TENDERS* Pricing shall include travel/trip time, supervision, equipment or tools required to perform the services. 7.1 PREVENTATIVE MAINTENANCE FOR ALL LOCATIONS: FACILITY QUARTERLY PRICE: Intracoastal Park Ocean Front Concession Stand Ocean Front Lifeguard Building Police Department Public Works#1 Public Works #2 Public Works #3 Children's Schoolhouse Museum Tennis Center The Links Golf Course Woman's Center Boat Club Bait & Tackle Shop Boat Club Clubhouse Boynton Beach Memorial Park Little League Park Concession Stand City Hall 60 z '0 Y City of Boynton Beach "'°.°`P Purchasing Division Arts & Cultural Center Ezell Hester Park Community Center Carolyn Sims Center Fire Station #1 Fire Station #2 Fire Station # 3 Fire station #4 Fire Station # 5 Utilities Administration Building East Water Treatment Plant West Water Treatment Plant Master Lift Station Three Million Gallon Tank Building TOTAL QUARTERLY PRICE $ 7.2 PREVENTATIVE MAINTENANCE FOR ALL LOCATIONS: REPAIRS INCLUDED ***Quarterly Prices will include all repairs throughout the term of the contract. Quarterly prices will be all inclusive and will include all labor, parts, travel, trip, delivery, supervision, tools, and equipment needed to complete all quarterly preventative maintenance inspections and repairs needed during the term of the contract. *** FACILITY QUARTERLY PRICE Intracoastal Park $ Ocean Front Concession Stand Ocean Front Lifeguard Building 61 �o p City of Boynton Beach "'°'c`c Purchasing Division Police Department Public Works# 1 Public Works # 2 Public Works # 3 School House Museum Tennis Center The Links Golf Course Woman's Club Boat Club-Bait & Tackle Boat Club Clubhouse Boynton Beach Memorial Park Little League Concession Stand City Hall Arts & Cultural Center Ezell Hester Center Carolyn Sims Center Fire Station # 1 Fire Station # 2 Fire Station # 3 Fire Station #4 Fire Station # 5 Utilities Administration Building East Water Treatment Plant West Water Treatment Plant 62 T o � City of Boynton Beach "'°� Purchasing Division Master Lift Station Three Million Gallon Tank Building QUARTERLY PRICE $ 7.3 OPTIONAL PRICES— HOURLY RATES HOURLY RATES: REGULAR OVERTIME (Weekends / Holidays) Licensed Technician $ $ Technician $ $ Laborer $ $ 7.4 MATERIAL MARK-UP FROM CONTRACTOR'S COST: Contractor's material Cost Plus: % 63 City of Boynton Beach ry Purchasing Division APPENDIX 'A ' CONTRACTING SERVICES )� Y O � TON 64 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND FOR CONTRACTING SERVICES This Agreement is made as of this_day of , 20 , by and between , a , with a principal address of , hereinafter referred to as "Contractor," and the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as "City." In consideration of the mutual benefits, terms, and conditions hereinafter specified, the Parties agree as set forth below. WHEREAS the City issued Request for Proposals No. (the "RFP") pursuant to state and local law to solicit proposals for (the "Services"); and WHEREAS Contractor responded to the RFP by submitting its Proposal dated (the "Proposal"), and WHEREAS the City created an evaluation committee, reviewed all proposals responses and scored the proposals in accordance with the criteria outline in the RFP; and WHEREAS the City selected Contractor as the best qualified to perform the Services; and WHEREAS the City desires to engage Contractor to provide such services to the City on an as-needed basis according to the terms and subject to the conditions set forth in this Agreement. NOW THEREFORE, for and in consideration of the mutual covenants and promises as hereinafter set forth and of the faithful performance of such covenants and conditions, the City and Contractor do hereby agree as follows: 1. SERVICES AND METHOD OF ORDERING SERVICES. a. Services. Contractor shall provide the type of services described in the Scope of Services attached hereto as Exhibit A (which services are hereinafter referred to as the "Services"). Contractor may be requested to provide specific Services for various and different tasks or projects. Contractor shall render the Services in a diligent, careful, thorough, and professional manner consistent with sound business practice and shall at all times provide City with the most sound and reasonable recommendations and advice. The standard of care for all Services performed or furnished by the Contractor under this Agreement will be the care and skill ordinarily used by members of the Contractor's profession practicing under similar circumstances or at the same time and in the same locality. b. Method of Ordering Services. Services will be rendered in response to periodic written Task Orders (each a "Task Order") issued by the City on an as-needed basis. For each task or assignment, the City shall request the Contractor to develop for review by the City: a. A scope of services. b. An estimate of fees and costs based on the hourly rates established in this Agreement with sufficient detail to identify the various elements of costs, which 65 2. TIME FOR PERFORMANCE. a. Commencement of Work. Services under the Agreement and any applicable work shall commence upon the City giving written notice to the Contractor to proceed along with a purchase order. Contractor shall perform all Services and provide all deliverables required pursuant to this Agreement. Time is of the essence for the Contractor performance of the duties, obligations, and responsibilities required by this Agreement. b. Delays; Untimely Performance. i. Delays; No Fault of Contractor. If Contractor is unable to timely complete all or any portion of the Services because of delays resulting from untimely review by the City or other governmental agencies having jurisdiction over the project and such delays are not the fault of Contractor, or because of delays caused by factors outside the control of Contractor, the City shall grant a reasonable extension of time for completion of the Services. It shall be the responsibility of the Contractor to notify the City in writing whenever a delay in approval by a governmental agency is anticipated or experienced and whenever a delay has been caused by factors outside of the Contractor's control and to inform the City of all facts and details related to the delay. Contractor must provide such written notice to the City within three (3) business days after the occurrence of the event causing the delay. ii. Delays Due to Contractor. If Contractor fails to substantially complete the Services in whole or in part on or before the date established in each Task Order, Contractor shall pay City its proportional share of any claim for damages arising out of the delay. This section shall not affect either Party's indemnification rights or obligations otherwise outlined in this Agreement. c. If Task Order Continues Beyond Term. Contractor shall complete each executed Task Order without regard to whether such completion would cause Services to be performed after the expiration date of this Agreement. Any Task Order for which performance extends beyond the Term may be amended after that expiration date, provided that any additional Services, time, and compensation are permitted under this Agreement. The terms and conditions of this Agreement shall continue to govern Task Orders notwithstanding the expiration of this Agreement. 3. AMOUNT AND METHOD OF COMPENSATION. a. Compensation. As compensation for Services rendered by Contractor to the City pursuant to a duly executed Task Order, the City shall pay the Contractor an annual amount not to exceed ($ ) ("Fee") calculated based on the anniversary date of complete execution of the Agreement. The Fee is based on the Hourly Rates outlined in the Fee Schedule attached hereto as Exhibit C and incorporated into this Agreement by reference. The Fee shall be the sole compensation paid to Contractor in connection with the rendition of the Services and the performance of all of its other obligations under this Agreement and shall include any out-of-pocket or other expenses, including travel expenses, incurred by consultant. b. Subcontractor Fees. If subcontractor is permitted, the Contractor shall bill the City for subcontractor fees with no markup and within any applicable maximum not-to- exceed amount. 66 4. NOTICES. All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Consultant: Telephone: Email: 5. INVOICES AND PAYMENT. Invoices must identify the PO number, Task Order project description, and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Boynton Beach, FL 33425 Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, the person performing services, the nature of the service, the hourly rate, and the dates(s) of service. Invoices may be submitted after such services are performed; however, all services rendered before September 30th of any given year must be invoiced by September 30th of that year. Contractor shall provide a W-9 with the first invoice. Payment shall be made only for services performed and completed pursuant to a duly executed Task Order and this Agreement. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Contractor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Contractor of liability for the defective, faulty, or incomplete rendition of the Services. 6. TAX EXEMPT. Prices applicable to the City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. The City will provide the Contractor with proof of tax- exempt status upon request. 67 I 7. SOVEREIGN IMMUNITY. Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive the City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY'S FEES. If either Party brings suit to enforce the Agreement, each Party shall bear its own attorney's fees and court costs. 9. PUBLIC RECORDS. The City is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: a. Keep and maintain public records required by the city to perform the service when utilizing non-City-owned equipment. b. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Fla. Stat. or as otherwise provided by law. c. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and d. Upon completion of the contract, Contractor shall transfer to the City, at no cost to the City, all public records in Contractor possession. All records stored electronically by Contractor must be provided to the City, upon request from the City's custodian of public records, in a format compatible with the City's information technology systems. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityClerk(a�bbfl.us 10. DISCRIMINATORY VENDOR AND SCRUTINIZED COMPANIES LISTS; COUNTRIES OF CONCERN. Consultant represents that it has not been placed on the "discriminatory vendor list"as provided in Section 287.134, Florida Statutes, and that it is not a"scrutinized company" pursuant to Sections 215.473 or 215.4725, Florida Statutes. Contractor represents and certifies that it is not, and for the duration of the Term, will not be, ineligible to contract with City on any of the grounds stated in Section 287.135, Florida Statutes. Contractor represents that it is, and for the duration of the term will remain, in compliance 68 with Section 286.101, Florida Statutes. 11. E-VERIFY. Consultant shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including registering and using the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the termination date. If this Agreement is terminated for a violation of the statute by Consultant, Consultant may not be awarded a public contract for one (1) year after the date of termination. 12. ENTITIES OF FOREIGN CONCERN. The provisions of this section apply only if Contractor or any subcontractor will have access to an individual's personal identifying information under this Agreement. Consultant represents and certifies: (i) Consultant is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in Contractor; and (iii) Contractor is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the effective date of this Agreement, Contractor and any subcontractor that will have access to personal identifying information shall submit to City executed affidavit(s) under penalty of perjury, in a form approved by City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice for purposes of Section 6. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. 13. ANTI-HUMAN TRAFFICKING. On or before the effective date of this Agreement, Contractor shall provide City with an affidavit attesting that the Consultant does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. 14. COUNTRIES OF CONCERN. The Consultant represents that it is and will remain in compliance with Section 286.101, Florida Statutes, for the duration of the term. 15. PUBLIC ENTITY CRIME ACT. Contractor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. Consultant further represents that there has been no determination that it committed a "public entity crime" as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Consultant has been placed on the convicted vendor list. 16. CONTINGENCY FEE. Contractor represents and warrants that it has not employed or retained any person or entity, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement and that it has not paid or agreed to pay any person or entity, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. If this Agreement is subject to Section 287.055, Florida Statutes, the Parties agree and stipulate that the statutory language stated in Section 287.055(6)(a) is deemed included and fully incorporated herein. 17. TRUTH-IN-NEGOTIATION REPRESENTATION. Contractor's compensation under this Agreement is based upon its representations to City. Consultant certifies that the wage rates, factual unit costs, and other information supplied to substantiate Contractor's compensation, including, without limitation, in the negotiation of this Agreement, are 69 accurate, complete, and current as of the date Contractor executes this Agreement. Contractor's compensation may be reduced by City, in its sole discretion, to correct any inaccurate, incomplete, or noncurrent information provided to City as the basis for Consultant's compensation in this Agreement. 18. DULY LICENSED. Contractor represents that it is duly licensed to perform the Services under this Agreement and will continue to maintain all licenses and approvals required to conduct its business. 19. FORCE MAJEURE. If the performance of this Agreement, or any obligation hereunder, is prevented by reason of hurricane, earthquake, or other casualty caused by nature, epidemic, pandemic, or other public health emergency, or by labor strike, war, or by a law, order, proclamation, regulation, ordinance of any governmental agency (collectively, "Force Majeure Event"),the Party so affected, upon giving prompt notice to the other Party, shall be excused from such performance to the extent of such prevention, provided that the affected Party shall first have taken reasonable steps to avoid and remove such cause of non-performance and shall continue to take reasonable steps to avoid and remove such cause, and shall promptly notify the other Party in writing and resume performance hereunder whenever such causes are removed; provided, however, that if such inability to perform due to the Force Majeure Event exceeds sixty (60) consecutive days, the Party that was not prevented from performance by the Force Majeure Event has the right to terminate this Agreement upon written notice to the other Party. This section shall not supersede or preclude the exercise of any right either Party may otherwise have to terminate this Agreement. 