ITB-2018-111-01 Sunbelt Rentals Inc Award Letter ExecutedCONTRACT NO. 18-111-01
MIAMI BEACH
City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: teresa.soobitsky(�sunbeltrentals.com
May 30, 2018
Teresa Soobitsky
Sunbelt Rentals, Inc.
6580 W State Road 84
Davie, FL. 33317-7305
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2018 -111 -
ZD for MBCC MATERIAL HANDLING EQUIPMENT. (BID ITEMS 1, 2, 3 & 4).
Dear Ms. Soobitsky:
On March 12, 2018, Sunbelt Rentals, Inc submitted to the City of Miami Beach, Florida (the "City") a bid
in response to the above -referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub -Section 16,
Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City
Commission shall constitute a binding Contract between the City and the awarded bidder.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its
May 16, 2018 meeting, approved the City Manager's recommendation, pursuant to the ITB, to award a
contract to Sunbelt Rentals, Inc., (the "Contractor") for the following items:
Bid Item 1: Electric Boom Lift Bid Item 3: Master Boom Lift
Bid Item 2: Compact Crawler Lift Bid Item 4: Electric Scissor Lift
No goods may be shipped or services performed (as applicable) until such time as the City has issued a
Purchase Order to the Contractor. Before proceeding with the issuance of a Purchase Order, the
following items are required:
1. A certificate of insurance, with limits as indicated in the ITB, reflecting the City of Miami Beach
as additional insured. Certificates need to include the following as Certificate Holder:
The City of Miami Beach, Florida
CIO Procurement Department
1755 Meridian Avenue
Miami Beach, FL 33139
2. A completed W9. The W9 will be used to create the Contractor's profile in the City's vendor
system.
Congratulations on being awarded the contract for the above referenced item(s). If you have any
questions regarding this letter of notification of award, you may contact Jorge Gueimunde, Contract
Analyst, Procurement Department, at JorgeGueimunde(a�miamibeachfl.gov or at 305.673.7490.
Otherwise, all other questions should be addressed to the Contract Manager for this contract, Luis
Wong, Senior A•ministrative Manager, Tourism, Culture and Economic Development Department, at
Iuis ong@mia ibeachfl.gov or (305) 673-7000 ext. 6617.
Sin erely,
Ji y Mora -s
Cit Manag
Ef
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
ATTACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
Coversheet Page 1 of 2
Competitive Bid Reports - C2 F
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Jimmy L. Morales, City Manager
DATE: May 16, 2018
SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2018 -111 -ZD
FOR MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City
Manager's recommendation pertaining to the bids received, pursuant to ITB 2018 -111 -ZD, Miami Beach Convention Center
(MBCC) Material Handling Equipment.
ANALYSIS
The Miami Beach Convention Center (MBCC) has identified material handling equipment that will be necessary for the operation of
the facility and its various events once it has been renovated. Each piece of equipment is designed to perform a specific task and
function that will benefit the facility and facilitate services performed by staff at the MBCC. From preventative maintenance and
repairs of the facility, to reaching high areas of the facility or allowing the flexibility to work in areas where some lifts will not access
or reach. These items will aid the Convention Center with being more efficient with regards to its staff, time and safety.
ITB PROCESS
ITB No. 2018 -111 -ZD was issued on February 23, 2018, with a bid opening date of March 19, 2018. One (1) addendum was
issued. The Procurement Department issued bid notices to 80 companies utilizing www.publicpurchase.com website and 1, 077 via
email notification. Forty-three (43) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of
three (3) responses from: Sunbelt Rentals, Inc., Trekker Tractor, LLC., and Utilisation Professionnelle, Inc. See tabulation sheet
(Attachment A).
The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB would be
recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City. In its
due diligence, the Procurement Department and the using department have determined that it is in the City's best interest is to
award by bid items. For bid items 5-8, the City received no responses; therefore, the Administration will seek alternate methods to
procure these items.
The bid submittal from Utilisation Professionnelle, Inc. only provided a cost for bid item No. 2- Compact Crawler. Although, it was
the lowest, the item it proposed as equal did not meet the requirements. Specifically, the platform capacity from Utilisation
Profesionnelle's bid is 265 lbs. versus the 500 lbs. capacity required. Thus, its bid for this item was deemed non-responsive.
As a result, the lowest, responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB for bid items 1-4
was Sunbelt Rentals, Inc. As part of its due diligence, the Procurement Department reviewed and verified the references provided.
The client references provided positive feedback with regards to the Sunbelt Rental's ability to supply the specified high quality
products and services, provide excellent customer service, prompt deliveries, and expedited problem resolutions. The City has
utilized equipment rental services from Sunbelt Rentals, Inc. on multiple occasions and has been satisfied with their
professionalism and service. Below is a brief summary of the company.
Sunbelt Rentals, Inc.
According to the information provided by Sunbelt Rentals, its vision is built on providing uncommon responsiveness and supporting
its customers with solutions that bring value to any project no matter the size. It is one of the largest equipment rental companies in
North America with more than 700 locations. It is designed to serve distinct customer segments requiring a high level of technical
expertise; Sunbelt Rentals solutions offer a highly diversified product mix with trained experts for support. Some of the solutions it
provides include: earth moving equipment, facility maintenance, general tools & equipment, industrial construction tools, material
handling, remediation and restoration, and industrial steel and metal fabrication. Industries that it serves include: agriculture,
aviation & aerospace, government and municipalities, healthcare, manufacturing & industrial, and utilities.
CONCLUSION
After considering the bids received and staffs evaluation, pursuant to ITB 2018 -111 -ZD, I recommend that the Mayor and City
Commission of the City of Miami Beach, Florida, approve the award of bid items 1-4 to Sunbelt Rentals, Inc.; and further authorize
the Mayor and City Clerk to execute the contract.
https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=7363&Meeti... 5/9/2018
Coversheet Page 2 of 2
Amount 1 $311,831.17 Account 1 309-0380-000674-00-410-552-00-00-00-
28160
Legislative Tracking
Tourism, Culture and Economic Development/Procurement
ATTACHMENTS:
Description
0 Attachment A
https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=7363&Meeti... 5/9/2018
ATTACHMENT A
ITB 2018 -111 -ZD
MBCC MATERIAL HANDLING
EQUIPMENT
ITEM
1
DESCRIPTION
Electric Boom Lift
Quantity
1
Sunbelt Rentals,
Unit Prices
Inc.
Extended Prices
Trekker Tractor,
Unit Prices
$ 101,460.00
LLC.
Extended Prices
$ 101,460.00
Utilisation Professionelle,
Unit Prices
NO BID
Inc.
Extended Prices
NO BID
$ 74,230.97
$ 74,230.97
2
Compact Crawler Lift
1
$ 177,808.38
$ 177,808.38
$ 181,980.00
$ 181,980.00
1 $ 144,444.00
1$ 144,444.00
3
Master Boom Lift
1
$ 39,896.45
$ 39,896.45
$ 46,902.00
$ 46,902.00
NO BID
NO BID
4
Electric Scissor Lift
1
$ 19,895.37
$ 19,895.37
$ 22,676.00
$ 22,676.00
NO BID
NO BID
5
Electronic 5,000Ibs. cap. Fork Lift
1
NO BID
NO BID
NO BID
NO BID
NO BID
NO BID
6
Fork Lift (Electric or Propane Tri -Mast,
5,000 lbs. capacity)
1
NO BID
NO BID
NO BID
NO BID
NO BID
NO BID
7
Staff Carts
8
NO BID
NO BID
NO BID
NO BID
NO BID
NO BID
8
Utility Staff Carts
6
NO BID
NO BID
NO BID
NO BID
NO BID
NO BID
Recommended for Award.
Bid item did not meet specifications.
ATTACHMENT B
INVITATION TO BID (ITB)
AND ADDENDUMS
MIAMI BEACH
Procurement Department, 1755 Meridian Avenue, 3b Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490
ADDENDUM NO. 1
INVITATION TO BID NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
March 9, 2018
This Addendum to the above -referenced ITB is issued in response to questions from
prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended
in the following particulars only (deletions are shown by strikethrough and additions are
underlined).
I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00
p.m., on Monday, March 19, 2018, at the following location:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for
traffic or other delays for which the Bidder is solely responsible.
II. ATTACHMENT(S):
• Exhibit A- Equipment Specifications
III. RESPONSES TO QUESTIONS RECEIVED:
Q1 What power source is required for the following equipment:
• Compact Crawler Lift (JLG Model Number X770AJ) or Approved Equal.
• Master Boom Lift (JLG Model Number T32E) or Approved Equal.
Al. Electric.
Q2. The equipment required are STD (standard) without additional features?
A2. Please refer to Exhibit A.
Q3. To which institution will the insurance requirements be directed to and what is the
address?
A3. The City of Miami Beach shall be named as an additional insured
located at 1700 Convention Center Drive, Miami Beach, FL 33139.
Q4. We need to know about the spec requested, -the Bid documents provide only the
1 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
Brand and models without others specifications; my question is; the equipment
requested is with factory standards features?
A4. Please refer to Exhibit A.
Any questions regarding this Addendum should be submitted in writing to the Procurement
Management Department to the attention of the individual named below, with a copy to the City
Clerk's Office at RafaelGranado(u�miamibeachfl.gov
Contact:
Zuleika Davidson
Telephone:
305-673-7000 ext. 6943
Email:
zuleikadavidson(a�miamibeachfl.gov
Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission.
Potential bidders that have elected not to submit a response to the ITB are requested to
complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not
submitting a proposal.
le
roo Director
c�,
lex De rement 's
2 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
EXHIBIT A
AMIB
Equipment Specifications
ITB No. 2018-1 1 1 -ZD
MIAMI BEACH CONVENTION CE\TER
(MBCC) MATERIAL HANDLING
EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ADDENDUM NO.
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI B5ACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
C3. Specifications.
3.1. ITEM 1. ELECTRIC BOOM LIFT
3.1.A. Purpose: The purpose of the Electric Boom Lift is to be electric powered aerial work platform that
provides an elevated working platform with much flexibility.
3.1.B. Performance Specifications
a. The machine will need to be exact or equal to match up and be compatible with the facility's
existing equipment. The JLG E600JP is a compatible unit to the current inventory.
b. Platform Height — 60 ft. 4 in. / 18.39 m
c. Horizontal Outreach — 44 ft. 5 in. / 13.54 m
d. Swing — 400 degrees Non -Continuous
e. Platform Capacity — 500 Ib. / 227 kg
f. Platform Rotator —180 degrees Hydraulic
g. Weight —15,750 Ib. / 7, 144 kg
h. Max. Ground Bearing Pressure — 51 psi / 3.6 kg/cm2
i. Drive Speed — 3.0 / 4.8 km/h
j. Gradeability 2WD — 30%
k. Gradeability 4WD — 45%
I. Axel Oscillation — 8 in. / 20 cm
m. Turning Radius
1. Inside —4 ft./1.22m
2. Outside 15 ft. 4 in. / 4.67 m
3.1.C. Standard Specifications
a. Power Source
1. Electrical System — 48V DC
2. Batteries — 8 x 6V, 415 amp -hr.
3. Drive Motors — Dual Electric Traction — Brushless AC
b. Hydraulic System
1. Capacity —15 gal. / 56.78 L
2. Motor / Pump — Series Wound Motor / Gear Pump
c. Tires - Standard 36 x 14-22.5 Non -Marking Pneumatic
3.1.D. Standard Features
a. 6 ft.,/ 1.83 m Vertical and Lateral Articulating Jib
b. Brushless AC Motors
c. Operators Tool Tray
d. Inward Self -Closing Swing Gate
e. Platform Console Machine Status Light Panel
f. 110V -AC GFI Receptacle in the Platform
g. Tilt Light and Alarm
h. Hourmeter
i. Battery Condition Indicator
j. Lifting/Tie Down Lugs
k. 400 Degree Non -Continuous Rotation
I. Removable Battery Box
4 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
m. Oscillating Axle
n. Manual Descent
o. Automatic Traction Control (ATC)
p. SCR Automatic Battery Charger
q. All Motion Alarm
3.1.E. Accessories
a. 1/2 in. Airline to Platform
b. Foam -Filled Tires
c. Platform Work lights
d. Flashing Amber Beacon
3.1.F. Warranty, Training and other Manufacturer Maintenance Details
a. The unit shall be equipped with a complete set of parts and maintenance manuals, operator
manual and operator video.
b. Full on-site training in the use & routine maintenance of the equipment shall be included.
c. The unit shall be the manufacturers' standard unit.
d. A factory representative shall install it on site.
e. The warranty of this unit shall be "1 & 5" Warranty. It should provide coverage on all products for
one (1) full year, and cover all specified major structural components for five (5) years.
3.2. ITEM 2. COMPACT CRAWLER LIFT
3.2.A. Purpose: The purpose of the Compact Crawler Lift is to be electric powered aerial work platform that
provides an elevated working platform with much flexibility. Featuring a tracked wheel carriage that climbs steps
and a narrow chassis for access through doorways, gates and yards.
3.2.B. Performance Specifications
a. The machine will need be to exact or equal to match up and be compatible with the facility's
existing equipment. The JLG X770AJr is a compatible unit to the current inventory.
b. Platform Height - 77' 5" /23.60 m
c. Working Height - 84' / 25.60 m
d. Horizontal Outreach - 43' / 13.1 m
e. Swing - 360° Non -continuous
3.2.C. Capacity and Equipment Details
a. Power Source - Engine Type ; Electric, 100Ah 83V Lithium -Ion
b. Platform Capacity Restricted - 500 Ib. / 227 kg
c. Platform Capacity Unrestricted - 500 Ib. / 227 kg
d. Platform Rotation - 124° (+/- 62°)
e. Jib (Range of Articulation) - 89° (+0° / -89°)
f. Platform Size
1. Standard Two person - 58" x 30" /1.47 x 0.76 m
g. Dimensions
1. Overall Width - 39" / 0.99 m
2. Stowed Height - 6' 6" 1.99 m
3. Outrigger Footprint - 14' 3" x 14' 6" /4.31 x 4.41 m
5
ADDENDUM NO. 1 •
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
1, Narrow - 9' 3" x 19'2"/2.81 x5.84 m
4. Stowed Length - 20' 9" / 6.34 m
1. Without Basket - 19' 7" / 5.98 m
5. Track Length -6' 10"/2.10m
6. Weight (Lithium Ion) - 9,665 Ib. / 4,384 kg
7. Ground Bearing Pressure
1.Outriggers - 65.3 psi / 4.50 kg/cm2
2.Tracks - 7.8 psi / 0.54 kg/cm2
8. Drive Speed (Lithium Ion) - 0.7 mph / 1.2 km/h
9. Gradeability - 28%
10. Leveling Capability - 16°
11. AC Motor - 120V 60 Hz / 1.2 kW
3.2.D. Warranty, Training and other Manufacturer Maintenance Details
a. The unit shall be equipped with a complete set of parts and maintenance manuals, operator
manual and operator video.
b. Full on-site training in the use & routine maintenance of the equipment shall be included.
c. The unit shall be the manufacturers' standard unit.
d. A factory representative shall install it on site.
e. The warranty of this unit shall be "1 & 5" Warranty. It should provide coverage on all products for
one (1) full year, and cover all specified major structural components for five (5) years,
3.3. ITEM 3. MAST BOOM LIFT
3.3.A. Purpose: The purpose of the Mast Boom Lift is to be electric powered aerial work platform that provides
an elevated working platform with much flexibility. Featuring longer run time, greater uptime and higher
productivity.
3.3.B. Performance Specifications
a. The machine will need be to exact or equal to match up and be compatible with the facility's
existing equipment. The JLG T32E is a compatible unit to the current inventory.
b. Platform Height - 32 ft. 3 in. / 9.83 m
c. Horizontal Outreach -15 ft. / 4.57 m
d. Up and Over Height - 22 ft. 9 in. / 6.95 m
e. Swing - 360 Degrees Non -Continuous
f. Platform Capacity - 500 Ib. / 227 kg
g. Platform Size - 27.5 x 41.3 in, / 70 x 105 cm
h. Weight - 9,480 Ib. / 4,300 kg
1. Max. Ground Bearing Pressure -178 psi 12.5 kg/cm2
j. Ground Clearance - 3 in. / 8 cm
k. Drive Speed Stowed - 3.4 mph / 5.5 km/hr.
1. Drive Speed Elevated - 0.43 mph / 0.7 km/hr.
m. Gradeability - 24%
n. Turning Radius
1. Inside -2ft. 5"/.74 m
2. Outside 8 ft. 6 in. / 2.60 m
6 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
3.3.C. Standard Specifications
a. Power Source
b. Electrical System — 48V DC
c. Battery Charger — 20 amps
1. Brakes- Spring applied
2. Tires - Standard 18 x 7 x 12.12 Non -Marking
3.3.D. Standard Features
a. 110V -AC Receptacle in the Platform
b. Battery Condition Indicator
c, 360 Degree Non -continuous Swing
d. All Motion Alarm
e. Emergency Lowering Pump
f, Hour meter
g. Proportional Controls
h. Lifting Eyes
i. 5 Degree Tilt Alarm/Indicator Light
j. Tie -down Lugs
k. Dual Warning Beacons
I. Horn
3.3.D. Accessories
a, 1/2 in. Airline to Platform
b. Platform Work Lights
3.3.E. Warranty, Training and other Manufacturer Maintenance Details
a. The unit shall be equipped with a complete set of parts and maintenance manuals, operator
manual and operator video.
b. Full on-site training in the use & routine maintenance of the equipment shall be included.
c. The unit shall be the manufacturers' standard unit.
d. A factory representative shall install it on site.
e. The warranty of this unit shall be "1 & 5" Warranty. It should provide coverage on all products for
one (1) full year, and cover all specified major structural components for five (5) years.
3.4. ITEM 4. ELECTRIC SCISSOR LIFT
3.4.A. Purpose: The purpose of the Electric Scissor Lift is to be electric powered aerial work platform that
provides an elevated working platform with much flexibility. Featuring longer run time, greater uptime and higher
productivity,
3.4.B. Performance Specifications
a. The machine will need be to exact or equal to match up and be compatible with the facility's existing
JLG 3246ES equipment (To match two (2) in inventory)
b. Platform Height — 31 ft. 9 in. / 9.68 m
c. Platform Capacity - 700/1,000 Ib. / 318/454 kg
d. Capacity on Platform Extension - 250 Ib. / 113 kg
e. Lift/Lower Time — 55 / 62 seconds
f. Maximum Drive Height - Fully Elevated
7 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
g. Weight — 4,975 Ib. / 2,257 kg
h. Max. Ground Bearing Pressure — 87 psi / 6.11 kg/cm
i. Drive Speed Stowed — 2,50 mph / 4.0 km/hr.
j. Drive Speed Elevated - 0.5 mph / 0.8 km/hr.
k. Gradeability — 25%
L Turning Radius
1. Inside — Zero
2. Outside - 95.1 in. / 2.41 m
3.4.C. Standard Specifications
a. Power Source
1. Electrical System — 24V DC
2. Battery Charger — 20 amps Automatic
3. Batteries - 4x6V. 220 amp -hr.
b. Brakes
1. Electric/Friction
c. Tires - Standard 16 x 5 Non -Marking
d. Hydraulic Reservoir
1. Capacity -1.7 gal. / 6.4 L
2. Pump - Fixed Displacement Gear
3.4.D. Standard Features
a. Proportional Controls
b. Industry Leading Duty Cycles
c. Drywall Gate
d. Battery Condition Indicator
e. Fold -Down Guard Rails
f. 110V -AC Receptacle in Platform
g. Slide -Out Battery Trays
h. Automatic Traction Control (ATC)
i. All Motion Alarm
j. 20 Amp Automatic SCR Charger
k. Horn
I. Hourmeter
m. Manual Descent Pull Cable
n. Tilt Alarm and Light
o. Lanyard Attach Points
p. Movable, Removable Platform Control
q. Powder -Coated
r. Console with Rail Mounting Bracket
s. Nickel Plated Pins
t. Lubrication Free Scissor Arm Bushings
u. Scissor Maintenance Prop
v. Mechanized Pothole Protection
w. Machine Tie Downs
x. Fork Lift Pockets
y. 36 in. (91 cm) Roll -Out Deck Extension
z. 50 in. (1.27 m) Roll -Out Deck Extension
8 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
aa. Four 6V, 220 Amp -Hour Deep
bb. Cycle Batteries
3.4.E. Accessories
a. Spring -Loaded Gate
b. Flashing Amber Beacon
c. 245 Amp -Hour Batteries?
d. Proximity Switchesl/2 in. Airline to Platform
e. Platform Work Lights
3.4.F. Warranty, Training and other Manufacturer Maintenance Details
a. The unit shall be equipped with a complete set of parts and maintenance manuals, operator manual
and operator video.
b. Full on-site training in the use & routine maintenance of the equipment shall be included.
c. The unit shall be the manufacturers' standard unit.
d. A factory representative shall install it on site.
e. The warranty of this unit shall be "1 & 5" Warranty. It should provide coverage on all products for one
(1) full year, and cover all specified major structural components for five (5) years.