20. DISPUTES. Any disputes that arise between the parties regarding the performance of this Agreement and cannot be resolved through negotiations shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 21. TERMINATION. a. Termination for Convenience. This Agreement may be terminated by either Party for convenience upon fourteen (14) calendar days of written notice. In this event, the Contractor shall be compensated for services performed through the termination date, including services reasonably related to termination. b. Termination for Cause. In addition to all other remedies available to the aggrieved Party, this Agreement shall be subject to cancellation by either Party for cause, should the other Party neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for thirty (30) calendar days after receipt by the defaulting Party of written notice of such neglect or failure. c. In the event of termination, the City shall compensate the Contractor for all authorized work satisfactorily performed through the termination date under the payment terms contained in this Agreement. Contractor shall immediately deliver all documents, written information, electronic data, and other materials concerning City projects in its possession to the City and shall cooperate in transitioning its consulting duties to appropriate parties at the direction of the City. d. Upon termination, this Agreement shall have no further force or effect, and the Parties shall be relieved of all further liability hereunder, except that the provisions of this section and the provisions regarding property rights, insurance, 70 indemnification, governing law, and litigation shall survive termination of this Agreement and remain in full force and effect. 22. INDEMNIFICATION. Contractor shall indemnify and hold harmless the City and its elected and appointed officers, agents, assigns and employees, Contractor, separate Contractor, any of their subcontractor, or sub-subcontractor (collectively, "Indemnified Party"), from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages, costs, and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders,judgments, or decrees, sustained by the Indemnified Party arising out of or resulting from (A) Contractor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Contractor's, its agents, employees, subcontractors, subcontractors, participants, and volunteers, and (C) Contractor's failure to take out and maintain insurance as required under this Agreement. Contractor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature against an Indemnified Party, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. If considered necessary by the City and the City Attorney, the City may retain any sums due Consultant under this Agreement until all claims subject to this indemnification obligation have been settled or otherwise resolved. Any amount withheld shall not be subject to payment of interest by the City. 23. INSURANCE. At the time of execution of this Agreement, the Contractor shall provide the City with a copy of its Certificate of Insurance reflecting the following insurance coverage: a. Workers' Compensation Insurance to apply for all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies)shall include Employer's Liability with limits of One Million Dollars ($1,000,000.00)each accident, One Million Dollars ($1,000,000.00) each condition, and One Million Dollars ($1,000,000.00) aggregate by condition. b. Comprehensive General Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability shall include: Premises and/or Operations on an occurrence basis. ii. Completed Operations Liability on an occurrence basis. iii. Broad Form Property Damage. iv. Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. The Certificate of Insurance shall name the City of Boynton Beach and its officers, employees, and agents as additional insured. c. Contractor shall require that each subcontractor maintains insurance coverage that adequately covers the Services provided by that subcontractor on substantially the same insurance terms and conditions required of Contractor under this article. Contractor shall ensure that all such subcontractors comply with these requirements and that"and its officers, employees, and agents as additional insured" is named as an additional insured under the subcontractors' applicable insurance policies. Contractor shall not permit any subcontractor to provide Services unless and until all applicable requirements of this article are satisfied. 71 24. LIMITATION OF LIABILITY. Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Contractor beyond the amount remaining due to Contractor under the Agreement, regardless of whether said liability be based in tort, contract, indemnity, or otherwise; and in no event shall City be liable to Contractor for punitive or exemplary damages or lost profits or consequential damages. 25. INDEPENDENT CONTRACTOR. The Agreement does not create an employee/employer relationship between the Parties. The Parties intend that Consultant is an independent contractor under this Agreement and shall not be considered the City's employee for any purpose. Contractor shall not have the right to bind City to any obligation not expressly undertaken by City under this Agreement 26. COMPLIANCE WITH LAWS. Contractor hereby always warrants and agrees that material to the Agreement, Contractor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes. Non-compliance may constitute a material breach of the Agreement. 27. BREACH OF REPRESENTATIONS. Contractor acknowledges that City is materially relying on the representations, warranties, and certifications of Contractor stated in its Proposal and this Agreement, and City shall be entitled to exercise any or all of the following remedies if any such representation, warranty, or certification is untrue: (a) recovery of damages incurred; (b) termination of this Agreement without any further liability to Consultant; (c) set off from any amounts due Consultant the total amount of any damage incurred; and (d) debarment of Consultant. 28. ASSIGNMENT. If this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered under any circumstances by Contractor, Contractor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any company ownership change shall constitute an assignment that requires the City's approval. Notwithstanding the foregoing, Contractor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all its assets related to this Agreement. Contractor shall provide City written notice of any such corporate reorganization, consolidation, merger, or sale of substantially all its assets related to this Agreement within thirty (30) calendar days of such event. 29. NO LIEN. The Contractor shall not at any time permit any lien, attachment, or any other encumbrance under the laws of the State of Florida, or otherwise, by any person or persons whomsoever to be filed or recorded against the City, against any City property or money due or to become due for any work done or materials furnished under this Agreement by Contractor. 30. AGREEMENT SUBJECT TO FUNDING. The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 31. NON-EXCLUSIVE. This Agreement is non-exclusive. City may retain additional entities to perform the same or similar work. 32. REPRESENTATION OF AUTHORITY. Contractor represents and warrants that this Agreement constitutes the legal, valid, binding, and enforceable obligation of Contractor and that neither the execution nor performance of this Agreement constitutes a breach of 72 any agreement that Contractor has with any third party or violates applicable law. Contractor further represents and warrants that execution of this Agreement is within Contractor's legal powers, and each individual executing this Agreement on behalf of Contractor is duly authorized by all necessary and appropriate action to do so on behalf of Contractor and does so with full legal authority. 33. RIGHTS IN DOCUMENTS AND WORK. a. Ownership. All videos, photographs, documents, materials, data, or other work created by Contractor in connection with performing services, whether finished or unfinished ("Documents and Work"), shall be owned by City, and Contractor hereby transfers to City all right, title, and interest, including any copyright or other intellectual property rights, in or to the Documents and Work. b. Deliverables Upon Conclusion of Task Order. Contractor shall deliver to the City for approval and acceptance, and before being eligible for final payment of any amounts due under any Task Order, all documents and materials prepared for the City in connection with the Task Order. All such documents and records shall be provided within a reasonable time at no additional cost. Such documents may be provided electronically. c. Delivery Upon Expiration or Termination of Agreement. Upon expiration or termination of this Agreement, the Documents and Work shall become the property of City and shall be delivered by Contractor to City within seven (7) days after expiration or termination. Any compensation due to Contractor may be withheld until all Documents and Work are received as provided in this Agreement. Contractor shall ensure that the requirements of this section are included in all agreements with all subcontractor(s). d. Reuse of Project Documents. City may, at its option, reuse (in whole or in part) the resulting end-product or deliverables resulting from Contractor's Services (including, but not limited to, drawings, specifications, other documents, and services as described herein and in the applicable Scope of Services for any Task Order); and Contractor agrees to such reuse in accordance with this provision. 34. CONTRACTOR'S STAFF. Contractor will provide the key staff identified in its Proposal if they are in Contractor's employment. Contractor will obtain prior written approval from the City to change key staff. Contractor shall provide City with such information as necessary for City to determine the suitability of proposed new key staff. City will be reasonable in evaluating key staff qualifications. If City desires to request removal of any of Contractor's staff, City shall first meet with Contractor and provide reasonable justification for said removal; upon such reasonable justification, Contractor shall use good faith efforts to remove or reassign the staff at issue. I 35. THIRD-PARTY BENEFICIARIES. Neither Contractor nor City intends to primarily or directly benefit a third party by this Agreement. Therefore, the Parties acknowledge that there are no third-party beneficiaries to this Agreement and that no third party shall be entitled to assert a right or claim against either of them based upon this Agreement. 36. MATERIALITY AND WAIVER OF BREACH. Each requirement, duty, and obligation set forth in this Agreement was bargained for at arm's length and is agreed to by the Parties. Each requirement, duty, and obligation set forth in this Agreement is substantial and essential to the formation of this Agreement, and each is, therefore, a material term. City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such 73 provision or modification of this Agreement. A waiver of any breach shall not be deemed a waiver of any subsequent breach and shall not be construed as a modification of this Agreement. To be effective, any waiver must be in writing and signed by an authorized signatory of the Party granting the waiver. 37. COUNTERPARTS AND MULTIPLE ORIGINALS. This Agreement may be executed in multiple originals and may be executed in counterparts, whether signed physically or electronically, each of which shall be deemed to be an original, but all of which, taken together, shall constitute one and the same agreement. 38. NON-DISCRIMINATION. Contractor and any subcontractors shall not discriminate based on race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this Agreement. 39. CONTROLLING PROVISIONS. Except as otherwise specifically provided herein, in the event of any conflict between the specific provisions of this Agreement and the requirements or provisions of the RFP and/or Proposal, the provisions shall be given precedence in the following order: (1) this Agreement, (2) the RFP; and (3) the Proposal. Wherever possible, the provisions of the documents shall be construed in such a manner as to avoid conflicts between the provisions of the various documents. 40. ENTIRE AGREEMENT. The Agreement, including the RFP, the Proposal, and the Exhibits that are incorporated into this Agreement in their entirety, embody the entire agreement and understanding of the parties concerning the subject matter of this Agreement and supersede all prior and contemporaneous agreements and understandings, oral or written, relating to said subject matter. This Agreement may only be modified by a written amendment executed by the City and Contractor t. 41. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 74 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA COMPANY NAME Rebecca Shelton, Mayor (Signature), Company Print Name of Authorized Official Title Approved as to Form: Shawna G. Lamb, City Attorney (Corporate Seal) Attest/Authenticated: Attested/Authenticated: (Signature), Witness Maylee DeJesus, City Clerk Print Name 75 EXHIBIT A SCOPE OF SERVICES 76 The City of Boynton Beach : .):4,71. %T Y °A, Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach, FL 33435 P.O. Box 310 Boynton Beach, Florida 33425-0310 r°N Telephone: (561) 742-6310 ADDENDUM No. 1 Tuesday, August 19, 2025 PWE 25-058R — Heating Ventilation, Air Conditioning Equipment, Products, Service and Repairs Closing Date: Tuesday, September 2, 2025 3:00 PM This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum shall govern. Words in strike through type are deletions from existing text. Words in bold, underlined and/or red type are additions to existing text. PLEASE NOTE: THE CLOSING DATE FOR THIS PROJECT IS SEPTEMBER 2, 2025 AT 3:00PM. PLEASE NOTE: THE DATE FOR THE SITE VISIT IS TUESDAY AND WEDNESDAY, AUGUST 26TH AND 27TH BEGINNING AT 8:30 am IN CITY HALL. Question 1: While going through the list of equipment on the RFP I found a lot of discrepancies Example : • Intercostal Park States it has split systems & we only have 9 units. o Should be 10, Every AHU needs a condensing unit • Ezell Hester Park Community Center o States it has 6 RTUs, 12 AHU & 2 CU o Where are the other 8 Condensing units • Fire Station 1 o States it only has 1 unit — A Trane CSAA017 o That is a chilled water AHU, Were is the chiller info • Woman's Center o States it has 12 pieces of equipment o 7 CU & 5 AHUs, Does not match up either There are a couple other sites like this Can you have your team verify this information for me. Answer 1: Inter-Coastal Park - There are three split systems and one mini split system. Ezell Hester Park Community Center - There are three split systems and ten Roof Top Units (RTU's). Fire Station 1 - There is one water cooled air handler and two blower coil units. Women's Center - There are seven split systems and one mini split system. Question 2: Can you please provide brand of BMS Building Automation (Quarterly) Ezell Hester Park Community Center• Check all sensors for range and operation • Calibrate sensors as needed • Check all wiring and adjust as needed • Check all controllers for operation • Go over programming with onsite personnel • Check data trend for HV AC equipment • Check all set