3.5. ITEM 5. FORK LIFT (ELECTRIC - 5000 LB. CAPACITY)
3.5.A. Purpose: The purpose of the Fork Lift is to provide all the benefits of an electric forklift while still
delivering performance. The machine will need be to exact or equal to match up and be compatible with the
facility's existing equipment. The CAT 2EPC5000 is a compatible unit to the current inventory.
3.5.B. Characteristics
a. Spacious operator compartment with 2 way adjustable steer column (tilt + telescoping), 3 way
adjustable full suspension seat, 2 way adjustable armrest with hydraulic controls, and spacious
storage areas help to make operators work at peak performance levels,
b. Includes a steering wheel and travel direction indicator in order to help operators start with
confidence, Battery Discharge Indicator to help operators gauge the runtime of the unit, and many
other helpful indicators.
c. Electro Hydraulic Steering and High Performance Package (travel + hydraulics) are available to
enhance the operator experience and reduce energy consumption for longer operation times.
d. Capacity at rated load center - 4,928 Ib, / 2,500 kg
e. Capacity at load center — distance — 24 in. / 50 mm
f. Power - Electric
g. Tire type — Solid Pneumatic Non marking
h. Wheels — 2x / 2
3.5.C. Configuration
a. Chassis - 5,000 Ib. Capacity 80 Volt Electric 4 -Wheel Pneumatic Tire Lift Truck (Compact)
b. Mast - 185.0" MFH / 86.0" OAL / 62.0" FFH Triplex
c. Forks - 1.60" X 4.70" X 41" Hook Type - Pallet
d. Battery Extraction - Rolling Battery Tray With Underside Lift Bar-Maint
e. Drive & Steer Tires - Solid Pneumatic Tires
f. Carriage - Standard Carriage
g. Side Shifter - 44.1" Hook -On Side shifter With Quick Disconnect Coupling
9 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
h. Load Backrest - 48" High Load Backrest Extension
i. Additional Hydraulic Functions -1 Additional Hydraulic Function With Quick Disconnect Coupling 1X
j. Hydraulic Activation - 3 -Section Valve Included With Additional Hydraulic Function
k. Overhead Guard - Standard Overhead Guard
I. Productivity Options - Standard Performance
m. Warning / Light Options - Two Forward Halogen Working Lights - OHG Mounted
3.5.E. Dimensions
n. Maximum fork height —122 in. / 3,100 mm
b. Free fork height with standard two-stage mast — 5.9 in. / 150 mm
c. Forks: thickness x length x width — 1.6x4.7x43 in. / 40x120x1, 100 mm
d. Fork spacing: out -to -out minimum / maximum —13.25 / 40.25 in. / 335 / 1,022 mm
e. Tilt — forward / backward - 6° / 8°
f. Length to fork face - 90.4 in. / 2,295 mm
g. Width with standard wheels - 47.2 in. / 1,198 mm
h. Height with lowered mast - 88.2 in. / 2,240 mm
i. Seat height to SIP - 46.9 in / 1,190 mm
j. Height to top of overhead guard - 88.2 in. / 2,240 mm
k. Height with extended mast with extended mast -170 in. / 4,320 mm
I. Minimum outside turning radius - 78.7 in. / 2,000 mm
m. Load moment constant -16.7 in. / 425 mm
n. Minimum aisle - 90° stack — zero clearance without load - 95.5 in./2,425 mm
3.5.F. Performance
a. Travel speed — loaded / empty -10.0 / 10.6 mph / 16.0 / 17.0 km/h
b. Lift speed — loaded / empty - 84.7 / 108.3 fpm / 0.43 / 0.55 m/s
c. Lowering speed — loaded / empty -114.2 / 114.2 fpm / 0.58 / 0.58 m/s
d. Drawbar pull (max.)60 min. rating loaded/empty - 809 / 899 Ib. -f / 3,600 / 4,000 N
e. Drawbar pull (max.)5 min. rating loaded / empty - 2,810 / 2,92312 Ib. -f / ,500 / 13,000 N
f. Maximum gradeability — loaded / empty —17% / 25%
3.5.G. Weight
a. Empty — with minimum weight battery -10,472 Ib. / 4,750 kg
b.Axle Toad with rated Toad — front -14,191 Ib. / 6,437 kg
c.Axle load with rated load — rear -1,793 Ib. / 813 kg
d.Axle load without rated load — front - 5,443 Ib. / 2,469 kg
e.Axle load without rated load — rear - 5,029 Ib. / 2,281 kg
3.5.H. Chassis
a. Tire size — front, standard solid pneumatic tires — 225 / 75-10
b. Tire size — rear solid pneumatic tires -180/70-8
c. Wheelbase - 62.0 in. / 1,575 mm
d. Tread width — front, standard solid pneumatic tires - 39.0 in. / 990 mm
e. Tread width — rear solid pneumatic tires - 37.0 in. / 940 mm
f. Ground clearance at lowest point at mast - 4.7 in. / 120 mm
g. Ground clearance at center of wheelbase - 5.3 in. / 135 mm
h Service brakes — mechanical
i. Parking brakes — electric
10
ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
3.5.1 Powertrain
a. Battery dimensions (length x width x height) - 27.99x40.47x30.87 in,
b. Maximum capacity at 6 hr. discharge rate - 700 Ah / 54.4 kWh
c. Battery weight, minimum / maximum - 3,263 / 4,037 Ib. / 1,480 / 1,831 kg
d. Motors — traction output (60 min. rating) -16.1 HP / 12.0 kW
e. Motors — lift output (15% rating) - 24.8 HP / 18.5 kW
f. Drive controls - impulse / AC
g. Hydraulic controls — AC
h. Flow rate for attachments - 6.6 gpm / 25 Ipm
i. Relief pressure for attachments at auxiliary - 2,900 psi / 200 bar
j. Noise level — mean value at operator's ear — 70 dB (A)
3.5.J. Other Features
a. Increased Operator Awareness
b. Premium Display Panel including:
• 5 -Level Performance Mode Selector
• Drive / Steering Wheel Direction Indicator
• Battery Discharge Indicator (BDI) in % with Lift Interrupt
• Operating Hour Reading
• Clock
• Diagnostics and Error Display
• Programmable Service Interval Indicator
• Thermal Limit Indicators
• Brake Fluid Indicator
• Parking Brake Indicator
• Seat Switch Indicator
• Fault Indicator and History Folder
c. Added Operator Protection
• Overhead Guard (OHG)
• Open, Low -Access Step with Anti -Slip Plate
• Curve Control Speed Reduction System
• Anti -Rollback on Ramps and Slopes
• Automatically -Actuated Electromagnetic Parking Brake
• Electronic Backup Alarm
3.5.K. Warranty, Training and other Manufacturer Maintenance Details
a. The unit shall be equipped with a complete set of parts and maintenance manuals, operator manual
and operator video.
b. Full on-site training in the use & routine maintenance of the equipment shall be included.
c. The unit shall be the manufacturers' standard unit.
d. A factory representative shall install it on site,
e. The warranty of this unit shall be a Standard Warranty - 12 Months/2000 Hours Full Coverage; 24
Months, 4000 Hours Powertrain
11 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
3.6. ITEM 6. FORK LIFT (ELECTRIC OR PROPANE TRI -MAST • 5000 LB. CAPACITY)
3.6.A. Purpose: The purpose of the Fork Lift is to provide all the benefits of an electric forklift while still
delivering performance. The machine will need be to exact or equal to match up and be compatible with the
facility's existing equipment. The CAT GP25N is a compatible unit to the current inventory.
3.6.B. Configuration
a. Chassis - 5,000 Ib. Capacity 8 LP or Electric 4 -Wheel Pneumatic Tire Lift Truck
b. Ratings — UL Approved
c. Mast - 188.0" MFH / 84.5" OAL / 36.0" FFH Triplex
d. Forks - 1.60" X 3.9" X 42" Hook Type - Pallet
e. Carriage — 39.5" Wide ITA Class II Hook Type Carriage
f. Side Shifter - 39.5" Wide ITA Class II Hang -on Sideshifter
g. Load Backrest - 48" High Load Backrest Extension
h. Hydraulic Activation - 3 -Section Valve Included With Cowl Mounted Levers
i. Hydraulic Hosing Options — Single Function Internal Hosing — Triplex Mast
j. Tilt Cylinders — 6°F/6°B Standard Tilt Cylinders
k. Overhead Guard - Standard Overhead Guard
I. Drive & Steer Tires - Solid Pneumatic Single Drive & Steer Tires
m. Seat - Full -Suspension Vinyl Seat
n. Productivity Options - Ground Speed Control
o. Special Application Options
1. Fuel Saver Mode
2. Heavy Duty Counterweight Grill
p. Warning / Light Options
1, Two Forward Halogen Working Lights - OHG Mounted
2. Electronic Back-up Alarm
3. Rear LED Stop/Tail/Back-up Combination Lights
4. Amber Strobe Light - Mounted Below OHG
q. Accessories
1. Rubber Floor Mat
2. Operator Convenience Tray with
r. LP Tank - Steel LP Tank, Horizontal Fill - 33.5#
s. Language Markings - English Language Markings North/South America
t. Electronic Backup Alarm
3.6.C. Warranty, Training and other Manufacturer Maintenance Details
a. The unit shall be equipped with a complete set of parts and maintenance manuals, operator manual
and operator video.
b. Full on-site training in the use & routine maintenance of the equipment shall be included.
c. The unit shall be the manufacturers' standard unit.
d. A factory representative shall install it on site.
e. The warranty of this unit shall be a Standard Warranty -12 Months/2000 Hours Full Coverage; 24
Months, 4000 Hours Powertrain
3.7. ITEM 7. STAFF CARTS
3.7.A. Purpose: The purpose of the Front of House Staff Carts is to provide transportation for staff around the
12 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
facility.