points and adjust as required • Check all pneumatic to electric switches for proper pressure. Answer: The brand for the BMS System is Trane Connect. Question 3: Will cooling towers be included in this RFP? Answer: There are six buildings that have 2 chilled water pumps each. There are twelve (12) chilled water pumps in total. The central energy plant may have condenser water pumps. Reach out to utilities for more information. Question 4: Can you please provide a more detailed equipment list including location (above ceiling, roof mounted, ground mounted), belt size and quantity and filter size and quantity? Answer: Section 2.9 City Equipment has the locations of each of the units listed as well as some belt and filter sizes. Any additional information can be readily obtained by researching the type of unit and model number as well as by participating in the site visit currently being scheduled. i Question 5: Please confirm we are to provide filters and replace them quarterly and provide belts and replace them annually? Answer: All filters shall be examined monthly and changed no less than quarterly. However, the Fire Stations and the Police Station filters shall be changed monthly. Belts shall be examined monthly for wear, deflection, cracking and/or any abnormalities and changed annually unless conditions dictate otherwise. Question 6: Can you please provide an ETA on timing for this so we all can be present with no scheduling conflict. Per last meeting the issues with RFQ are that materials needed are not correct, the equipment list is not correct, equipment access is not provided & actual scope of work is not provided. A maintenance contract and a service contract are nowhere the same while bidding. Answer: The site visit will be Tuesday and Wednesday, August 26th and 27th Please see response to question # 1 for equipment update. Access to equipment, to the extent possible, will be made available during the site visit. Question 7: We would like to request a list of all belts & filters that each unit uses within The City of Boynton Beach, please include sizes & quantity. Answer: This information can be obtained from the site visit, and or equipment list. If there is something specific that is required please ask for it specifically if you are not able to make the site visit. All vendors are encouraged to attend the site visit to ask questions and obtain information. Question 8: Can you provide the name of the Building Automation system located at the Ezell Hester Park Community Center as the scope of work requires the awarded contractor to check sensors, check controllers, go over programming with onsite personnel, check set-points and adjust, etc..? Answer: Please see response to question # 2. Question 9: Can you provide a list of all VAV boxes that require annual inspections and the filter sizes for each vav box that require filter changes? Answer: There are approximately 75 VAV boxes in City Hall however we do not have an actual count for the rest of the City buildings at the moment. That information will be forthcoming. The VAV boxes do not have filters. If you have any further questions or require additional clarification, please submit to the Purchasing representative through the Bidding System only by clicking on the "Submit a Question" button for this specific Solicitation. Sincerely, City of Boynton Beach Financial Services The City of Boynton Beach GST y o A, Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach, FL 33435 \I = P.O. Box 310 �P Boynton Beach, Florida 33425-0310 fit° N Telephone: (561) 742-6310 ADDENDUM No. 2 Wednesday, August 20, 2025 25-058R — Heating Ventilation, Air Conditioning Equipment, Products, Service and Repairs Closing Date: Tuesday, September 2, 2025 3:00 PM This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum shall govern. Words in strike through type are deletions from existing text. Words in underlined type are additions to existing text. Reminder: THE DATE FOR THE SITE VISIT IS TUESDAY AND WEDNESDAY, AUGUST 26TH AND 27TH BEGINNING AT 8:30 AM IN CITY HALL. Please Note: The following changes have been made to Sections 7.2, 7.3 and 7.4 in the RFP Document 1 . The following table has been removed from the RFP Document and from the Schedule of Prices in Bids and Tenders: • . w .. • • • • • 41 ' .. .. 40 • • 44 I • 60 • • al • N • • .. I. .1 .. .: . II s , lam" A Fire Station-ft 1 Pre-Station-#-2 Pre—Station—#4 Fire Station t-4 Pee—Station—#-5 QUARTERLY—PRICE 2. The following change has been made to Section 7.3: 7.3 OPTIONAL PRICES — HOURLY REPAIR RATES — EMERGENCY HOURS The hourly rates proposed shall include full compensation for labor, equipment use, travel time, supervision, and any other related costs incurred by the successful proposer. Parts are not included in this rate. Please refer to Section 7.4 MATERIAL MARK-UP FROM CONTRACTOR'S COST. 3. The following change has been made to Section 7.4: 7.4 All costs for parts required for repair jobs and not otherwise included in the routine maintenance section of the specifications shall be billed at the Successful Proposer's actual cost and will be passed on to the City without mark-up or any additional fees. Successful Proposer shall submit purchase receipt of parts along with the labor invoice for payment. Successful Proposer shall be responsible for sourcing all parts necessary to complete the work requirements of each job specification. Replacement parts furnished must be of the same manufacturer or an equal product. All equipment and materials shall be commercial quality and grade and be from a regular product line. Prototype, obsolete, and residential quality/grade equipment shall not be specified or installed in any facilities. All parts must be OEM and match model numbers being replaced. All invoices submitted for these services must contain the hourly rate and material mark- up original price + the proposed percentage for auditing purposes. A revised RFP document with these changes has been uploaded to the documents section in Bids and Tenders. Questions: 1. Question: Will cooling towers be included in this RFP? Answer: There are 4 cooling towers at the Energy Plant that work in pairs of 2. The company that manufactures the towers is Tower Tech. Model: TTXR- 101950 Date of MFG: 03/05/2019 The cooling towers are no longer under warranty and are included in this RFP. 2. Question: In section 7.1 it shows that we need to provide a price on a quarterly maintenance. In section 7.2 it shows that we need to provide a price for preventative maintenance with repairs included. Please elaborate on how we are supposed to price out repairs if we do not know what repairs are needed. Answer: Section 7.2 has been removed from the RFP Document and from Bids and Tenders. The following change has been made to Sections 7.3: 7.3 — HOURLY REPAIR RATES—EMERGENCY HOURS The hourly rates proposed shall include full compensation for labor, equipment use, travel time, supervision, and any other related costs incurred by the successful proposer. Parts are not included in this rate. Please refer to Section 7.4 MATERIAL MARK-UP FROM CONTRACTOR'S COST. The following change has been made to section 7.4: All costs for parts required for repair jobs and not otherwise included in the routine maintenance section of the specifications shall be billed at the Successful Proposer's actual cost and will be passed on to the City without mark-up or any additional fees. Successful Proposer shall submit purchase receipt of parts along with the labor invoice for payment. Successful Proposer shall be responsible for sourcing all parts necessary to complete the work requirements of each job specification. Replacement parts furnished must be U y of the same manufacturer or an equal product. All equipment and materials shall be commercial quality and grade and be from a regular product line. Prototype, obsolete, and residential quality/grade equipment shall not be specified or installed in any facilities. All parts must be OEM and match model numbers being replaced. All invoices submitted for these services must contain the hourly rate and material mark-up original price + the proposed percentage for auditing purposes. 3. Question: Per the last meeting, the issues with RFQ is that materials needed are not correct, equipment list is not correct, equipment access is not provided & actual scope of work is not provided. Answer: Please see the response to the first question listed for correction to equipment. Please see the reminder note on this addendum for date of Site Visit. Please note that the Scope of Work is outlined in detail in Section Il - Scope of Work, pages 21 — 36. 4. Question: Can you provide belt sizes and quantities for each equipment that require belt replacement? Answer: Section 2.9 City Equipment has the locations of each of the units listed as well as some belt and filter sizes. Any additional information can be readily obtained by researching the type of unit and model number as well as by participating in the site visit. Please acknowledge Addendum No. 2 with your bid submittal at the following link: https://bovnton-beach.bidsandtenders.net/Module/Tenders/en If you have any further questions or require additional clarification, please submit to the Purchasing representative through the Bidding System only by clicking on the "Submit a Question" button for this specific Solicitation. Sincerely, City of Boynton Beach Financial Services The City of Boynton Beach GXI Y °k Finance/Procurement Services r. 100 E. Ocean Avenue Boynton Beach, FL 33435 o v P.O. Box 310 47 Boynton Beach, Florida 33425-0310 rO N Telephone: (561) 742-6310 ADDENDUM No. 3 Friday, August 22, 2025 25-058R— Heating Ventilation, Air Conditioning Equipment, Products, Service and Repairs Closing Date: Tuesday, September 2, 2025 3:00 PM This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum shall govern. Words in strike through type are deletions from existing text. Words in underlined type are additions to existing text. The following qualification has been added to Section II — Scope of Work that was inadvertently excluded in Addendum #2. 2.6 REQUIRED QUALIFCATIONS AND SAFETY 8. Able to perform tower cleaning annually for DES. Please acknowledge Addendum No. 3 with your bid submittal at the following link: 25-058R Citywide HVAC Equipment,Maintenance,Products,Service,&Repairs Addendum No.3 https://boynton-beach.bidsandtenders.net/Module/Tenders/en If you have any further questions or require additional clarification, please submit to the Purchasing representative through the Bidding System only by clicking on the "Submit a Question" button for this specific Solicitation. Sincerely, City of Boynton Beach Financial Services 25-058R Citywide HVAC Equipment,Maintenance,Products,Service,&Repairs Addendum No.3 The City of Boynton Beach Gi-r o Finance/Procurement Services r100 E. Ocean Avenue Boynton Beach, FL 33435 0 v P.O . Box 310 I" . � �P Boynton Beach, Florida 33425-0310 tiro N Telephone: (561) 742-6310 ADDENDUM No. 4 Thursday, August 28, 2025 25-058R — Heating Ventilation, Air Conditioning Equipment, Products, Service and Repairs Closing Date: Thursday, September 4, 2025 3:00 PM This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum shall govern. Words in strike through type are deletions from existing text. Words in underlined type are additions to existing text. PLEASE NOTE: THE DUE DATE HAS BEEN EXTENDED TO THURSDAY, SEPTEMBER 4, 2025 @ 3:00 PM. IPlease note the following changes: • Sara Sims Park (Cemetery) and the District Energy Services were inadvertently left off the `Preventative Maintenance For All Locations price schedule. Both locations have been added. • Fire Stations 1 — 5 and the Police Station have been moved to a new price schedule - `Preventative Maintenance for Fire Stations & Police Station' with maintenance to be completed monthly. 25-058R HVAC Equipment,Maintenance,Products,Service and Repairs Addendum No.4 • An new price schedule has been added for the 'Annual Cleaning of The District Energy Services' (Coolers). The address is 211 N.E. 1st Avenue, Boynton Beach, 33435. Please acknowledge Addendum No. 4 with your bid submittal at the following link: https://boynton-beach.bidsandtenders.net/Module/Tenders/en If you have any further questions or require additional clarification, please submit to the Purchasing representative through the Bidding System only by clicking on the "Submit a Question" button for this specific Solicitation. Sincerely, City of Boynton Beach Financial Services 25-058R HVAC Equipment,Maintenance,Products,Service and Repairs Addendum No.4 The City of Boynton Beach GST Y o� Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach, FL 33435 1124 P.O. Box 310 ti T -j Boynton Beach, Florida 33425-0310 ON Telephone: (561) 742-6310 ADDENDUM No. 5 Wednesday, September 3, 2025 25-058R — Heating Ventilation, Air Conditioning Equipment, Products, Service and Repairs Closing Date: Monday, September 8, 2025 3:00 PM This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum shall govern. Words in strike through type are deletions from existing text. Words in underlined type are additions to existing text. PLEASE NOTE: THE DUE DATE FOR THIS PROJECT HAS BEEN CHANGED TO SEPTEMBER 8, 2025, AT 3:00 PM. PLEASE NOTE: THE PRICE SCHEDULES HAVE BEEN MODIFIED TO INCLUDE THE CHANGES BELOW: PLEASE NOTE THE FOLLOWING ADDITIONS TO SECTION 2.11 CITY EQUIPMENT: 25-058R HVAC Equipment,Maintenance,Products,Service and Repairs Addendum No.5 Cooling Tower CT-1 —Tower Tech Model: TTXR-101950/Serial No: 2019-026-01 / Date of MFG: 04-30-2019. Serial No: 2019-012-01 District Energy Services Date of MFG: 03-05-2019 Cooling Tower CT-2 -Tower Tech Model: TTXR-101950/Serial No: 2019-012-02/ Date of MFG: 03-052019 Serial No: 2019-026-021 Date: 04-30-2019 CHILLER-1 Model: CVHF1470/Serial No: L19E02060 Date of MFG: 06-05-2019 CHILLER-2 Model: CVHF1470/Serial No: L19D01996 Date of MFG: 06-05-2019 CHILLER-3 Model: HDWA400/Serial No: L20J03501 Date of MFG: 02-12-2020 Please note the following additions to Section 2.12 INSPECTION SCHEDULE PREVENTATIVE MAINTENANCE: COOLING TOWERS: Component Maintenance Frequency Action To Be Taken Shell Surfaces Annually Visual Inspection Drift Eliminators" Annually Visual Inspection Fill Media Annually Visual Inspection Fan Motors Annually Amp/Volt Check Fan Motors Semi Annual Visual Inspection Spin Free Nozzles Semi Annual Visual Inspection Fan Guards Monthly Visual Inspection Fan Blade Clearance Monthly**** Visual Inspection Fan Motors Monthly** Turn On Briefly Mechanical Float Quarterly Visual Inspection Valve Sump Screen' Visual Inspection Monthly Immersion Basin N/A N/A Heater Water Collection Semi Annual Visual Inspection System **The Cooling Towers are Direct Drive and each cell has 10 motors for a total of 40 motors. 25-058R HVAC Equipment,Maintenance,Products,Service and Repairs Addendum No.5 Note: Items completed during a single walk around & under tower module, at specified intervals. Inspection time is expected to be completed in less than five minutes per tower module. Required only if tower is not operated regularly for an extended period of time. Required only if motor has tripped more than 3 times within any 30-day period. After installation of replacement Fan Assembly. WATER COOLED CHILLERS: Tonnage for chillers 1, 2, and 3 are 1500Ibs, 1500Ibs and 400 lbs, respectively. Chillers one and two are not in operation. Annual maintenance is performed on one and two according to manufacturers' recommendation. SCOPE FOR CHILLER 3 Quarterly • Visual Inspection on all equipment to determine accurate range of operation. SEMI -ANNUAL Standard Storage Maintenance Procedure: • Remove holding nitrogen charge • Remove thrust bearing inspection cover • Start oil pump using auxiliary power • Manually rotate the compressor shaft 450 degrees (1.25 turns) • Re-seal the compressor • Re-evacuate the chiller correctly • Re-install a 5 psi dry nitrogen holding charge Annual • Perform fluid pH test • Leak detection inspection • Inspect safety controls, electrical components and UPS • Inspect all piping components. • Clean in-line strainers • Inspect vent piping for all relief valves for presence of refrigerant • Inspect and clean the condenser tubes for fouling • Visually inspect water box hinges 36 Months • Do a tube test. Use a nondestructive tube test to inspect the condenser and evaporator tubes. 25-058R HVAC Equipment,Maintenance,Products,Service and Repairs Addendum No.5 10 60 Months • Drain and replace the drive cooling fluid and replace the fluid strainer when servicing the fluid. 120 Months • Replace battery. General Information: Please use Optional Tab in the documents upload section to add any extra technician certification or licensing information or any other RELEVANT documentation that you would like to submit to support the proposal. Please acknowledge Addendum No. 5 with your bid submittal at the following link: https://boynton-beach.bidsandtenders.net/Module/Tenders/en If you have any further questions or require additional clarification, please submit to the Purchasing representative through the Bidding System only by clicking on the "Submit a Question" button for this specific Solicitation. Sincerely, City of Boynton Beach Financial Services 25-058R HVAC Equipment,Maintenance,Products,Service and Repairs Addendum No.5 The City of Boynton Beach ‘1 v O As Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach, FL 33435 P.O. Box 310 O, j Boynton Beach, Florida 33425-0310 tiro N Telephone: (561) 742-6310 ADDENDUM No. 6 Friday, September 5, 2025 25-058R — Heating Ventilation, Air Conditioning Equipment, Products, Service and Repairs Closing Date: Monday, September 8, 2025 3:00 PM This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum shall govern. Words in strike through type are deletions from existing text. Words in underlined type are additions to existing text. PLEASE NOTE: THE PRICE SCHEDULES HAVE BEEN MODIFIED TO INCLUDE THE CHANGES BELOW: A Price Schedule for Monthly Maintenance for District Energy Services — Cooling Tower has been added. The Price Schedule for Quarterly Maintenance — District Energy Services has been more clearly defined to include Cooling Towers, Pumps and Chillers. y Please note that RFP 25-058R Citywide Heating, Ventilation & Air Conditioning Equipment, Maintenance, Products, Services and Repairs R-3 has been uploaded to the Document Upload Section. 25-058R HVAC Equipment,Maintenance,Products,Service and Repairs Addendum No.5 Please acknowledge Addendum No. 5 with your bid submittal at the following link: https://boynton-beach.bijdsandtenders.net/Module/Tenders/en If you have any further questions or require additional clarification, please submit to the Purchasing representative through the Bidding System only by clicking on the "Submit a Question" button for this specific Solicitation. Sincerely, City of Boynton Beach Financial Services 25-058R HVAC Equipment,Maintenance,Products,Service and Repairs Addendum No.5 25-058R - CITYWIDE HEATING, VENTILATION, & AIR CONDITIONING EQUIPMENT, MAINTENANCE, PRODUCTS, SERVICES AND REPAIRS Opening Date: July 18, 2025 5:30 PM Closing Date: September 8, 2025 3:00 PM Vendor Details Company Name: SHAMTEC INC Does your company conduct business under any other name?If FLORIDA yes, please state: 13963 67 STREET N Address: WEST PALM BEACH, FLORIDA 33412 Contact: SHAMEER MOHAMED Email: shamtec@yahoo.com Phone: 561-352-4208 Fax: 561-352-4208 HST#: 651275764 Submission Details Created On: Monday August 11,2025 09:30:24 Submitted On: Sunday September 07,2025 09:51:08 Submitted By: SHAMEER MOHAMED Email: shamtec@yahoo.com Transaction#: be82ebd7-d006-4329-b5a1-527353dc4e4e Submitter's IP Address: 147.243.243.77 Bid Number: 25-058R Vendor Name: SHAMTEC INC Confirmation of Minority Owned Business A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form to make it an official part of with your Proposal responses. ✓ We will not be submitting for Confirmation of Minority Owned Business Description Response` Comments Is your company a Minority Owned Yes business? Please select the appropriate response Other Do you possess a certification qualifying Yes your business as a Minority Owned business? Issuing organization name Input response in comments box to the right Small/Minority Business Enterprise (S/MBE) Date of Issuance Input response in comments box to the right March 22,2022 Letter of Interest The Letter of Interest shall summarizes the Proposer's primary qualifications and a firm commitment to provide the proposed services. ftemDescription Response` 1 The Letter of Interest shall summarizes the Attached Proposer's primary qualifications and a firm commitment to provide the proposed services. Local Business Status Certification I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. By checking the box that you are not submitting for"Local Business Status Certification"you declare that you are not a local business in the City of Boynton Beach. ✓ We will not be submitting for Local Business Status Certification Is the business located within Does the business have a Is the business the City limits business tax receipt registered with the Number of years in business Business license number of Boynton issued in the current Florida Division of Beach, Florida? year? Corporations? ✓ Yes Yes a Yes 19 CAC1815132 G No rNo r No mi Bid Number: 25-058R Vendor Name: SHAMTEC INC OFFEROR'S QUALIFICATION STATEMENT Line Description Response Item 1 How many years has your organization been in business 19 under its present name? 2 If Vendor is operating under Fictitious Name, submit NO evidence of compliance with Florida Fictitious Name Statute. 3 Under what former name (s) had your business NONE operated? Also list former address(es) of that business, if any. 4 Have you ever been disbarred or suspended from doing NO business with any governmental entity? If Yes, explain. 5 Are you licensed? If Yes, attach copy of license to ATTACHED submission package. 6 Has your company ever declared bankruptcy? If Yes, NO explain. 7 If Proposer is a corporation, answer the following: date 04-20-2006 and state of incorporation, president and vice president's name, name Registered Agent, and date of organization: 8 If Proposer is other than an individual, corporation, or NO partnership, describe the organization and give the name and address of principals: 9 What will be your turn a round time for written UPON REQUEST responses to City inquiries? 10 List the pertinent experience of the key individuals of ATTACHED your organization (continue on additional sheet of paper, if necessary) 11 State the name of the individual who will have personal Shameer Mohamed supervision of the work: SCRUTINIZED COMPANIES DETERMINATION By submission of this qualification package and if selected by the City as the CONSULTANT, execution of this Agreement, in accordance with the requirements of F.S. 287.135 and F.S. 215.473, CONSULTANT, certifies that CONSULTANT is not participating in a boycott of Israel. CONSULTANT further certifies that CONSULTANT is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, nor has CONTRACTOR been engaged in business operations in Syria. Subject to limited exceptions provided in state law,the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to the CONSULTANT of the CITY's determination concerning the false certification. CONSULTANT shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, CONSULTANT shall have ninety (90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If CONSULTANT does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Line Description Response Item p 1 I Hereby Acknowledge the Scrutinized Companies - Florida Statute 287.135 and 215.473 Information r: Yes Above and Will Abide by Everything Outlined in this Section. r No Bid Number: 25-058R Vendor Name: SHAMTEC INC TEERI FY As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors shall register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. Contractor shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Contractor, or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor. An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such.Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1)year. Contractor further acknowledges that Contractor is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section; requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. Line Item Description Response* 1 I Hereby Acknowledge the E-VERIFY Information Above and Will Abide a Yes By Everything in this Section. r No PALM BEACH COUNTY INSPECTOR GENERAL The Proposer if awarded, is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any Agreement resulting from this solicitation and, in furtherance thereof, may demand and obtain records and testimony from the Contractor and its sub-contractor and lower-tier sub-contractors. The Contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractors or its sub-contractors or lower-tier sub-contractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this Agreement justifying its termination. Line Description Response Item 1 I Hereby Acknowledge the Palm Beach County Inspector General Yes Information Above and Will Abide by Everything in this Section. CERTIFICATION We (I),the undersigned, hereby agree to furnish the item(s)/service(s)described in the Invitation to Bid.We(I)certify that we(I)have read the entire document, including the Specifications,Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued.We agree to comply with all of the requirements of the entire Invitation to Bid. Line Description Response Options Item 1 Company Name Shamtec Inc 2 Address 13963 67th Street North West Palm Beach Florida 3 Telephone 561-352-4208 4 City West Palm Beach 5 State Florida 6 Zip Code 33412 7 Contractor's License Number CAC1815132 8 Federal Tax ID Number 651275764 9 Email address for above Shamtec@yahoo.com signer 10 Indicate which type of S Corp. Corporation organization from the list in the Options Column Bid Number: 25-058R Vendor Name: SHAMTEC INC VENDOR DRUG FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS- Preference may be given to businesses with drug-free workplace programs. Whenever two or more bids that are equal with respect to price,quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 1. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 2. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 3. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid,the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to,any violation of chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after each conviction. 4. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 5. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Line Description Response'' Item 1 I Hereby Acknowledge the Drug Free Information Above and Will Abide Yes by Everything in this Section. References 1. References—Past Performance Provide a list of three (3)governmental agency references or similar contracts for which the Proposer has completed or is in progress within the past ten (10)years with the following information: 2. Name of Agency 3. Address 4. Contact Name, Email Address 5. Telephone Number The City is interested in learning about other firms' or government agencies'experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as a reference and that the City or their designee will be contacting them for information. Selection Committee Members or designee may email or call each reference up to three (3) times. If there is no answer after the third attempt.the City may apply no points for that project experience. Description Reference 1 -Completed or In Reference 2-Completed or In Progress Reference 3-Completed or In Progress ` Progress Company Name Palm Beach County Fire Rescue City of Weston Palm Beach County Address 2601 Vista Parkway 20200 Saddle Club Road 2633 Vista Parkway West Palm Beach, FL 33411 Weston, Florida 33327 West Palm Beach, FL 33411 Contact Name John Molina Francisco Lopez Fred Hertzer Phone 561-723-4019 305-636-9522 954-461-1866 Email jmolina@pbc.gov flopez@westonfl.org fhertzer@pbcgov.org Bid Number: 25-058R Vendor Name: SHAMTEC INC Subcontractors I The Bidder shall state all Subcontractor(s)and type of Work proposed to be used for this project. Bidders shall not indicate"TBD" (To Be Determined)or"TBA" (To Be Announced)or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. Schedule of Sub-Consultants The Undersigned Respondent proposes the following major subcontractors for the major areas of work for the Project. The Respondent is further notified that all sub-contractors shall be properly licensed, bondable and shall be required to furnish the City with a Certificate of Insurance in accordance with the contract general conditions.This page may be reproduced for listing additional sub-contractors, if required. If not applicable or if no-subconsultants will be used in the performance of this Work, write "Not-Applicable"or"NONE"across the form. w By clicking here I confirm that there are no Subcontractor(s)/Subconsultant(s)and the Bidder shall perform the project with their "OWN FORCES". Item Name of Sub-Consultant Address of Sub-Consultant License No. Contract Amount Percentage(%)of Contract 1 Documents Ensure your submission document(s) conforms to the following: Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s)are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one(1)document for a single item,you should combine the documents into one zipped file. If the zipped file contains more than one (1)document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as"Marketing Plan." If the attached file(s)cannot be opened or viewed, your Bid Call Document may be rejected. • Proposer's Qualifications-qUALIFICATION statement(2).pdf-Wednesday September 03,2025 15:24:57 • Non-collusion Affidavit and Acknowledgement-scan-2025-09-03T152712.333.pdf-Wednesday September 03,2025 15:27:24 • E-Verify Form Under Section 448.095-scan-2025-09-03T152734.467.pdf-Wednesday September 03, 2025 15:27:43 • Certification Pursuant to Florida Statute§287.135-287.135.pdf-Wednesday September 03, 2025 15:21:06 • Anti-Kickback Affidavit-antikickback.pdf-Wednesday September 03,2025 15:21:19 • Affidavits of Compliance with Foreign Entity Laws&Anti Human Trafficking Laws-human trafficing.pdf-Wednesday September 03, 2025 15:28:05 • Proof of State Certified License-walletlicense3177412.pdf-Wednesday September 03, 2025 15:31:27 • Certificate of Insurance-Please see new insurance requirements -COI (2).pdf-Wednesday September 03, 2025 15:21:33 • Form W-9-scan -2025-09-03T160202.521.pdf-Wednesday September 03, 2025 16:02:14 • Additional Document-boynton beach hvac bid doc.pdf- Sunday September 07, 2025 09:50:27 Bid Number: 25-058R Vendor Name: SHAMTEC INC Addenda & Declarations SECTION V—STANDARD GENERAL TERMS AND PROVISIONS Unless otherwise agreed to by the City of Boynton Beach ("City"), the following Standard Terms and Conditions are applicable to this solicitation and the resulting Agreement. The term "vendor," as used below, may collectively apply to vendors, bidders, proposers, consultants, contractors, subcontractors, and subconsultants. 