3.7.B. Performance Specifications
a. The machine will need be to exact or equal to match up and be compatible with the facility's existing
equipment. The ezwheels EW -36 is a compatible unit to the current inventory.
b. EZ Wheels Deluxe Electronic Package: Wireless Bluetooth Speaker, USB Port & Cell Phone Holder
c, Executive Seat: Oversized Adjustable Cushioned Executive Swivel Seat, tilt seat back, adjustable
armrest and forward/back seat adjustment
d. Seat Size: 18"x 18 "x 20" (DxWxH) removable
e, Color - Black
f. Power — Electric / 500 Watts
g. Motor type - Powerful Brushless Motor
1. AMPS: 20 AH
2. VOLTS: 48 VOLT
h. Dimensions - 66"x 30.5"x 47.5" (LxWxH)
i. Batteries - 48 Volt, 20 AH, SLA sealed
j. Front Tire Size: - 3"x16"
k. Rear Tire Size - 3"x11"
1. Aluminum Wheels
m. Charger - 48 Volt Smart Charger
n. Two Speed Settings: high speed 10mph, low speed 5mph
o. Distance - 30-35 miles per charge (Distance varies by riders weight, terrain, road surface, ETC)
p. Turning Radius: 60"
q. Throttle Type - Twist
r. Key Start
s. Braking System - Rear Hydraulic Disc Brakes, Front Drum Brake
t. Drive System — Brushless Motor
u. Head Light
v. Carton Size — Shipped on Pallet (Shipping weight 200Ibs)
w. Electric Light
x. Battery Indicator
y. Storage Basket
z. Shock Absorber - Front Suspension Fork, Rear Two Suspension Springs
aa. Anti -Theft Alarm
3.7.C. Components
a. Battery Storage Access — (Tilt seat) (4 batteries Total)
b. Seat Recline Adjuster
c. Drop Down Arm Rests
d. Forward/Reverse Switch
e. Instrument Panel
f. Throttle
g. Brake Levers
h. Ignition Switch
i. Basket - 13"x19"x10"
j. Variable Speed Control
k. Brake Levers
I. High/Low Beam Selector
13 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
m. Rearview Mirrors
n. Headlight Switch
o. Turn Signal
p. Speed Control Knob
q. Dimensions
1. Width — 30.5"
2. Length — 66"
3. Height — 47.5"
4. Total Height with seat and tiller folded down: 36"
5, Adjustable Height Seat and Front Tiller
6. Seat Cushion Height: 28"-30"(adjustable) from surface
7. Steering Height Scooter Floor: 32"- 34" (adjustable)
8. Steering Height Floor Surface: 42"-44" (adjustable)
9. Floor Clearance: 3"
10. Scooter Weight: 200 lbs,
3.7.D. Warranty, Training and other Manufacturer Maintenance Details
a. The unit shall be equipped with a complete set of parts and maintenance manuals, operator manual
and operator video.
b. Full on-site training in the use & routine maintenance of the equipment shall be included.
c. The unit shall be the manufacturers' standard unit.
d. A factory representative shall install it on site.
e. The warranty of this unit shall be Three Years from purchase date by the original owner,
3.8. ITEM 8. UTILITY STAFF CARTS
3.8.A. Purpose: The purpose of the Back of House Staff Carts is to provide transportation for staff around the
facility.
3.8.B. Performance Specifications
a. The machine will need be to exact or equal to match up and be compatible with the facility's existing
equipment. The Cushman 35LR59 is a compatible unit to the current inventory.
b. Mfr. Model # 35LR59
c. Item Warehouse Vehicle, 8 HP,550 Ib.,10 mph
d. Series Minute Miser
e. HP 8
f. Overall Height 46"
g. Overall Width 30"
h. Overall Length 85"
i. CargoBoxWxLxD23"x29"x4"
j. Seating Capacity 2
k. Vehicle Load Capacity 550 Ib.
I. Towing Capacity 2000 Ib.
m. Key or Pedal Start Pedal
n. Power Source 24VDC Battery
o. Batteries Included Yes
p. Speed 10 mph
q. Service Brake Rear Wheel Mechanical Drum
14 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
r. Parking Brake Single Point Latch
s. Frame Material Welded Steel
t, Frame Finish Diamond Plate, Polyester Primer/Acrylic with Powder Coated Protection
u. Color: Safety Yellow
v. Number of Wheels: 3
w. Suspension Front Torque Block, Rear Coil Springs, Single Shock Absorber
3.8.C. Warranty, Training and other Manufacturer Maintenance Details
a. The unit shall be equipped with a complete set of parts and maintenance manuals, operator manual
and operator video.
b. Full on-site training in the use & routine maintenance of the equipment shall be included.
c. The unit shall be the manufacturers' standard unit.
d. A factory representative shall install it on site.
e. The warranty of this unit shall be Three Years from purchase date by the original owner
15 ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING EQUIPMENT
INVITATION TO BID (ITB)
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING
EQUIPMENT
2018 -111 -ZD
BID ISSUANCE DATE: FEBRUARY 23, 2018
BID DUE: MARCH 12, 2018 @ 3:00 PM EST
ISSUED BY: ZULEIKA DAVIDSON
MIAMI BEACH
ZULEIKA DAVIDSON, CONTRACTING OFFICER I
PROCUREMENT DEPARTMENT
1755 MERIDIAN AVE, 3RD FLOOR, Miami Beach, FL 33139
305,673.7000 x 6943 I www.miamibeachfl.gov
MIAMI BEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NOT UTILIZED N/A
0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 15
APPENDICES:
APPENDIX A PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 16
APPENDIX B "NO BID" FORM 23
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 25
APPENDIX D SPECIAL CONDITIONS 40
APPENDIX E COST PROPOSAL FORM 45
APPENDIX F INSURANCE REQUIREMENTS 47
ITB 2018 -140 -ZD
2
BEAC
SECTION 0200 INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS
1. GENERAL.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective
Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the
City's consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful
Bidders(s) (the "vendor[s]") if this ITB results in an award.
The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder
who has received this ITB by any means other than through PublicPurchase must register immediately with
PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may
result in disqualification of proposal submitted.
2. PURPOSE.
The City of Miami Beach is seeking bids from qualified bidders for the purchase, delivery, and unloading of various
material handling equipment which include: electric boom lift, compact crawler lift, mast boom lift, electric scissor lift,
forklifts, and staff carts that will be utilized at the Miami Beach Convention Center (MBCC). The requirements and
specifications are further detailed herein and, specifically, in Appendix C.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued
February 23, 2018
Pre -Bid Meeting
N/A
Deadline for Receipt of Questions
March 2, 2018 at 3:00PM EST
Responses Due
March 12, 2018 at 3:00PM EST
Tentative Commission Approval Authorizing Award
TBD
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact:
Telephone:
Email:
Zuleika Davidson
305-673-7000 x 6943
zuleikadavidson anmiamibeachfl.gov
dditionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranadona miamibeachfl.gov;
or via facsimile: 786-394-4188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be
received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All
responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
ITB 2018 -140 -ZD
3
4. PRE-BID MEETING OR SITE VISIT(S). A Site Visit and Pre -Bid conference will be held as scheduled in
Solicitation Timeline above at the following addresses:
Pre -Bid Conference:
City of Miami Beach
Procurement Department
Conference Room
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not
mandatory. Proposers interested in participating in the Pre -Bid Submission Meeting via telephone must follow these
steps:
(1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America)
(2) Enter the MEETING NUMBER: 9415468
Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this
ITB expressing their intent to participate via telephone.
5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are
not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site
visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through PublicPurchase.
6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been forwarded to the City Commission by the City Manager are under the
"Cone of Silence." The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510
• CONE OF SILENCE
• PROTEST PROCEDURES
• DEBARMENT PROCEEDINGS
• LOBBYIST REGISTRATION AND DISCLOSURE OF FEES
• CAMPAIGN CONTRIBUTIONS BY VENDORS
• CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES
• REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS
• LIVING WAGE REQUIREMENT
• PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE -CERTIFIED SERVICE -
DISABLED VETERAN BUSINESS ENTERPRISES
CITY CODE SECTION 2-486
CITY CODE SECTION 2-371
CITY CODE SECTIONS 2-397 THROUGH 2-485.3
CITY CODE SECTIONS 2-481 THROUGH 2-406
CITY CODE SECTION 2-487
CITY CODE SECTION 2=488
CITY CODE SECTION 2-373
CITY CODE SECTIONS 2 '107 THROUGH 2 1110
CITY CODE SECTION 2-374
ITB 2018 -111 -ZD
4
• FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300
• ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTION 2-449
8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before
submitting a Bid, to:
• Examine the solicitation thoroughly.
• Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress,
performance or furnishing of the Work.
• Take into account federal, state and local (City and Miami -Dade County) laws, regulations, permits, and
ordinances that may affect costs, progress, performance, furnishing of the Work, or award.
• Study and carefully correlate Bidder's observations with the solicitation.
• Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder
knows or reasonably should have known.
• The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has
complied with the above requirements and that without exception, the Bid is premised upon performing and
furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for performance and furnishing
of the Work.
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline
for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any
such postponement to all prospective Bidders through PublicPurchase.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due
date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code
Section 2-371 shall be barred.
11. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor
who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR.
Proposals may, however, identify other sub -contractors or sub -consultants to the prime Proposer who may serve as
team members.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-
3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern
owned and controlled by a veteran(s) or which is a service -disabled veteran business enterprise, and which is within
five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or
contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the
adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)
or a service -disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written
request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and
service, then the award shall be made to the service -disabled veteran business enterprise.
13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools,
services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be
otherwise expressly provided in the solicitation.
14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest
ITB 2018 -111 -ZD
5
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended
for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the
City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall
exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems
to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and,
may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids
received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides
that the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
15. MULTIPLE AWARD. The city may award two or more vendors (primary, secondary, tertiary, or higher), as
available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary),
followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive,
responsible bidders in order of next best cost. The city will endeavor to utilize vendors in order of award. However,
the city may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with
any contract or delivery requirement; 2) it is in the best interest of the city to do so regardless of reason.
16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be
deemed accepted upon award of the bid by the City Commission. The City Commission's selection or approval of
the City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s).
The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted
the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum
in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the
City may procure the items or services from other sources and hold the bidder responsible for any excess cost
occasioned or incurred thereby.