5.1 FAMILIARITY AND COMPLIANCE WITH LAWS, CODES AND REGULATIONS: Before submitting a proposal to this RFP, proposers shall comply with all federal, state, and local laws, ordinances, and regulations applicable to the services contemplated herein, including those applicable to conflict of interest and collusion. Proposers must familiarize themselves with all federal, state, and local laws, ordinances, codes, and regulations that may in any way affect the goods/services offered and any other applicable federal requirements now in effect or imposed in the future. Lack of knowledge by the Proposer shall not be a cause for relief from responsibility. 5.2 NON-COLLUSION Proposer shall not collude, conspire, connive, or agree, directly or indirectly, with any other proposer, firm, or person to submit a collusive or sham response in connection with the work for which the response has been submitted or to refrain from responding in connection with such work or have in any manner, directly or indirectly, sought by a person to fix the price or prices in the proposal submission form or of any other proposer, or to fix any overhead profit, or cost elements of the proposal price of any other responder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against any other proposer, or any person interested in the proposed work. The proposer certifies there has been no collusion with any other firm or employees from any other firm who will be submitting a proposal on the same project. 5.3 LEGAL CONDITIONS Proposers are notified to familiarize themselves with the provisions of the law of the State of Florida relating to the hours of labor on municipal work and with the provisions of the laws of the State of Florida and the Charter and Ordinances of the City of Boynton Beach. 5.4 CONFLICT OF INTEREST The award is subject to all conflict-of-interest provisions of the City of Boynton Beach, Palm Beach County,of the State of Florida. 5.5 ADDITIONAL HOURS QUANTITIES The City reserves the right to acquire additional hours or quantities of the requested proposal services at the prices proposal in this solicitation. If additional quantities are not acceptable, the price proposal sheets must be noted: "PROPOSAL IS FOR SPECIFIED QUANTITY ONLY". 5.6 DISPUTES In case of any doubt or difference of opinion as to the items to be furnished hereunder,the decision of the City Manager shall be final and binding on both parties. 5.7 LEGAL REQUIREMENTS: Proposer shall comply with all Federal, State, County, and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Proposer will in no way be a cause for relief from responsibility. 5.8 ON PUBLIC ENTITY CRIMES All Request for Proposals 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 public entity crime may not submit a proposal on a contract or provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor,supplier,subcontractor, vendor,or consultant under a contract with any public entity,and may Bid Number: 25-058R Vendor Name: SHAMTEC INC not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list". 5.9 FEDERAL AND STATE TAX: The City of Boynton Beach is exempt from Federal and state taxes. 5.10 PURCHASE ORDER REQUIRED: The City will not accept any goods delivered or services performed unless a duly authorized purchase order has been issued for said goods and/or services.The purchase order number must appear on all invoices, packing slips, and all correspondence concerning the order. 5.11 COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: The Proposer certifies that all material, equipment, etc., contained in this proposal meets all O.S.H.A. requirements. Proposer further certifies that if awarded as the Consultant, and the material equipment, etc. delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on the date of delivery, all costs necessary to bring the materials, equipment, etc., into compliance with the aforementioned requirements shall be borne by the Proposer. Proposer certifies that all employees, subcontractors, agents, etc. shall comply with all O.S.H.A. and State safety regulations and requirements. 5.12 PALM BEACH COUNTY INSPECTOR GENERAL: The Proposer and, if awarded Consultant, is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any Agreement resulting from this solicitation and, in furtherance thereof, may demand and obtain records and testimony from the Consultant and its sub-consultant and lower-tier sub-consultants. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Consultant or its sub-consultants or lower-tier sub-consultants to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this Agreement justifying its termination. 5.13 OTHER AGENCIES Any Agreement(s)resulting from this RFP and from this submitted proposal may, upon mutual agreement, permit any municipality or other governmental agency to participate in the Agreement under the same prices,terms, and conditions if agreed to by both parties. It is understood that at no time will any city, county, municipality, or other agency be obligated to place an order for any other city, county, municipality, or agency, nor will any city, county municipality, or agency be obligated for any bills incurred by any other city, county, municipality,or agency. Further, it is understood that each agency will issue its own purchase order or contract to the awarded Proposer(s). 5.14 VENUE AND GOVERNING LAW: Any and all legal actions arising from or necessary to enforce this solicitation and resulting Agreement will be held exclusively in Palm Beach County and shall be interpreted according to the laws of Florida. 5.15 NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT • The City is committed to assuring equal opportunity in awarding orders/contracts and complies with all laws prohibiting discrimination. • During the performance of the Agreement, the Consultant and its sub-consultants shall not discriminate against any employee or applicant for employment because of race, color, sex, including pregnancy, religion, age, national origin, ancestry, marital status, political affiliation,familial status, sexual orientation, gender identity, expression, or disability if qualified. • The Consultant will take affirmative action to ensure that employees and those of its sub-consultants are treated during employment, without regard to their race, color, sex, including pregnancy, religion, age, national origin, ancestry, marital status, political affiliation, familial status, sexual orientation,gender identity,expression,or disability if qualified. • Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. • The Consultant and its sub-consultants shall agree to post in conspicuous places, available to its employees and applicants for I Bid Number: 25-058R Vendor Name: SHAMTEC INC I employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. • The Consultant further agrees that they will ensure that all sub-consultants, if any, will be made aware of and will comply with this nondiscrimination clause. • The Consultant understands and agrees that a material violation of this section shall be considered a material breach of this solicitation and the resulting agreement/contract and may result in termination of the agreement/contract, disqualification, or debarment of the company from participating in City contracts,or other sanctions. 5.16 INDEPENDENT CONTRACTOR RELATIONSHIP: The Proposer and, if awarded Consultant, is, and shall be, in the performance of all work, services, and activities under this solicitation and the resulting Agreement, an independent Contractor and not an employee or agent of the City.All persons engaged in any of the work or services performed pursuant to the Agreement shall, at all times and in all places, be subject to the Consultant's sole direction, supervision, and control. The Consultant shall exercise control over the means and manner in which it and its employees perform the work, and in all respects, the Consultant's relationship, and the relationship of its employees, to the City shall be that of an independent contractor and not as employees or agents of the City. 5.17 OMISSION OF DETAILS Omission of any essential details from the terms or specifications contained herein will not relieve the responding Firm of supplying such product(s)or service as specified. 5.18 LOBBYING -CONE OF SILENCE: Consistent with the requirements of Chapter 2,Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be imposed upon each competitive solicitation as of the deadline to submit the proposal, or other response and shall remain in effect until the City Commission awards or approves a contract, rejects all responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no Proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff,the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for the award of contract to the Proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-proposal conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. 5.19 LEGAL EXPENSES: The City shall not be liable to a Proposer for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of the Agreement,or any other matter generated by or relating to the Agreement. 5.20 NO THIRD-PARTY BENEFICIARIES: No provision of this RFP or agreement/contract to follow with Consultant is intended to, or shall be construed to, create any third-party beneficiary or to provide any rights to any person or entity not a party to the agreement/contract, including but not limited to any citizen or employees of the City and/or Proposer. 5.21 DIRECT OWNER PURCHASES: The City reserves the right to issue purchase orders for materials to either the Contractor/Consultant/Vendor or the City's suppliers for contracts/construction/public works-related materials when deemed in the City's best interest. 5.22 SCRUTINIZED COMPANIES: By submission of a proposal for this solicitation, Consultant, its principals, or owners, certify that they are not listed on the Scrutinized Companies that Boycott Israel List, Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Terrorism Energy Sector List, or is engaged in business operations with Syria. In accordance with Section 287.135, Florida Statutes, as amended, a company is ineligible to, and may not, bid on, submit a bid for, or enter into or renew a contract with any agency or local governmental entity for goods or services of: Bid Number: 25-058R Vendor Name: SHAMTEC INC Any amount of,at the time bidding on,submitting a bid for, or entering into or renewing such Agreement,the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; or One million dollars or more if, at the time of bidding on, submitting a bid for, or entering into or renewing such Contract,the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Energy Sector List, created pursuant to Section 215.473, Florida Statutes, or is engaged in business operations in Syria. 5.23 DISCRIMINATORY VENDOR LIST An entity or affiliate who has been placed on the discriminatory vendor list may not: obtain an agreemenUcontract to provide goods or services to a public entity; construct or repair of a public building or public work; lease real property to a public entity; award or perform work as a vendor, supplier, or vendor under agreement/contract with any public entity; nor transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at(850)487-0915. 5.24 NON-EXCLUSIVE As may be applicable, the City reserves the right to acquire some or all of these goods and services through a State of Florida contract pursuant to the City's Procurement Policy, provided the State of Florida contract offers a lower price for the same goods and services. This reservation applies both to the initial award of this solicitation and to acquisition after an agreement/contract may be awarded. Additionally, the City reserves the right to award other agreements for goods and services falling within the scope of this solicitation and resultant Agreement when the specifications differ from this solicitation or resultant Agreement, or for goods and services specified in this solicitation when the scope substantially differs from this solicitation or resultant Agreement. 5.25 BUSINESS INFORMATION If a proposing firm is a Joint Venture for the goods/services described herein, the Proposer shall, upon request of the City, provide a copy of the Joint Venture Agreement signed by all parties. 5.26 AGREEMENT Proposer agrees that by submitting a proposal that is accepted by the City of Boynton Beach, a binding Agreement is formed in accordance with the City's terms, conditions, and specifications as set forth in the purchase order unless otherwise agreed by the City and the Proposer.The Proposer certifies that the proposal has been made by an officer or employee having the authority to bind the Proposer. 5.27 ENDORSEMENTS No endorsements by the City of the goods and/or services will be used by the Proposer in any way, manner, or form. 5.27 DRUG-FREE WORKPLACE The Consultant shall implement and maintain a drug-free workplace program of at least the following items: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. A Inform employees about the dangers of drug abuse in the workplace, the Proposer's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. B. Give each employee engaged in providing the services that are under contract a copy of the statement specified in Item A above. C. In the statement specified in Item A above, notify the employees that, as a condition of providing the services that are under contract, the employee will abide by the terms of the statement and will notify the Proposer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five(5)calendar days after such conviction or plea. D. Impose a sanction on or require satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community,for any employee who is so convicted or so pleads. E. Make a good faith effort to continue to maintain a drug-free workplace through the implementation of Section 287.087, Florida Statutes 5.29 PROHIBITED TELECOMMUNICATIONS EQUIPMENT Bid Number: 25-058R Vendor Name: SHAMTEC INC Proposer represents and certifies that Proposer and all Sub-consultants do not use any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system or as critical technology as part of any system, as such terms are used in 48 CFR§§ 52.204-24 through 52.204-26. Proposer represents and certifies that Proposer and all Sub- consultants shall not provide or use such covered telecommunications equipment, system, or services during the Term. 5.30 PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL, OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING Proposers are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the City will not request documentation of or consider a Proposer's social, political, or ideological interests when determining if the Proposer is a responsible Consultant. Proposers are further notified that the City's governing body may not give preference to a Proposer based on the Proposer's social, political, or ideological interests. 5.31 RIGHTS IN DATA Except if otherwise agreed to in writing, the City shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials, and documents discovered or produced by Proposer pursuant to the terms of this solicitation, including but not limited to reports, memoranda or letters concerning the research and reporting tasks required. 