17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods
and services specifically listed in this solicitation from the contractor. However, the City reserves the right to
purchase any goods or services awarded from state or other governmental contract, or on an as -needed basis
through the City's spot market purchase provisions.
18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with
the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to
the Bidder.
19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award.
Reasonable efforts will be made to either award the Contract or reject all bids within one -hundred twenty (120)
calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price
before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Department of Procurement Management prior to award of the Bid by
the Mayor and City Commission.
ITB 2018 -111 --ZD
6
20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from
the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that
meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the
Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall
be placed in the same response. This provision only applies to formal solicitations for the procurement of goods,
services, items, equipment, materials, and/or supplies.
21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters,
information on access for persons with disabilities, and/or any accommodation to review any document or participate
in any city -sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY)
five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service).
22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance
with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit
discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual
orientation, marital and familial status, and age or disability.
23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all
reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and
records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination,
excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents,
papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other
pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the
immediate cancellation of this contract by the City.
25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be
submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will
notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the
Special Conditions.
26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall
be submitted to the ordering City department.
27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give
written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10)
calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in
default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City,
through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without
cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior
written notice to the bidder.
ITB 2018 -111 -ZD
7
28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any
informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the
best interest of the City of Miami Beach.
29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of
the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven
(7) calendar days prior to the scheduled Bid opening date, a request for clarification.
Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from
bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original
specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum
shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt
of any and all Addendum, and filling in and signing in the spaces provided in section 5.0,
Acknowledgements/Affidavits. Failure to acknowledge Addendum may deem a bid non-responsive.
The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing
by any City representative, unless issued by the City via formal written Addendum to this Bid.
Any questions or clarifications concerning the Bid shall be submitted in writing to the Department of Procurement
Management (DPM), 1700 Convention Center Drive, Miami Beach, FL 33139 with a copy to the City Clerk.
30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids
shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to
the extent of ownership, control and management of such related parties in the preparation and submittal of such bid
or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in
another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a
direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be
rejected.
Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract
resulting from collusive bidding may be terminated for cause.
31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard
production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees
items offered and delivered to be new, unused, and free from any and all defects in material, packaging and
workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the
manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All
containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of
days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time
may become a basis for making an award. Delivery shall be within the normal working hours of the City using
Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding
holidays, from 8:30 A.M. to 4:00 P.M.
ITB 2018 -111 -ZD
8
34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days)
for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted.
35. DEMONSTRATION OF COMPETENCY.
A. Pre -award inspection of the bidder's facility may be made prior to the award of contract.
B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods
and/or services as described in this Bid.
C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform
the services if awarded a contract under the terms and conditions of this Bid.
D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the
City of Miami Beach.
E. The City may consider any evidence available regarding the financial, technical, and other qualifications and
abilities of a bidder, including past performance (experience), in making an award that is in the best interest
of the City.
F. The City may require bidders to show proof that they have been designated as authorized representatives of
a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also
require material information from the source of supply regarding the quality, packaging, and characteristics
of the products to be supply to the City. Any material conflicts between information provided by the source
of supply and the information contained in the bidder's bid may render the bid non-responsive.
G. The City may, during the period that the contract between the City and the successful bidder is in force,
review the successful bidder's record of performance to ensure that the bidder is continuing to provide
sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the
bidder's performance on contracts awarded to it by the City, the City may place said contracts on
probationary status and implement termination procedures if the City determines that the successful bidder
no longer possesses the financial support, equipment, and organization which would have been necessary
during the bid evaluation period in order to comply with the demonstration of competency required under this
subsection.
36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be
as follows:
A. Any contract or agreement resulting from the award of this Bid; then
B. Addendum issued for this Bid, with the latest Addendum taking precedence; then
C. The Bid; then
D. The bidder's bid in response to the Bid.
In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished
hereunder, the decision of the City shall be final and binding on all parties.
37. NOT USED.
38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such
award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by
the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds
for removing the bidder from the City's bidders list.
39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid
ITB 2018 -111 -ZD
9
specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified
brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items
offered requires complete descriptive technical literature marked to indicate detailed conformance with
specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS
INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL.
Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides
as to a standard of acceptable product quality level only and should not be construed as an endorsement or a
product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that
product(s) offered conform with or exceed quality as listed in the specifications,
40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the
City.
41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a
public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach,
Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this
solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are
protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue
of submitting a response to this solicitation, vendor agrees to provide all award -related goods and services to the
City on a "first priority" under the emergency conditions noted above.
42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is
not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon
the City's actual needs and/or usage during a previous contract period. The City may use said estimates for
purposes of determining whether the low bidder meets specifications.
43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all
conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non-
responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of
the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you
must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The
City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids.
44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the
bidder's facilities at any time, upon reasonable prior written or verbal notice.
45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally,
Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to
(a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in
ITB 2018 -111 -ZD
10
order to perform the services; (b) provide the public with access to public records on the same terms and conditions
that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter
or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for
retaining public records and transfer, at no cost, to the public agency all public records in possession of the
contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored electronically must be provided to the
public agency in a format that is compatible with the information technology systems of the public agency.
46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the
bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price,
unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid.
47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid.
48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers,
employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and
costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of
claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting
from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners,
principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and
shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where
applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be
incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required
by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein
provided. The above indemnification provisions shall survive the expiration or termination of this Agreement.
49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise
provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until
acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City.
If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications,
the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's
expense.
50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection
fees required under the contract; and shall comply with all Applicable Laws.
51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami -Dade
County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the
items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of
Applicable Laws will in no way be a cause for relief from responsibility.
52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of
Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume
the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work
ITB 2018 -111 -ZD
11
complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by
negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with
Applicable Laws.
53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner
and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder
agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified,
and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and
all documentation, certification, authorization, license, permit, or registration currently required by applicable laws,
rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations,
authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of
this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract.
54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions,
and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in
the bid being non-responsive.
55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of
a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time
will NOT be considered.
Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration
of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid
due date and before said expiration date and letters of withdrawal received after contract award will NOT be
considered.
56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications.
Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These
items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the
City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of
these stipulations may also result in the bidder's name being removed from the City's vendor list.
57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or
non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of
government or non-profit agency.
58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied
pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines
levied because of inadequacies to comply with this condition shall be borne solely by the bidder.
59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and
its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in
the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design,
device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception,
that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any
way involved in the work.
ITB 2018 -111 -ZD
12
60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to
comply with Bid specifications, free of damage or defect, and properly invoiced.
61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing
the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity
specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special
Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be
considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment
terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be
made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a
consideration in determination of award of bid(s).
62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including
Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM".
However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent.
63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any
person requiring an accommodation at the Bid opening because of a disability must contact the Procurement
Division.
64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of
items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the
bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid
opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the
bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason
for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700
Convention Center Drive, Miami Beach, FL 33139.
65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence.
66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from
the successful bidder. However, the City reserves the right to purchase the items from state or other governmental
contract, or on an as -needed basis through the City's spot market purchase provisions.
67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without
previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments
will be returned at the bidder's expense.
68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be
given to bidders certifying that they have implemented a drug free work place program. A certification form will be
required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace
program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to
be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or
ITB 2018 -111 --ZD
13
the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's
discretion, which will make a recommendation for award to the City Commission.
70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise
violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the
City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to
be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by
the bidder of the written termination notice.
In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work
and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a
consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained
by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to
the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from
the successful bidder is determined.
The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of
the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default
within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this
subsection 1.57.
71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or
services then remaining to be performed, at any time, by giving written notice to the successful bidder of such
termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all
finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is
terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance
with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services
actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in
assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any
profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total
extent of the City's liability to the successful bidder upon a termination as provided for in this subsection.
72. UNDERWRITERS' LABORATORIES. Unless otherwise stipulated in the Bid, all manufactured items and
fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the
item(s) offered and furnished.
73. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or
facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and
Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than
$50,000), may require additional items to be added to the Contract which are required to complete the work. When
additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being
requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these
quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract
vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a
Purchase Order (or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary
to add additional items through a formal amendment to the Contract, to be approved by the City Manager.
The City may determine to obtain price quotes for the additional items from other vendors in the event that
fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the
City's discretion.
ITB 2018 -111 -ZD
14
SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED BIDS. One original Bid Proposal (preferably in 3 -ring binder) must be submitted in an opaque, sealed
envelope or container on or before the due date established for the receipt of bids. Additionally, five (5) bound copies
and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within two (2)
business days of request by the City. The following information should be clearly marked on the face of the envelope
or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids
received electronically, either through email or facsimile, are not acceptable and will be rejected.
Bid Proposals are to be delivered to the following address:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed
mechanically or, if manually, in ink, Cost Proposal Forms submitted in pencil shall be deemed non-
responsive. All corrections on the Cost Proposal Form shall be initialed.
FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN THE
ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) FULLY EXECUTED MAY RESULT IN BID BEING
DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
• TAB 2 — Bid Certification, Questionnaire and Affidavits (Appendix A). FAILURE TO SUBMIT
APPENDIX A WITH THE BID, ON OR BEFORE THE DUE DATE FOR RECEIPT OF BIDS, WILL
RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
•
• TAB 3 — Documentation indicating compliance with Minimum Eligibility Requirements
• TAB 4 — If submitting bid for "or equal" submit, two (2) complete sets of product information sheets
(such as factory specifications, standard manufacturer information sheets, catalogues, and
brochures) for all approved "equal" products included in Appendix E.
FAILURE TO SUBMIT THE REQUESTED DOCUMENTATION FOR TAB 4, WITH THE BID OR UPON
TWO (2) BUSINESS DAYS OF REQUEST BY THE CITY, MAY RESULT IN THE BID BEING DEEMED
NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form
(Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if
applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully
executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted
documentation within two (2) business days upon request from the City, or the bid may be deemed non-responsive.
Non-responsive bid packages will receive no further consideration.
ITB 2018 -111 -ZD
15
3. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids,
Any Bid received after the deadline established for receipt of proposals will be considered late and not be
accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays,
natural or otherwise.
Balance of Page Intentionally Left Blank
ITB 2018 -111 -ZD
16
MIAMI BEACH
APPENDIX A
MIAMI BEACH
Proposal Certification,
Questionnaire &
Requirements Affidavit
ITB No. 2018-11 1 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2018 -140 -ZD
17
MIAMI BEACH
Solicitation No:
2018 -111 -ZD
Solicitation Title:
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING
EQUIPMENT
Procurement Contact:
Zuleika Davidson
Tel:
(305) 673-7000 x 6943
Email:
zuleikadavidson(a,miamibeachfl.gov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed with the bid, on
or before the due date and time for receipt of bids.
1. General Proposer Information.
FIRM NAME:
NO OF YEARS IN BUSINESS:
NO OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
ITB 2018-140—ZD
18
1. Veteran Owned Business. Is Proposer claiming a veteran owned business status?
YES NO
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran -owned business or a service -disabled veteran owned business by the State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR report from D&B at:
https:llsupplierportal.dnb.com/webapp/wcslstores/servlet/SupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each
Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible
in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at
800.424.2495.
SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the
City, with bid or within 2 days of request.
3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate
family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers
must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in
the Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name
of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any
of its affiliates.
4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or
had a contract cancelled due to non-performance b an public sector agency?
YES NO
SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to
action(s).
6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all
sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub -consultants) with a controlling
financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response
or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable
ITB 2018-111—ZD
19
8.
governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of
Miami Beach and Miami Dade County
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code
of Ethics, available at www.miamibeachfl.gov/procurement/.
Commencing with City fiscal year 2012 13 (October 1, 204,2)-E
$11.62/hr with health benefits, and $13.312/hr without benefits.
provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirorcest is available at
living wage requirement.
9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the
United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of
Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic
partners* or to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner,
such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical
insurance.
BENEFIT
Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the
City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the
Equal Benefits requirement is available at www.miamibeachfl.gov/procuremen
ITB 2018-111—ZD
20
10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that
a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not
submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity
in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list.
11. Non -Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the
blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national
origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to
Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and
Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no
travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be
sourced from these states.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Resolution 2016-29375.
13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies,
practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City
Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring
about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of
employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits
placing a statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer
certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees
to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any
breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate
termination for cause of the agreement, in addition to any damages that may be available at law and in equity.
14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having received solicitation through the City's e -procurement system, PublicPurchase.com. However, Proposers are
solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement
of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.
Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification.
If
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Addendum 1
Addendum 6
Addendum 11
Addendum 2
Addendum 7
Addendum 12
Addendum 3
Addendum 8
Addendum 13
Addendum 4
Addendum 9
Addendum 14
Addendum 5
Addendum 10
Addendum 15
additional confirmation of addendum is required. submit under senarate novPr
ITB 2018-111—ZD
21
BEAC
DISCLOSURE AND DISCLAIMER SECTION
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers,
directors, shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of
any information in this solicitation.
Any reliance on these contents, or -on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will
be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is
totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant
to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance
only, and does not constitute all or any part of an agreement.
The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Government -in -the -Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure
as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become
public records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or
investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its
knowledge, information, and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable
judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto,
or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated
damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and
Disclaimer which imposes no liability on the City.
In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
ITB 2018-140—ZD
22
!At\
BEACH'
PROPOSER CERTIFICATION
I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal;
Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this
solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure
and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the
solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to
comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal
with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges
that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public
Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification,
Questionnaire and Requirements Affidavit are true and accurate.
Name of Proposer's Authorized Representative:
Title of Proposer's Authorized Representative:
Signature of Proposer's Authorized Representative:
Date:
State of FLORIDA
On this _day of , 20 , personally
appeared before me who
County of ) stated that (s)he is the
of , a corporation, and that the instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for the State of
My Commission Expires:
ITB 2018-140—ZD
23
APPENDIX B
MIAMI BEACH
"No Bid" Form
ITB No. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Tote: It is important for those venters who havTi=eceivedinotification o
this solicitation but have decided not to respond, to complete and submit
the attached ``Statement of No Bid." The `Statement of No Bid" provides
the City with information on how to improve the solicitation process.
Failure to submit a "Statement of No Bid" may result in not being notified
of future solicitations by the City.
ITB 2018 -111 -ZD
24
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR INDICATED BELOW:
Workload does not allow us to proposal
Insufficient time to respond
Specifications unclear or too restrictive
Unable to meet specifications
Unable to meet service requirements
Unable to meet insurance requirements
Do not offer this product/service
OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:
Title:
Legal Company Name:
Note: Failure to respond, either by submitting a proposal or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
City of Miami Beach
Procurement Department
ATTENTION: Zuleika Davidson
ITB No. 2018 -111 -ZD
1755 Meridian Avenue, 3rd Floor
Miami Beach, FL 33139
ITB 2018 -111 -ZD
25
APPENDIX C
MIAMI BEACH
Minimum Requirements
& Specifications
ITB No. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING
EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2018 -111 -ZD
26
C1. MINIMUM REQUIREMENTS.
The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall with its
bid or within two (2) business days upon request from the City, submit detailed verifiable
information affirmatively documenting compliance with each minimum requirement. Proposers that
fail to comply with minimum requirements will be deemed non-responsive and will not be
considered.
1. Bidder shall be the manufacturer or authorized by the manufacturer to sell the brand of
proposed equipment.
SUBMITTAL REQUIREMENT: The bidder shall provide documentation of the above
requirement.
C.2 STATEMENT OF WORK.
The Miami Beach Convention Center (MBCC) is soliciting bids for the purchase, delivery, and
unloading of various material handling equipment which include: electric boom lift, compact crawler
lift, mast boom lift, electric Scissor lift, forklifts, and staff carts that will be utilized at the Miami
Beach Convention Center (MBCC).
C3. SPECIFICATIONS.
The City may procure eight (8) different material handling pieces of equipment, each with specific
requirements, dimensions, and materials of construction as further defined herein, as follows:
• Electric Boom Lift (JLG Model Number E600JP) or Approved Equal.
• Compact Crawler Lift (JLG Model Number X770AJ) or Approved Equal.
• Master Boom Lift (JLG Model Number T32E) or Approved Equal.
• Electric Scissor Lift (JLG Model Number 3246ES) or Approved Equal.
• Electric 5,000 lbs. Capacity Forklift (CATERPILLAR Model Number 2EPC5000) or Approved
Equal,
• Fork lift (Electric or Propane Tri -Mast, 5,000 lbs. cap.) (CATERPILLAR Model Number
GP25N) or Approved Equal.
• Staff Carts (EZ WHEELS Model Number EW -36) or Approved Equal.
• Utility Staff Carts (CUSHMAN Model Number 35LR59) or Approved Equal.
Products similar in design and equal in function may also be considered.
C4. CONSIDERATION OF "EQUAL" PRODUCT. The manufacturer's name, brand name and/or
model number information contained in this solicitation are being used for the sole purpose of
establishing the minimum requirement of level of quality, standard of performance, and design and
is in no way intended to prohibit the offer of another manufacturer's items of equal material unless
otherwise indicated on the Bid/Proposal Submission Form. The City may consider an "equal"
substitution for the items specified herein only under the following conditions.
C4.1. Documentation of Equivalency. Any bidder wishing to submit an "equal" product shall
submit each of the following for the City's consideration. Failure to submit the requested
documentation of equivalency WITH ITS BID or WITHIN TWO (2) BUSINESS DAYS OF
REQUEST BY THE CITY shall result in disqualification of "or equal" product.
ITB 2018 -111 -ZD
27
• Manufacturer's Product Information Sheets
The City shall be sole judge of equality, based on the best interests of the City, and its decision
in this regard shall be final. Items labeled "No Substitute" on the City's Bid/Proposal
Submission Form are the only products that will be accepted under this solicitation.
Balance of Page Intentionally Left Blank
ITB 2018 -111 -ZD
28
APPENDIX D
MIAMI BEACH
Special Conditions
ITB No. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING
EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2018 -111 -ZD
29
1. TERM OF CONTRACT. This Contract shall remain in effect for a period of three (3) years
from date of contract execution by the Mayor and City Clerk. During the contract period,
the City may purchase additional items in any combination it deems necessary.
1.1 Providing the Contractor(s) will agree to maintain the same price, terms and conditions of
the current contract, this contract may be renewed at the sole discretion of the City, through its
City Manager, for two (2) additional one (1) year terms, if mutually agreed upon by both
parties.
1.2 In the event that the contract is held beyond the term herein provided it shall only be from
a month -to month basis only and shall not constitute an implied renewal of the contract. Said
month-to-month extension shall be upon the same terms of the contract and at the
compensation and payment provided herein.
2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded
a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall
remain fixed and firm during the term of this contract; provided, however, that the bidder may
offer incentive discounts from this fixed price to the City at any time during the contract term.
The City is also interested in receiving bids that include flexible pricing terms that provide the
City with maximum options and flexibility as regulatory and marketplace changes take place.
2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT. The contract may be extended at the
sole discretion of the City, through its City Manager, for two (2) additional one (1) year terms, if
mutually agreed upon by both parties. Prior to completion of each exercised contract term, the
City may consider an adjustment to price based on Consumer Price Index increase. Change
shall not be more than the percentage increase or decrease in the Consumer Price Index CPI -
U (all urban areas) computed 60 days prior to the anniversary date of the contract.
It is the Contractor's responsibility to request any pricing adjustment under this provision. For
any adjustment to commence on the first day of any exercised option period, the Contractor's
request for adjustment should be submitted 60 days prior to expiration of the then current
contract term.
The Contractor's adjustment request must clearly substantiate the requested increase. If no
adjustment request is received from the Contractor, the City will assume that the Contractor
has agreed that the optional term may be exercised without pricing adjustment. Any
adjustment request received after the commencement of a new option period may not be
considered.
The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the
contract to terminate and re -advertise for bids, whichever is in the best interest of the City.
3. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY. The
Successful Bidder shall enclose a complete packing slip or delivery ticket with any items to be
delivered in conjunction with this bid solicitation. The packing slip/delivery ticket shall be
attached to the shipping carton(s) and shall be made available to the designated Contract
ITB 2018 -111 -ZD
30
Administrator during delivery/pickup. The packing slip or delivery ticket shall include, at a
minimum, the following information: purchase order number, date of order, a complete listing of
items being delivered/picked up and back -order quantities and estimated delivery of back-
orders, if applicable.
4. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s)
that requested the items through a purchase order. The date of the invoices shall not exceed
thirty (30) calendar days from the delivery of the items. Under no circumstances shall the
invoice be submitted to the City in advance of the delivery and acceptance of the items. In
addition the invoice shall reference (or include a copy of) the corresponding delivery ticket
number or packing slip number that was signed by an authorized representative of the City
user department at the time the items were delivered and accepted. Failure to submit invoices
in the prescribed manner will delay payment.
5. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS. The Bidder hereby
acknowledges and agrees that all materials/products, except where recycled content is
specifically requested, supplied by the Bidder in conjunction with this Bid shall be new,
warranted for their merchantability, and fit for a particular purpose. In the event any of the
materials/products supplied to the City by the Bidder are found to be defective or do not
conform to specifications, the City reserves the right to cancel the order and return such
materials/products to the Bidder to replace the materials/products at the Bidder's expense.
After returned items have been shipped, the bidder shall replace the materials/products within
5 business days.
6. DELIVERY. A specific schedule of deliveries by priority will be given to the vendor upon
award. All deliveries shall be made in accordance with good commercial practice and all
required delivery timeframes shall be adhered to by the vendor(s); except in such cases where
the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control
of the vendor. In these cases, the vendor shall notify the City of the delays in advance of the
original delivery date so that a revised delivery schedule can be appropriately considered by
the City.
6.1 DELIVERY REQUIREMENTS. Bidders shall indicate on their response the number of
calendar days required to complete the delivery of a complete order.
Delays — date of delivery may be extended for a specific period of time when the delay is the
result of a natural disaster, war, civil commotion, strike or any other condition beyond the
control of the Successful Bidder provided that written notice (via email) and verbal notice (via
the telephone) is provided to the Contract Administrator immediately upon knowledge of the
delay. The written and verbal notice shall include the estimated delivery time and the reason
for the delay. Written approval of the delay must be provided by the Contract Administrator to
the Successful Bidder.
7. BACKORDERS/ DELAYS IN DELIVERY SHALL NOT BEW ALLOWED. The City shall not
allow any late deliveries attributed to product back order situations under this contract.
Accordingly, the vendor is required to deliver all items to the City within the time specified in
ITB 2018 -111 -ZD
31
this solicitation and resultant contract; and no grace period on account of back order situations
shall be honored, unless written authorization is issued by the user department, and a new
delivery date is mutually established. In the event that the vendor fails to deliver the products
within the time specified, the City reserves the right to cancel the order, seek the items from
another vendor, and charge the incumbent vendor for any re -procurement costs. If the vendor
fails to honor these re -procurement costs, the City may terminate the contract for default.
8. SHIPPING TERMS: F.O.B DESTINATION. Prices shall include prepaid freight by the bidder to
the City's premises specified in the purchase orders which include inside delivery, and shall be
F.O.B. Destination. Vendor shall hold title to the goods until such time as they are delivered,
installed and accepted by an authorized City representative.
9. DAMAGED GOODS DURING SHIPMENT. The vendor shall be responsible for filing,
processing, and collecting all damage claims against the shipper.
10. LICENSES, PERMITS AND FEES. The vendor shall obtain and pay for all licenses, permits
and inspection fees required for this project; and shall comply with all laws, ordinances,
regulations and building code requirements applicable to the work contemplated herein.
Damages, penalties and or fines imposed on the City or the vendor for failure to obtain
required licenses, permits or fines shall be borne by the vendor.
11. INFORMATION AND DESCRIPTIVE LITERATURE. Bidders must furnish all information
requested and in the space provided on the Bid Response Form. Furthermore, each bidder
offering an equal to the brand(s) specified, excluding the non -substitute items, (or if no brand
is specified) must submit with their bid, descriptive literature and/or detailed specifications
covering the offered products. Reference to literature submitted with a previous bid will not
satisfy this provision. Bids which do not comply with these requirements shall be rejected.
12. WARRANTY. The vendor shall fully warrant all equipment furnished hereunder against defect
in materials and/or workmanship for manufacturer's standard warranty period from date of
delivery/acceptance by the City of Miami Beach. Should any defect in materials or
workmanship, except ordinary wear and tear, appear during the above stated warranty period,
the Contractor shall repair or replace same at no cost to the City, immediately upon receiving
written notice, and shall be completed by the agreed upon date from the City's authorized
representative. The Vendor shall be responsible for either repairing the equipment on site or
transporting the equipment to his/her repair facility at no cost to the City. All warranty
provisions of the Uniform Commercial Code shall additionally apply.
13. CORRECTING DEFECTS COVERED UNDER WARRANTY. Any deficiency shall be promptly
corrected, at no cost to the City, within ten (10) calendar days after the City provides written
notification of such deficiency. Failure to honor the warranty and/or failures to correct or
replace the defective work or items within the period specified, may result with the City, at its
own discretion, after written notification to debar the bidder as a City bidder and/or subject to
contractual default if the corrections or replacements are not completed to the satisfaction of
the City within then (10) calendar days of receipt of the notice. In failing to satisfy the warranty
within the period specified in the notice, the City may (a) place the bidder in default of its
ITB 2018 -111 -ZD
32
contract, and/or (b) procure the products or services from another vendor and charge the
bidder for any additional costs that are incurred by the City for this work or items; either
through a credit memorandum or through invoicing.
14. MANUALS. The vendor shall supply the City with a minimum of three (3) operations, parts,
and repair manuals which identify the component parts, and which describe the appropriate
process for repairing the equipment purchased by the City in conjunction with this solicitation.
The manuals shall be supplied prior to, or upon, delivery of the equipment. Final payment
shall be withheld until such time as these manuals are received by the City.
15. DEMONSTRATION OF EQUIPMENT MAY BE REQUIRED DURING EVALUATION. After
receipt of offers by the City, the vendors may be required to demonstrate their specifically
offered equipment to City personnel, at no separate cost. The purpose of this demonstration is
to observe the equipment in an operational environment and to verify its capability, suitability,
and adaptability in conjunction with the performance requirements stipulated in this solicitation.
If a demonstration is required, the City will notify the vendor of such in writing and will specify
the date, time and location of the demonstration. If the vendor fails to perform the
demonstration on the specified date stipulated in the notice, the City may elect to reject that
vendor's offer, or to re -schedule the demonstration, whichever action is determined to be in the
best interests of the City. The City shall be the sole judge of the acceptability of the equipment
in conformance with the specifications and its decision shall be final.
The equipment used for the demonstration shall be the same as the manufacturer's model
identified in the vendor's offer. Accordingly, the equipment used in the demonstration shall
create an express warranty that the actual equipment to be provided by the vendor during the
contract period shall conform to the equipment used in the demonstration. The vendor shall be
required to provide adequate restitution to the City, in the manner prescribed by the City, if this
warranty is violated during the term of the contract.
Balance of Page Intentionally Left Blank
ITB 2018 -111 -ZD
33
APPENDIX E
MIAMI BEACH
Cost Proposal Form
ITB No. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING
EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2018 -111 -ZD
34
COST PROPOSAL FORM
Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established for
the receipt of proposals will result in proposal being deemed non-responsive and bein. re'ected.
Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance
with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and
that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost
indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in
advance. The Cost Proposal Form shall be completed mechanically or, if manually, in ink. Cost Proposal Form completed
in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed.
tem
1
'escription
Electric Boom Lift
Make/Model: JLG/ E600JP
"Or Equal" Make/Model:
Estimated
Quantity
(a)
1
Unit Price
(b)
Extended Price
(c)
(axb)=c
Delivery ARO*
(calendar days)
2
Compact Crawler Lift
Make/ Model: JLG/ X770AJ
"Or Equal" Make/Model:
1
3
Master Boom Lift
Make/Model: JLG/ T32E
"Or Equal" Make/Model:
1
4
Electric Scissor Lift
Make/Model: JLG/ 3246ES
"Or Equal" Make/Model:
1
5
Electric 5,000 lbs. Cap. Fork Lift
Make/Model: CAT/2EPC5000
"Or Equal" Make/Model:
1
6
Fork Lift (Electric or Propane Tri -Mast, 5,000 lbs. capacity)
Make/Model: CAT/ GP25N
"Or Equal" Make/Model:
1
7
Staff Carts
Make/Model: EZWheels/EW-36
"Or Equal" Make/Model:
8
8
Utility Staff Carts
Make/Model: Cushman/35LR59
"Or Equal" Make/Model:
6
er Receipt of Purchase Order)
**CONTINUED ON NEXT PAGE**
PAGE 1 OF 2
ITB 2018-111—ZD
35
Bidder's Affirmation
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
PAGE2OF2
ITB 2018 -111 -ZD
36
APPENDIX F
MIAMI BEACH
Insurance Requirements
ITB No. 2018-11 1 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING
EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2018 -111 -ZD
37
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability. Contractual Liability and Contractual
Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of
specifications).
XXX 3. Automobile Liability - $100,000 each occurrence - owned/non-owned/hired automobiles
included.
4. Excess Liability - $ .00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be
stated on the certificate.
6. Other Insurance as indicated:
Builders Risk completed value $ .00
Liquor Liability $ .00
Fire Legal Liability $ .00
Protection and Indemnity $ .00
Employee Dishonesty Bond $ .00
Other $ .00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are
subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any
other applicable Statutes.
ITB 2018 -111 -ZD
38
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB)
Detail by Entity Name Page 1 of 2
Florida Department of State
Liivi '!tet i o
rorg
an ufdul Sitar u(Fluridu wetnue
Department of State / Division of Corporations / Search Records / Detail By Document Number /
DIVISION OF CORPORATIONS
Detail by Entity Name
Foreign Profit Corporation
SUNBELT RENTALS, INC.
Filing Information
Document Number F00000004160
FEI/EIN Number 58-0415192
Date Filed 07/24/2000
State NC
Status ACTIVE
Principal Address
2341 DEERFIELD DRIVE
FORT MILL, SC 29715
Changed: 04/03/2007
Mailing Address
2341 DEERFIELD DRIVE
FORT MILL, SC 29715
Changed: 04/06/2015
Registered Agent Name & Address
CHIPP, DANNY
C/O SUNBELT RENTALS, INC.