5.32 DOCUMENTATION OF COSTS All costs submitted shall be supported by properly executed payrolls, time records, invoices, vouchers, or other official documentation evidencing in proper detail the nature and propriety of the charges.All checks, payrolls, invoices, contracts, vouchers,orders, or other accounting documents pertaining in whole or in part to the resulting contract/agreement shall be clearly identified and regularly accessible and provided to the City upon request. 5.33 PUBLIC RECORDS Sealed documents received by the City in response to a Request for Proposals are exempt from public records disclosure until thirty(30) calendar days after the opening of the RFP unless the City announces intent to award sooner, in accordance with Florida Statutes 119.071. The Consultant agrees that copies of any and all property, work product, documentation, reports, computer systems and software, schedules, graphs, outlines, books, manuals, logs, files, deliverables, photographs, videos, tape recordings, or data relating to the Agreement which have been created as a part of the vendor's services or authorized by the City as a reimbursable expense, whether generated directly by the Consultant, or by or in conjunction or consultation with any other party whether or not a party to the Agreement, whether or not in privity of contract with the City or the Consultant, and wherever located shall be the property of the City. Any material submitted in response to this solicitation is considered a public document in accordance with Section 119.07, F.S. All submitted information that the responding Proposer believes to be confidential and exempt from disclosure (i.e., a trade secret or as provided for in Section 119.07, Chapter 688, and Section 812.081, F.S.) must be specifically identified as such. Upon receipt of a public records request for such information, a determination will be made as to whether the identified information is, in fact, confidential. The City is a public agency subject to Chapter 119, Florida Statutes. The Consultant shall comply with Florida's Public Records Law. Specifically,the Consultant shall: A. Keep and maintain public records required by the City to perform the service. B. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law. C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and,following completion of the Agreement, Consultant shall destroy all copies of such confidential and exempt records remaining in its possession once the Consultant transfers the records in its possession to the City; and D. Upon completion of the Agreement, Consultant shall transfer to the City, at no cost to the City, all public records in Consultant's possession.All records stored electronically by consultant must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. E. Failure of the Consultant to comply with the requirements of this Section, and other applicable requirements of state or federal law, shall be a material breach of the resulting Agreement. The City shall have the right to exercise all remedies available to it for breach of agreement/contract, including but not limited to, the right to terminate for cause. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF Bid Number: 25-058R Vendor Name: SHAMTEC INC PUBLIC RECORDS: CITY CLERK'S OFFICE 100 EAST OCEAN AVENUE BOYNTON BEACH, FLORIDA,33435 561-742-6060 CityClerk@bbfLus 5.34 SOVEREIGN IMMUNITY Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or under Section 768.28, Florida Statutes. Bid Number: 25-058R Vendor Name: SHAMTEC INC THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - Shameer Mohamed, Director, shamtec inc The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest? r Yes a No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. I have reviewed the File Name below addendum and Pages attachments(if applicable) 25-058R—Heating Ventilation,Air Conditioning Equipment,Products,Service and Repairs- Addendum No.6 r 2 Fri September 5 2025 06:03 PM 25-058R—Heating Ventilation,Air Conditioning Equipment,Products,Service and Repairs- Addendum No.5 r 4 Thu September 4 2025 01:29 PM 25-058R-Heating Ventilation,Air Conditioning Equipment,Service and Repairs r 2 Sun August 31 2025 11:14 PM 25-058R-Heating Ventilation,Air Conditioning,Equipment,Products,Service and Repairs i✓ 2 Fri August 22 2025 09:54 AM 25-058R—Heating Ventilation,Air Conditioning Equipment,Products,Service and Repairs F 7 Thu August 21 2025 05:15 PM 25-058R—Heating Ventilation,Air Conditioning Equipment,Products,Service and Repairs 4 Tue August 19 2025 01:27 PM Bid Number: 25-058R Vendor Name: SHAMTEC INC I 0 Bid Number: 25-058R Vendor Name: SHAMTEC INC l !1 Q \ r PROPOSER'S QUALIFICATION STATEMENT THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 100 E.Ocean Avenue Boynton Beach, Florida 33435 Check One Submitted By: Corporation x Name: Shameer Mohamed Partnership Address:13963 67th St N Individual CITY,State,Zip: West Palm Beach Florida 33412 Other Telephone No.: 561-352-4208 Fax No.: Email Address.: Shamtec@yahoo.com 1. State the true,exact,correct,and complete name of the partnership,corporation,trade,or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: Shamtec Inc The address of the principal place of business is: 13963 67th St N West Palm Beach Florida 33412 2. If Proposer is a corporation,answer the following: a. Date of Incorporation: 04/20/2006 b. State of Incorporation: Florida c. President's name: Shameer Mohamed d. Vice President's name: e. Secretary's name: Rabyha Khan f. Treasurer's name: g. Name and address of Resident Agent: Shameer Mohamed 3. If Proposer is an individual or a partnership,answer the following: THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 33 a. Date of organization:04/20/2006 b. Name,address and ownership units of all partners: NA c. State whether general or limited partnership: NA 4. If Proposer is other than an individual, corporation,or partnership,describe the organization and give the name and aAddress of principals: 5. If Proposer is operating under a fictitious name,submit evidence of compliance with the Florida Fictitious Name Statute. NA 6. How many years has your organization been in business under its present business name? 19 Under what other former names has your organization operated? NA 7. Indicate registration,license numbers,or certificate numbers for the businesses or professions,which are the subject of this Bid.Please attach the certificate of competency and/or state registration. • 8. Did you attend the Pre-Proposal Conference if any such conference was held? 0 YES X NO 9. Have you ever failed to complete any work awarded to you?If so,state when,where,and why: NO 10. List the pertinent experience of the key individuals of your organization(continue on insert sheet,if necessary) Experience of our individuals include HVAC/R trade knowle and practical. 11. State the name of the individual who will have personal supervision of the work: Shameer Mohamed THIS PAGE IS TO BE SUBMITTED ALONG WITH THF BID FOR THE RID PACKAGF TO RE CONSIDERED COMPLETE AND ACCEPTABLE 34 12. State the name and address of the attorney,if any,for the business of the Proposer: No 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent(5%)of the Proposer's business and indicate the percentage owned of each such business and/or individual: NA 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: NA 15. State the name of the Surety Company which will be providing the bond(if applicable),and the name and address of the agent: NA 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number a. Government Related Work 3 b. Non-Governmental Related Work 1 Total Work(a+b): Revenue Index Number 1. Less than$100,000 2. $100,000 to less than$250,000 3. $250,000 to less than$500,000 4. $500,000 to less than$1 million 5. $1 million to less than$2 million 6. $2 million to less than$5 million 7. $5 million to less than$10 million 8. $10 million to less than$25 million 9. $25 million to less than$50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone THIS PAGE 6 TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 35 18. Describe policies and methods for project monitoring and budgeting control as well as adherence to project schedule(continue on insert sheet,if necessary). Our firm monitors all projects and control all bud 19. Provide descriptions of quality assurance/quality control management methods(continue on insert sheet, if necessary): Our firm controls and manage all task that are taken upon us. 20. Is the financial statement submitted with your proposal(if applicable)for the identical organization named on page one? YES NO x 21. If not,explain the relationship and financial responsibility of the organization whose financial statement is providede.g.,parent-subsidiary). Spon request we can provide. 22. What will be your turnaround time for written responses to City Inquiries? Same day. 23. List and describe all bankruptcy petitions(voluntary or involuntary)which have been filed by or against the Proposer,its parent or subsidiaries,or predecessor organizations during the past five(5)years. Include in the descriptiioon,the disposition of each such petition. 24. List all claims,arbitrations,administrative hearings,and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5)years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project in which the dispute arose, and a description of the subject matter of the dispute. N/A THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BF CONSIDERED COMPLETE AND ACCEPTABLE 36 25. List and describe all criminal proceedings or hearings concerning business-related offenses to which the Proposer,its principals or officers,or predecessors'organization(s)were defendants. 26. Has the Proposer,its principals,officers,or predecessors'organization(s)been convicted of a Public Entity Crime,debarred,or suspended from bidding by any government during the last five(5)years? If so,provide details. The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by the owner in awarding the contract and such information is warranted by Proposer to be true.The discovery of any omission or misstatement that materially affects the Proposers qualifications to perform under the contract shall cause the owner to reject the proposal,and if after the award,to cancel and terminate the award and/or contract. /�� (Signed)` /[�'�fil,e' f%/Gt ti14i904%1 STATE OF r�Cn/�1d�I (Title) i #4tie COUNTY OF Qj A51101 ) The foregoing documjapkwas acknowledited befo rne, by means of 0 physical presence,,�9r}� onli notarization, this / ti day of f/ . 2(1 by ��41r/E �/`7o/1cti / -,v,, of ,q ffCG !NC who is personally known to me or who has produceddu / - C/--C /-0 as identification. ,f , h Mai! No ,i'ubl(c(Signature) ,�""' •••``4 IiABYF1AxHAN My Comcommissionn Expires: - ®.f/� 28_:4 � commission M HH 513587 1/0"j,1o%N' Expires August 9,2028 THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 37 Y�A (4( ). v O+~roH fir NON-COLLUSION AFFIDAVIT AND CERTIFICATION OF PROPOSER THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE State of f2e,il' • t� County of K/1/-pt BC✓kc H '/t/"7.7 /' 4`chAnle-i- ,being first duly sworn,deposes and says that: 1) He/She is /11Jt/1%44 2 of -5/V,`4/1 ei vle,mgr'Jit--,the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached BID: 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) By signing and submitting this bid, the BIDDER certifies that this bid Is made independently and free from collusion; 4) Further,the said bidder nor any of its officers,partners,owners,agents,representatives,employees or parties in interest,including this affiant,has in any way colluded,conspired,connived,or agreed,directly or indirectly with any other Bidder,integrator or person to submit a collusive or sham BID in connection with the Contract for which the attached BID has been submitted or to refrain from bidding in connection with such Contract,or has in any manner,directly or indirectly,sought by agreement or collusion or communications or conference with any other bidder,integrator or person to fix the price or prices in the attached BID or of any other bidder, or to fix any overhead,profit or cost element of the BID price or the BID price of other proposer or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract;and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy,connivance,or unlawful agreement on the part of the bidder or any of its agents,representatives, owners,employees,or parties in interest,including this affiant. 6) BIDDER shall disclose below,to their best knowledge,any City of Boynton Beach officer or employee,or any relative of any such officer or employee as defined In Section 112.3135(1)(c),Florida Statutes(2022),who is an officer of director or,or has a material interest in,the BIDDER's business,who is in a position to influence this procurement. Any City of Boynton Beach officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed,for purposes hereof,to be in a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the BIDDER, or if they otherwise stand to personally gain if the contract is awarded to this BIDDER. 7) Failure to submit this executed statement as part of the bid shall make the bid non-responsive and not eligible for award consideration. In the event the BIDDER does not indicate any names,the CITY shall interpret this to mean that the BIDDER has indicated that no such relationships exist. Failure of a BIDDER to disclose any THIS PAGE IS TO BF SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 39 relationship described herein shall be reason for termination of bid or award,whichever is applicable,with no time to cure. NAME RELATIONSHIP Witnesses: BIDDER: Signed: Typed name: Name: Title: Typed name: STATE OF c7e,44 419 COUNTY OF fee-inJ(RCy ) The foregoing instrument was acknowledged before me, by means of ❑ physical presence or 0 online /.f21notarization,this /.f21day of - Ctt� ,202 by 5J aitsc'c''J o/ct ineA/ ,who is personally known to me or who has pr uced -A/•53?) 6,P-0 as identification. Subscribed and sworn to before me u� .P¢ This 7 S `` day of et t44I 20,Z,3— , IssioiAIDIAN Commission/HH 513587 +4, _fP Expires August 9,2028 . Notary Public(Signature) My Commission Expires: 809/0?028 THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FORTH(BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 40 Y pR rjr 9 \ T o U E-VERIFY FORM UNDER SECTION 448.095,FLORIDA STATUTES THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE Project Name: CITYWIDE HEATING,VENTILATION,&AIR CONDITIONING EQUIPMENT,MAINTENANCE,PRODUCTS,SERVICES AND REPAIRS Solicitation No.: 25-058R 1. Definitions: "Contractor"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor,supplies,or services to such employer in exchange for salary,wages,or other remuneration."Contractor"includes,but is not limited to,a vendor or consultant. "Subcontractor"means a person or entity that provides labor,supplies,or services to or for a contractor or another subcontractor in exchange for salary,wages,or other remuneration. "E-Verify system"means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1,2021,Contractors,shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees.Contractor shall register for and utilize the U.S.Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract;and b) All persons(including sub-vendors/sub-consultants/sub-contractors)assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach;and c) Should vendor become the successful Contractor awarded for the above-named project, by entering into the contract,the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees.Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ,contract with,or subcontract with, an unauthorized alien.The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which It is contracting has knowingly violated s.448.09(1)Fla.Stat.,the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s.448.095(2),but the Contractor otherwise complied with s.448.095(2)Fla.Stat.,shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a)or b)is not a breach of contract and may not be considered as such. d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract Is terminated for a violation of the statute by the Contractor,the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Shamtec Inc Authorized Signature: /116Ga?tCf— /aii.m.ed Print Name: Shameer Mohamed Title Director Date: f„Pe4 4./04.471 `471 Phone: 561-352-408 STATE OF riardA COUNTY OF PA--/-01 A[ark t The foregoing instrument was acknowledged before me by means of n physical resence or o online notarization, this(o qday of ___ , 2024by means/of 1hN ,gn behalf of .3.-741411<! -- w 5.r141 / j C a/she is personally known to me or has produced o4+--Qas kentification. £h/ J . 6 / NOTARY PUBLIC /C NanSe ofNotaryr`j�J ( Typed,Printed or Stamped) ?.• �t RABYHA KHAN •+ Commission t HH 513587 Title or Rank "Fo�,t,�A Expires August 9.292a Serial number,if any Y O� � z o h�ON 6 CERTIFICATION PURSUANT TO FLORIDA STATUTE§287.135 TO BE COMPLETED AND UPLOADED ONLINE • I, •.s/ j4✓ '66f /1'/0.-iR iFL ,on behalf of s'rf14-1.1'Tf-/ids certify Print Name and Title 114trCitteW— Company Name that $Yi4/J!%E c //1).C.. does not: Company Name 1.Participate in a boycott of Israel;and 2.Is not on the Scrutinized Companies that Boycott Israel List;and 3.Is not on the Scrutinized Companies with Activities in Sudan List;and 4.Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List;and 5.Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract.The City shall provide notice, in writing,to the Vendor of the City's determination concerning the false certification.The Vendor shall have ninety(90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error.If the Vendor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute§287.135. Section 287.135,Florida Statutes,prohibits the City from: 1)Contracting with companies for goods or services if at the time of bidding on,submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725,F.S.or is engaged in a boycott of Israel;and 2)Contracting with companies,for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list,created pursuant to Section 215.473,or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Vendor,I hereby certify that the company identified above In the section entitled 'Vendor Name' does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List and is not engaged in business operations in Syria. I understand that pursuant to Section 287.135, Florida Statutes,the submission of a false certification may Y o. o = o v Tow 0L ANTI-KICKBACK AFFIDAVIT THIS PAGE IS TO BE COMPLETED AND UPLOADED ONUNE STATE OF FLORIDA : SS COUNTY OF PALM BEACH I,the undersigned hereby duly sworn,depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission,kickback,reward,or gift,directly or indirectly by me or any member of my integrator or by an officer of the corporation. /, /J By: "I-4a r,..w.<<z.4• NAME-SIGNATURE The foregoing instrument was acknowledged before me, by mels of❑ physi .1 presence or ❑ online notarization,this /instrument/ of 4 , - ,203s'byi tv/Clime u-h ,who is personally known to me or who has • .duped A _53er•40- • U as identification. Sworn and subscribed before me this J,!4,VHt�-ZIP Printed Information: 44rs>f=fre AiM1 ei ti/J • NAME TITLE NOTAyn C,�t of Florida at Large sm7Xutrc COMPANY s°05.P.`:4(1, RABYFtA KHAN Commission f HH 513587 Expires August 9,2028 "OFFICIAL NOTARY SEAL"STAMP THIS PAGE IS TO BF SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 38 ?ail i o V ,rylON'A4P W AFFIDAVIT OF COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS TO BE COMPLETED AND UPLOADED ONLINE In accordance with section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity listed below("Entity"),hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking." Date: /O /'tt,Citt c ,20 1S Signed: )6� ..,Bl-//0 >ar4s Entity: S7`teMr /ACC Name: ,-514#0/0/ ./1° able":" Title: /'j!n'RP4`47r'� STATE OF F7oA4f? COUNTY OF 1-4,/1-M'.46°. The foregoing instrument was acknowledged before me, by means of 0 'physical p sense or 0 online notarization, this f� day of J° 3'/ , 20,25 , by .S"s'/v,;/iCY �1c "xis' , as /e09.4/ C for 11,444272x"[ //tri ,who is personally known to me or who has produced 4453C-~off- —eel---is identification. Notary Public Signature: Q6/ /X�A/i � State ,gjlorida at Large(Seal) Can mission I HH 513587 M'?a,noP� Expires August 9,20028 My commission expires: eV/6:'7/1c`:�,)' Tl S., .��:. t F:, STATE OF FLORIDA °.,,,,„' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 1-"/. f-',: ,rO if1#. Y '_ g` 2601 BLAIR STONE ROAD • '{' TALLAHASSEE FL 32399-0783 :f%ov ai Tt .:; Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, STATE OF FLORIDA DEPARTMENT and they keep Florida's economy strong. ci b pr OF BUSINESS AND PROFESSIONAL '++ I REGULATION Every day we work to improve the way we do business in order to serve you better. For information about our CAC1815132 CERTTIFIEDIFIEDI ISSUED:07/29/2024 AIR COND CONTR services, please log onto www.myfloridalicense.com. MOHAMED,SHAMEER HOSSEIN There you can find more information about our SHAMTEC INC divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Signature LICENSED UNDER CHAPTER 489,FLORIDA STATUTES Our mission at the Department is: License Efficiently, EXPIRATION DATE: AUGUST 31,2026 Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! Ron DeSantis,Governor Melanie S. Griffin, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER: CAC1815132 EXPIRATION DATE: AUGUST 31,2026 THE CLASS A AIR CONDITIONING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MOHAMED, SHAMEER HOSSEIN 0 0 SHAMTEC INC 13963 67TH ST N „,1.7...;....7 , - WEST PALM BEACH FL 33412 ', �"�r,t+ti Ci ISSUED:07/29/2024 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license.It is unlawful for anyone other than the licensee to use this document. �....4, SHAMT-1 OP ID:AC ACC)RCI CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DO/YYYV) 07125!2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pollcy(lea)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 561-721-2700 car EACT Amanda Cartwright Alberti Insurance Agency PHONE 561-721-2700 IFAX 561-721- 070 2324 S Congress Ave 2G8 (AIC,NyEN): (IVO.N* West Palm Beach,FL 33406 acarfwrI IbeI jnsuranrn ce.co Amanda J Cartwright : - ga - tIllin WSI AFFORDNIO cwetAGE NM! 1�wRE -- ,mum Insurance Company 41297 -- =MSc Inc. ,muses s:Progressive - 13963 67th STN �— MIfURERC: West Palm Beach,FL 33412 INSURER 0: _ _SISURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN_REDUCED BY PAID CLAIMS. - _ POLICY EFF POUCY EXP i TR TYPE OF INSURANCE —AWL son) - - ...-. Aso von) POLICY RUNNER /MEypp/yyyp IMWOOfYYYYI ups A X COMMERCIAL GENERAL L1A8SJTY 1EACH OCCURRENCE 8 1,000,000 �I CLAIMS-MADE � I OCCUR CPSR231164 0611612025,06/15/2026a 1612026 DAMAGE TO RENTED 100,000 PREMISES lEa ourSOM) i _1 O etally one Person) ; 50,000-- --- PFRsaaL a Aov Pl urtr ; 1,000,000 MST APPLIES PER: GENERAL AGGREGATE ; 2,000,000 Y U PI r2,000,000 ,.C�QQlLCTB•COMP/OP AGO 1 OTHER: S B AUTOIrOaIEUAaal1YaeEfleenu INGLEUMrt 1 1,000,000 ANY— imamTO SCHEDULED 972626201 09/06/2024 09106/2025_popsy INJURY tear porton) ;_ x AUTOS ONLY X AUTOSS�y�.�ED BUQQY I WyRY(Per aCUONMt ; _— ANTO6ONLY —OTOS ONLY pAppE _.._._ • UMBRELLA LIAR I. OCCUREACH OCCURRECEN _ EXCESS LIAR I CWMSMADE N3 GATE _i____ , —_ DED RETENTIONS S WORKERS COMPENSATION r�R OTH. AND EMPLOYERS'LIABILITY _.-1$SAIIQE..I-_I ER YI ANY PROPRIETOR/PARTNER/EXECUTIVE tgiFF, eRzEM REXCLUDED? C NIA f,L_FAU/ACCIDEWT L (Nar,detoey In NH) - ---...—-- II yesdescribe)rider E.L.DISEASE-EA EMPLOYEE IDESCRIPTION OF OPERATIONS SEC. �.L.DISEASE-POLICY LIMIT $ 1 1 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule.may be attached it more space In required) SHAMEER H MOHAMED: General Contractor License:CGC-1515214 Plumbing Contractor License:CFC-1427785 Air Conditioning Contractor License:CAC-1815132 CERTIFICATE HOLDER CANCELLATION BOYNTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Boynton Beach ACCORDANCE WITH THE POLICY PROVISIONS. Building Department 100 E Boynton Beach Blvd AUTHORIZED REPRESENTATIVE Boynton Beach,FL 33435 Amanda J Cartwright ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Fpm W-9 Request for Taxpayer Give Form to the (Rev.December 2014) requester.Do not December Treasury Identification Number and Certification Internal Revenue Service send to the IRS. 1 Name(as shown on your Income tax return).Name Is required on this fine;do root leave this line blank, Shamtec Inc ni 2 Business name/disregarded entity name,if different from above $ Shemtec Inc �$ 3 Check appropriate box for federal tax classification;check only one of the following seven boxes: 4 Exemptions ❑Individual/sole proprietor or (codes apply onlyto p ❑ C Corporation Q S Corporation 0 Partnership ❑Trustiestate certain entities,not individuals see G single-memfler LLC instructions on page 3): 0 Limited liability company.Enter the tax ctassihcatlon(C=C corporation,S=S corporation,Pepartnersnp)► Exempt payee code Of any) Note.Fora single-mernoer LLC that is disregarded,do not Check LLC;check the appropriate box in the line above for Exemption from FATCA reporting the tax classification of the single-member owner. ac ❑Other(see instructions)► Code(it any) at 5 Address(number,street,and apt.or suite no.) "to sa(o 01 conal) °°`x'""r^•usl e 13963 67th street north Requester's name arid address(optional) 8 City,state.and ZIP coda west palm beach 33412 7 List account number(a)here Optional) Part I Taxpayer Identification Number(TIN) Enter your TIN In the appropriate box.The TIN provided must match the name given on line 1 to avoid Social mita*number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I Instructions on page 3.For other I I _ idI I entities,it is your employer identification number(EIN).If you do not have a number,see How to get a J T1N on page 3. or Note.If the account is in more than one name,see the instructions for line 1 and the chart on page 4 for Employer Identification number guidelines on whose number to enter. 6 5 -I 11 2I 7I 5I 7I6I4I Part II Certification Under penalties of perjury,I certify that: 1. The number shown on this form Is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding.or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all Interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. I am a U.S.citizen or other U.S.person(defined below);end 4.The FATCA code(s)entered on this form Of any)Indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out tern 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,Item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the Instructions on page 3. Sign 9 Signature of p/ // Here U.S_person►f�4.•,•.e /741:),r...F!r/ Date CiA/ZS General Instructions •Form 1098(home mortgage interest),1098-E(student loan interest).1098-T Section references aro to the Internal Revenue Code unless otherwise noted. (tuition) •Form 1099-C(canceled debt) Future developments,Information about developments affecting Form W-9(such as legislation enacted after we rebase •It)is at www.bs.gov/M9. 'Form 1099-A(acquisition or abandonment of secured property) Purpose of Form Use Form W-9 only if you are a U.S.person(including a resident alien),to provide your correct TIN. who Y required to his en information Ify u do not return Form W-9 to the requester weir a TIN,you might be subject An individual or entity(Form W-9 requester)w return with the IRS must obtain your correct taxpayer Identlficabon number(Tit) to backup withholding.See What la backup withholding?on page 2. whmay be you social security number(SSN).Individual taxpayer identification number(RIM,adoption taxpayer Identification ma'rhbr(ATIN),or employer 1.Certify ersigning t the filled-out torn.You: identification number(EtN).to report on an information return the amount paid to 1•Certify that the T1N you are giving is correct(or you are waiting for a number you,orinformation amount reportable on an return.Examples of Information 1d be ire. returns Include.but we not limited to,the following' 2.Certify that you we not subject to backup withholding.or •Form 1099-INT(ntsreat lamed or paid) 3.palm exemption from backup withholdingit applicable,you are also cert you are a U.S.exempt payee.If FORT',1099-DIV(dividends,including those from stocks or mutual funds) certifying that as a U.S.person,your allocable share of •For •Form 1099-MISC(various types of Income, any partnership income from a U.S.trade or business is not subject to the Prizes,awards,or gross proceeds) withholding tax on foreign partnere'share of effectively connected income,and •Form 1099-B(stock or mutual fund sales and certain other transactions by 4.Certify that FATCA code (l s)entered on this form any)indicating that you are brokers) exempthorn the FATCA •Form 1099-S page reporting,is correct.See What is FATCA reporting?on (proceeds holm real estate transactions) 2 for further information. •Form 1099-K(merchant card and third party network transactions) Cat.No.10231X Form W-9(Rev.12-2014) OO r- ~SON O E-VERIFY FORM UNDER SECTION 448.095,FLORIDA STATUTES THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE Project Name: CITYWIDE HEATING.VENTILATION.&AIR CONDITIONING EQUIPMENT,MAINTENANCE.PRODUCTS,SERVICES AND REPAIRS Solicitation No.: 25-058R 1. Definitions: "Contractor"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor,supplies,or services to such employer in exchange for salary,wages,or other remuneration."Contractor'includes,but is not limited to,a vendor or consultant. "Subcontractor"means a person or entity that provides labor,supplies,or services to or for a contractor or another subcontractor In exchange for salary,wages,or other remuneration. "E-Verify system"means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1,2021,Contractors,shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees.Contractor shall register for and utilize the U.S.Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract;and b) All persons(including sub-vendors/sub-consultants/sub-contractors)assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach;and c) Should vendor become the successful Contractor awarded for the above-named project, by entering into the contract,the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility' as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees.Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ,contract with,or subcontract with, an unauthorized alien.The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s.448.09(1)Fla.Stat.,the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s.448.095(2),but the Contractor otherwise complied with s.448.095(2)Fla.Stat.,shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a)or b)is not a breach of contract and may not be considered as such. Y 0• 4 \ _ �1 F�rON 04. CERTIFICATION PURSUANT TO FLORIDA STATUTE§287.135 TO BE COMPLETED AND UPLOADED ONLINE I, - -i4rrm€ ,f ,on behalf of .,._ •,(bit/if%Fe M/4. _certify Print Name and Tide *I'isftlWCompany Name that S-1.64/? LSC ///C does not: Company Name 1.Participate in a boycott of Israel;and 2.Is not on the Scrutinized Companies that Boycott Israel List;and 3.Is not on the Scrutinized Companies with Activities in Sudan List;and 4.Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List;and 5.Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract.The City shall provide notice, in writing,to the Vendor of the City's determination conceming the false certification.The Vendor shall have ninety(90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error.If the Vendor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute§287.135. Section 287.135,Florida Statutes,prohibits the City from: 1)Contracting with companies for goods or services if at the time of bidding on,submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725,F.S.or is engaged In a boycott of Israel;and 2)Contracting with companies,for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list,created pursuant to Section 215.473,or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Vendor,I hereby certify that the company identified above in the section entitled 'Vendor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List and is not engaged in business operations in Syria. I understand that pursuant to Section 287.135, Florida Statutes,the submission of a false certification may EVenly -g4 ' ti iau;i Employment Eligibility Verification Tutorial Horne Earl Tutorial Log Cut E-Verify Program Administrator Tutorial for E-Verify Employer Agents 30 of 30 Knowledge Test Results Congratulations! Shameer Mohamed(SMOH8070),your score is 89.29% Shameer Mohamed,you successfully completed this tutorial and passed the E-Verify Knowledge lest on July 13,2022. Uso your browset's pnnt capability to obtain a copy of this page for your records. To use E-Verify,select'Exit Tutorial.' E-Verify REMINDER:You must visit'View Essential Resources'to read the E-Verify User Manual,and you must print and dearly display the'Notice of E-Verify Participation'and'Right to Work'posters in all languages supplied by DHS. U.S.Department of Hornvsnd Security-www.dhc.goy V.S.Ceirentip Ind Immgn'ion Services-www.taus.gov Accessoiqly Oo bad Vwosm M An official website of the United States government Here's how you know E-Verify Menu in My Company Account My Company Profile Company Information Company Name Shamtec inc Doing Business As(DBA) Shamtec inc Company ID 1854865 Enrollment Date Jul 13,2022 Employer ID Number 651275764 Unique Entity Identifier(UEI) DUNS Number 825798890 Total Number of Employees 1 to 4 NAICS Code z Previous On List Next On List Return to List Events No Name History Detail by FEI/EIN Number Florida Profit Corporation SHAMTEC, INC. Filing Information Document Number P06000056429 FEI/EIN Number 65-1275764 Date Filed 04/20/2006 State FL Status ACTIVE Last Event CANCEL ADM DISS/REV Event Date Filed 10/06/2007 Event Effective Date NONE 1 I 45 Ron DeSantis,Governor w f Melanie S.Griffin,Secretary '` :: ' FI rids d r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE CLASS A AIR CONDITIONING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MOHAMED, SHAMEER HOSSEIN SHAMTEC INC 13963 67TH ST N WEST PALM BEACH FL 33412 LICENSE NUMBER:CAC1815132 EXPIRATION DATE: AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.corn ISSUED:07/29/2024 Do not alter this document in any form. • o . This is your license. It is unlawful for anyone other than the licensee to use this document. ``'+1 .'i00 !, .,I+" +/+I, I +'' +R 01 1,, .. 21 ::,'1 Palm Beach County Office of Equal Business Opportunity _ Certifies That Shamtec Inc. jG _,,-- i.------ Vendor# VC0000120957 = s- is a Small/Minority Business Enterprise (S/MBE) as prescribed by section 2-80.21 -2.80.30 of ' the Palm Beach County Code for a three year period from March 22, 2022 to March 21, 2025 7 The following services and/or products are covered under this certification: ', Heating,Ventilating and Air Conditioning (HVAC); Plumbing; Roofing Consultant; Roofing and Siding; - Services, Plumbing , ,.\\� I I f" i - Palm Beach County Board of County Commissioners Allen Gray,Man yACH Robert S.Weinroth,Mayor 03/2212022 ��tal4 CGreggK.Weiss,Vice Mayor �i Maria G.Marino ` Dave Kerner ' Maria SachsatiMelissa McKinlay• Mack Bernard ti► �\\ / 4+ (l19 County Administrator Vedenia C.Baker State of Florida Department of State I certify from the records of this office that SHAMTEC, INC. is a corporation organized under the laws of the State of Florida, filed on April 20,2006. The document number of this corporation is P06000056429. I further certify that said corporation has paid all fees due this office through December 31,2025,that its most recent annual report/uniform business report was filed on January 15,2025, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fifteenth day of January,2025 • Secretory of tate Tracking Number:5413582082CC To authenticate this certificate,visit the following slte,cnter this number,and then follow the instructions displayed. haps://servicess unbizorg/Filings/CertificateO fStatus/CertificateA uthen tication AN N e M. GAN N O N P.O.Box 3353,West Palm Beach,FL 33402-3353 **LOCATED AT•• 0OBN$TITUT1erTAX COLLECTOR www.pbctex.gov Tel (561)355-2264 13963 67TH ST N yk„i„gP,yBear*t•As,ty WEST PALM BEACH,FL 33412 Serving you. TYPE OF BUSINESS OWNER CERTIFICATION a RECEIPT URATE PAID ANT PAID BLL• PLUMBING CONTRACTOR MOIMMED SHAMEER H CFC1427766 B25 847341 Od0]2C7D 527 60 84011.728 This document Is valid only when receipted by the Tax Collector's Office STATE OF FLORIDA PALM BEACH COUNTY SHAMTEC INC 2025/2026 LOCAL BUSINESS TAX RECEIPT E.: SHAMTEC INC LBTR Number: 200907807 H 13963 67TH ST N EXPIRES: 09/30/2026 WEST PALM BEACH FL 33412-1959 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public0 . P.O.Box 3353,West Palm Beach,FL 33402-3353 —LOCATED AT** ANNE M. GANNUN WTel:(561)3552264 1396367TH ST N T•S/Tp11AL TAx oou.eo7oR WEST PALM BEACH,FL 33412 asiv mMIN Sem*(Amity tle,Mng yl7u. TYPE OF BUSINESS OWNER CERTIFICATION• RECEIPT•/DATE PAID AMT PNM BILLS GENERA..CONTRACTOR MOHAMED SIIAAEER H CGC1516214 525.844342 OSOB2025 527.60 54011.726 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2025 12026 LOCAL BUSINESS TAX RECEIPT SHAMTEC INC LBTR Number: 200818128 "�=< SHAMTEC3963 67TH ST N EXPIRES: 09/30/2026 •1P'' WEST PALM BEACH FL 33412-1959 This receipt MUST be conspicuously displayed at the place of business and In such a manner as to be open to the view of the public. P.O.Box 3353,West Palm Beach,FL 33402-3353 **LOCATED AT** AN N wi. n N tl cl i www.pbctax.gov Tel:(561)355-2264 13983 67TH ST N IE) essumTUTIONAL iAx cILLEII'dlt litotes Min MO:C.,/fI WEST PALM BEACH,FL 33412 $Arv$II I/1111. TYPE OF BUSINESS OWNER CERTIFICATION F RECEIPT*MATE PAID AMT PAID BILL S A51 CONDITIONING CONDI MOGIAMEO SHAMEER H CAC161S137 B25i44341 060.12025 $27.60 540114727 This document Is valid only when receipted by the Tax Collector's Office_ STATEOF FLORIDA PALM BEACH COUNTY SHAMTEC INC 2025/2026 LOCAL BUSINESS TAX RECEIPT � SHAMTEC INC LBTR Number: 200700994 kms• 13963 67TH ST N EXPIRES: 09/3012026 WEST PALM BEACH FL 33412-1959 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. AM, This is to certify that Shameer Mohamed has successfully completed ASHRAE Standard 15-2022 (2023) APP-CMC090-EN August 22, 2025 1 PDH IRAN = TEGMNQ LOQIES AIW TRAIN This is to certify that Shameer Mohamed has successfully completed Applying VRF for a Complete Building Solution (2020) APP-CMC075-EN August 22, 2025 1 PDH 1 ?AN = This is to certify that Shameer Mohamed has successfully completed APP-CMCO20-EN Cooling Towers and Condenser-Water Systems (2005) August 22, 2025 1.5 PDH 1 ?AN = TECHNOI.00IEE T � RA/VE This is to certify that Shameer Mohamed has successfully completed System Controls for Applying ASHRAE Guideline 36 (2024) APP-CMC089-EN August 22, 2025 1 PDH rFe .c_oces TRAIN: This is to certify that Shameer Mohamed has successfully completed Modular Chiller Plant Design (2023) APP-CMC084-EN August 22, 2025 1 PDH AN = TEGHHOLOC IES TRANE This is to certify that Shameer Mohamed has successfully completed Fans in Air-Handling Systems August 22, 2025 T ?AN = IEC S -4111W- TRAPIF This is to certify that Shameer Mohamed has successfully completed Cooling Towers and Condenser-Water Systems (2005) APP-CMCO20-EN August 22, 2025 1.5 PDH, LEED General 1 ?AN= TECHNOLOGIES —.� -- -_ 111111111111111 HFC-413A Handling Use and 0�w F Recovery Certification cYn �i SHAMEER H MOHAMED 64ED8D2EB973893E0 +� hay been certified for HFC-410A "tam t systems and equipment Al IONAL ASSOCIATION ® OF POWER ENGINEERS. e Si mcer H.Mol mcd h acv'v.W.a se•W'MW TKfeay.1 r rp,r.0 ei 4h CxR Fen e2 410018 F i0.101.90.3149 d4TF OF1Ef,'T 5-2a�-;1�998b Af./�._ I MOBILE Air & Power Rentals August 28,2025 Shamtec,Inc. 13963 67'Street N. West Palm Beach,FL 33412 To Whom it May Concern Please accept this letter as a sample of potential product offerings Mobile Air&Power Rentals,Inc.can provide. 0,Condulono,% - Pact-aced DX Pa•CeoMA Deeietant Circulation tee. 5 an Dvo,gh 100 an unm Ups527 tom Up to 41.000 C?M Up to 13.000 CEM Up to 240.000 BTU $led and pallet mounted wets Gee and electric options Safety certified Staid and trailer mounted units Irnyal Pumps Safety controls Space tadrg Wales-Ceded Spot Cocke. Water-C.4rd [Olt Mn BcrutaMn 10.0.4.5 tom Up t=son, /utonwc h dktat cneml Up b0.000 CEM Up lo 60.000 BTU Containerized Up 1100 CEM Daisy cite[noble up to 3 machines Portable Unite Cooling To,w. Salf.mavtorh0 tyatans NEPA filtration Iclv,ology 401 CooMMMat haws Up to 1.000 Ions Ata Hewn Alt Handles 1 through 75 tont Open d dosed loop tact s 1.670 GEM Up to 27.300 CfM Up1092.500 BTU Sld and nage[moused units Portable Compact&idusolal sized option Condensate tanks or pumps Stainless Heel Deets Neat Dls.ct Fired Portable 6lectrk Portable Generators Transformers 250.000 00or4113.0 MI0lat BTU 1.55W dvough 150kW 701W tivougII 2n,W NEMA 3Rweadusprool Tlernattat control IW ready for occupied spaces CU.ta her 15kW through 400kW Up to 7.706 CEN Groat for smell spawn Turk.moureed Sep.p of down capable Indirect erred Concealed Ret load lamb Po r..01Mribulbn 100st clean all 45.0000 through 4$Million BTU 100NM trough 5.00010.4 Studer boxes 500.000 drou0,4.2 Million BTU Clean as.kr occupied spaces Potable Ireful.twitch., Meaty duo/bkpt.*. Supplemental hem Weatherproof 2'0C-t100 amp I Use panels Please let me know if you have any questions. Looking forward to working with your team on any future projects. Thank you. Regards. Juliana Pierre Technical Sales Representative—Miami 5501 NW 22nd Ave Tamarac,FL 33309 (786)570-8770 ,,-• ,_ I --... .— --, . ... -' - i 11 ,.• 10 • • . 1 ‘ -• - II ' . -? '• ; • r -. , '' , A A.. ,,.....7. _._,..!; rt..'mei 1 :-..' • . .. A '.*•:•:•:.:•:•:•::,:::;iz, : ....•....... 1.4 :. ----''•''''`0410.- Ill"W. • '. 7 '7 1 11111111110Minfillinalifillillifilliiiiiiiilar. # .C:r‘'=,';-<:/ . "r.g 1\1 "...-4 if MIIIIIIIIIIMMiliffilitillifiti ;..1.Iiiiiiiinifigliffillr i 11111INIIIMUMIWN_ 1'k......1 "..: - i1111111111111111111111111111111111it ......- 8 1 .-- : estof,,,/ tiN4 1 • __ kliffi -7..,7,, SHAMTEC, INC. GENERAL CONTRACTOR/AIR CONDITIONING/PLUMBING/ROOFING CONTRACTOR. CGC-1515214 CAC-1815132 CFC-1427785 CCC- 1332726 13963 671"STREET NORTH PHONE: (561)352-4208 WEST PALM BEACH,FL 33412 DATE:09/02/2025 LETTER OF INTENT RFP 25-058R- heating ventilation, Air Conditioning Equipment, Products,Service and Repairs. To whom it may concern: The of Boynton Beach. It is with strong interest to have this opportunity to provide this RFP 25-058R package for the City of Boynton Beach Florida. This letter of intention to bid for these services, and to give you a little insight into our company Shamtec Inc. We have been a Certified Company in the State of Florida since April of 2006.and currently a holder of the following Florida State Licenses. Certified General Contractor.# CGC 1515214 Certified Air Conditioning Contractor.#CAC 1815132 Certified Plumbing Contractor. # CFC 1427785 Certified Roofing Contractor. # CCC 1332726 We currently have a staff of 15 trades personnel; of which some of them can perform multiple trades. For the past 18 years we have been providing Constructional, Plumbing and HVAC services throughout the State of Florida ranging from Residential homes, Medical Facilities and Commercial buildings. Some for-Palm Beach County and other Municipalities within state. Shamtec Inc, currently servicing all 50 Fire Station for Palm Beach County, 4 of a 5-year contract. Throughout the past years we have demonstrated a deep understanding, knowledge and initiative in enhancing the HVAC,Plumbing and Construction industry. At Shamtec Inc,we have the reputation for providing these services in all different trades. We are committed to delivering. Shamtec Inc welcome this opportunity to provide our skills and expertise for this HVAC Service and Repairs. Thank you for considering this letter of interest. I, Shameer Mohamed, look forward to working with you at The City of Boynton Beach, Florida. Thank you. Sincerely: Shameer Mohamed t-• SHAMTEC, INC. GENERAL CONTRACTOR/AIR CONDITIONING/PLUMBING/ROOFING CONTRACTOR. CGC—1515214 CAC—1815132 CFC—1427785 CCC-1332726 13963 67"STREET NORTH PHONE: (561)352-4208 WEST PALM BEACH,FL 33412 Proposal Criteria Response To the evaluation committee. The following is a response for the evaluation process. 1. Shamtec Inc,have 18 years of experience in Florida,the following are some of the municipalities HVAC services rendered to.Palm Beach County(active contract 1FB-22-040),City of Weston from 2017 to 2024.,City of Greenacres from 2022 to 2024.City of Boca Raton 2007 to 2013. Leak checking: We use infrared leak detection tools to diagnose all HVAC equipment leaks. Refrigerant Recoverprocess: All safety measures are taken in this process.Recovery machine is connected to your gauges,recovery cylinder and the AC unit.Valve cores can be removed to speed up recovery process.puree all air from hoses before starting recovery process,take all liquid refrigerant first,monitor recovery tank weight with a scale,once system is nearly empty then you can finish the vapor process. Purge hoses,machine and disconnect.Recovery cylinder is then labeled,recorded and stored in a safe manner. 2. At Shamtec Inc,our personnel have the qualifications,Managerial and supervisory experience for these"fenders. We are Certified by the State of Florida for several trades,Academically and vocationally.All copies of licenses submitted.A letter from the rental equipment company is submitted with all equipment available at time of need. 3. Operational Ability: We at Shamtec Inc provide a positive approach to any services rendered. Technical trades employees(15). Hours of operations 24/7,365 days on contracts.Regular hours 8 am—5 pm M-F. Start-up sheets/procedure,logs,post work reports and photos submitted. 4. Implementation/Timeline: We provide a timely response within 2 hours or earlier from time of notification.Technicians arc available 24/7 365 days. 5. Proposed Cost:After visiting the listed sites and equipment,we can assure you that our pricing is very accurate at this time considering your scope of service provided. 6. Local Business Preference: We arc not.Sorry.We are in Palm Beach. We cover areas from Boca Raton to Jupiter for Palm Reach County contract. Thank you.