2015 DIRECTORS ROW
ORLANDO, FL 32809
Name Changed: 03/20/2012
Address Changed: 04/06/2015
Officer/Director Detail
Name & Address
Title President
HORGAN, BRENDAN
2341 DEERFIELD DRIVE
FORT MILL, SC 29715
Title Senior Vice President - Finance and Treasurer
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 5/30/2018
Detail by Entity Name Page 2 of 2
SCHOENBERGER, JOHN
2341 DEERFIELD DRIVE
FORT MILL, SC 29715
Title Executive Vice President- Administration adn Business Development and Secretary
Kenkel, Kurt J
2341 Deerfield Dr
Fort Mill, SC 29715
Annual Reports
Report Year Filed Date
2016 03/28/2016
2017 01/05/2017
2018 03/13/2018
Document Images
03/13/2018 -- ANNUAL REPORT
01/05/2017 -- ANNUAL REPORT
03/28/2016 -- ANNUAL REPORT
04/06/2015 — ANNUAL REPORT
04/07/2014 -- ANNUAL REPORT
09/11/2013 -- Req. Agent Change
04/02/2013 -- ANNUAL REPORT
04/09/2012 --ANNUAL REPORT
03/20/2012 -- Req. Agent Change
04/13/2011 --ANNUAL REPORT
03/02/2010 — ANNUAL REPORT
11/04/2009 — Req. Agent Change
04/13/2009 — ANNUAL REPORT
04/03/2008 — ANNUAL REPORT
04/03/2007 --ANNUAL REPORT
04/06/2006 — ANNUAL REPORT
04/06/2005 —ANNUAL REPORT
04/08/2004 — ANNUAL REPORT
04/18/2003 —ANNUAL REPORT
03/06/2002 — ANNUAL REPORT
01/26/2001 — ANNUAL REPORT
07/25/2000 -- Foreign Profit
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
Hernia Department of State, Division of Corporations
http ://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai1?inq... 5/30/2018
SUNBELT.
RENTALS
March 9, 2018
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3`° Floor
Miami Beach, FL 33139
Re: ITB: 2018-111-ZB — Material Handling Equipment -- Bid Due: March 12, 2018 @ 3 PM
Please accept the attached response for consideration of the above -referenced bid. Sunbelt Rentals, Inc, is
looking forward to working with the City of Miami Beach to provide this needed equipment. The following
documents are attached for your consideration:
1. One original Bid Proposal in 3 ring binder including (Tab 1) Appendix E, Cost Proposal Form,
(Tab 2) Appendix A, Certification, Questionnaire and Affidavits, (Tab 3) Documentation
indicating compliance with Minimum Eligibility Requirements, (Tab 4) Two complete sets of
Equipment Specifications; (Tab 5) Sample COI — Original will be provide at time of Award; (Tax
6) Debarment Explanation Letter.
2. Five (5) bound copies
3. One electronic format — USB
Please note that Sunbelt Rentals guarantees base price of the equipment listed but due to recent legislation
regarding aluminum and steel tariffs, Sunbelt reserves the right to change equipment pricing to
accommodate rising cost associated with the new steel tariffs imposed by Legislation
Any questions with equipment or service can be addressed by Teresa Soobitsky, Government Account
Manager at 954-275-9559 or - or Richard Wallace, Branch Manager at
954-753-7556 or
We thank you for extending Sunbelt the opportunity to submit pricing for this bid request. Please let us
know if there is any further clarification or additional information that you require.
Sincerely,,
Maggie Rubio
Customer Contract Facilitator
T: 800-508-4762 F: 803-578-6850
contractteam@sunbeltrentals.cam
2341 Deerfield Drive Fort Mill, SC 29714 Phone: 800-508-476 Fax: 803-578-6850
SUNBELT
RENTALS
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, FL 33139
Bid #2018 -111 -ZD
Material Handling Equipment
Bid Due: Monday, March 12, 2018 by 3:00 PM
Prepared by Sunbelt Rentals, Inc.
2341 Deerfield Drive
Fort MiII, SC 29715
Local Sunbelt Rentals Contact
Teresa Soobitsky
Government Account Manager
Cell: 954-275-9559
Please contact Teresa or Maggie if there are any questions concerning this bid or pricing
Submitted by:
Maggie Rubio, Customer Contract Facilitator
T: 803-578-9269 F: 803-578-6850
Maggie.rubio@sunbeltrentals.com
contractteam@sunbeltrentals.com
2341 Deerfield Drive Fort Mill, SC 29715 Phone: 800-508-4762 Fax: 803-578-6850
1
Cost Proposal Form (Appendix E)
CIEBid Certification, Questionaire and Affidavit
Appendix A
Documentation indicating compliance with
Minimum Eligibility Requirements
Two (2) complete sets of
Equipment Specifications
Sample Certificate of Insurance
Explanation of Debarment
APPENDIX E
MIAMI BEACH
Cost Proposal Form
ITB No. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING
EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2018 -111 -ZD
34
COST PROPOSAL FORM
ailure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established for
the recei • t of proposals will result in • ro • osal bein • deemed non -res • onsive and being re'ected.
Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance
with the requirements of this ITS, inclusive of its terms, conditions, specifications and other requirements stated herein, and
that no claim will be made on account of any increase in wage scales, material prices, delivery delays. taxes, insurance, cost
indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in
advance. The Cost Proposal Form shall be completed mechanically or, if manually, in ink. Cost Proposal Form completed
in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed.
Item
1
Description.Estimated
Electric Boom Lift
Make/Model: JLG/ E600JP
"0r Equal" Make/Model:
Quantity
(a)
1
Unit Price
(b)
$74,230.97
Extended Price
(c)
(axb)=c
$74,230.97*
DeliverARO*
(calendar days)
45/60 Days
2
Compact Crawler Lift
Make/ Model: JLG/ X770AJ
'Or Equal" Make/Model:
1
$177,808.38
$177,808,38*
30 D.,
3
Master Boom Lift
Make/Model: JLG/ T32E
"Or Equal" Make/Model:
1
$39,896.45
$39,896.45*
45/60 Days
4
Electric Scissor Lift
Make/Model: JLG/ 3246ES
"Or Equal" Make/Model:
1
519,895.37
519,895.37*
30/35 Days
5
Electric 5,000 lbs. Cap. Fork Lift
Make/Model: CAT/2EPC5000
"Or Equal" Make/Model:
1
NO BID
6
Fork Lift (Electric or Propane Tri -Mast, 5,000 lbs. capacity)
Make/Model: CAT/ GP25N
"Or Equal" Make/Model:
1
NO BID
w
7
Staff Carts
Make/Model: EZWheels/EW-36
"Or Equal" Make/Model:
8
NO BID
8
Utility Staff Carts
Make/Model: Cushman/35LR59
"Or Equal" Make/Model:
6
NO BID
RO (After Receipt of Purchase Order)
*Sunbelt Rentals guarantees base price of the above listed equipment, but due to recent legislation regarding aluminum and
steel tariffs, Sunbelt reserves the right to change equipment pricing to accommodate rising costs associated with the new
steel tariffs imposed by Legislation CONTINUED ON NEXT PAGE**
ITB 2018-111—ZD
PAGE 1 OF 2
35
Bidder's Affirmation
Company: Sunbelt Rentals, Inc.
Authorized Representative: Stephanie Ransone
Address: 2341 Deerfield Drive, Fort Mill SC 29715
Telephone: 800-508-4762
Email: contractteam a@sunbeltrentals.com
Authorized Representative's Signature:
---7-:
ITB 2018 -111 -ZD
PAGE 2 OF 2
36
AP BEACH
APPENDIX A
MIAMI BEACH
Proposal Certification,
Questionnaire &
Requirements Affidavit
ITB No. 2018-11 1 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2018 -140 -ZD
17
'V IAMI BEACH
Solicitation No:
2018 -111 -ZD
Solicitation Title:
MIAMI BEACH CONVENTION CENTER (MBCC) MATERIAL HANDLING
EQUIPMENT
Procurement Contact:
Zuleika Davidson
Tel:
(305) 673-7000 x 6943
Email:
zufeiikadavidsonOmiamibeachfl.ciov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed with the bid, on
or before the due date and time for receipt of bids.
1. General Proposer Information.
FIRM NAME:
Sunbelt Rentals, Inc.
NO OF YEARS IN BUSINESS: 35
NO OF YEARS I N BUSINESS 1O. OF EMPLOYEES:
LOCALLY:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
2341 Deerfield Drive
CITY: Fort Mill
STATE:
South Carolina
ZIP CODE:
29715
TELEPHONE NO.:
800-508-4762
TOLL FREE NO.:
800-508-4762
FAX NO.:
803-578-6377
FIRM LOCAL ADDRESS:
6580 W State Road 84
CITY:
Davie
STATE:
Florida l
ZIP CODE:
33317-7305
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Teresa Soobitsky
ACCOUNT REP TELEPHONE NO.: 954-275-9559
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL: teresa.soobitsky@sunbeltrentals.com
FEDERAL TAX IDENTIFICATION NO.:
58-0415192
The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
ITB 2018 -140 -ZD
18
Veteran Owned Business. Is Pr0Joser claiming aveteran owned business status'?
YES �. T ( NO
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status snail submit a documentation proving that firm
is certified as a veteran -owned business or a service -disabled veteran owned business by the State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR, report from D&B at:
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each
Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible
in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at
800-424-2495.
SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the
City, with bid or within 2 days of request.
Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate
family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers
must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in
the Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name
of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any
of its affiliates.
4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
5. Suspension, Debaniient or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or
had a contract cancelled due to non-performance y any public sector agency?
`_� YES I NO
SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to
action(s). See attached explanation
6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that ail
applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all
sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub -consultants) with a controlling
financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
7. Code of Business Ethics, Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response
or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable
ITB 2018- 111 -ZD
19
8.
governmental rules arid regulations including, among others, the conflict or interest, lobbying and ethics provision of the City al
Miami Beach and Miami Dade County
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. in lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code
of Ethics, available at www.miamibeachfl.gov/procurement/.
2 408 of the Miami Beach C'
s -who ravide-se '.. _.... re
Commencing with City fiscal year 2012 13 (October 1, 2012)E
$11.621hr with -health -be -Refits, and $13,312/4rivithout-tier or'its.
The iiviag--wage-rate and-heatth--save-benefit . , • :. . tine-sf-
- '•:: `: rs (CPI t n nom;=
-itae-presediag; ne-aur
eef-ie-index+ham "^„ te-in ars
Y
Proposers' failure to amply with-tt}'
sale -optic - r n vdiately decal -said -Proposer as non responsive, and ter-subjest-Propc�cr to additional penafl+es-aad-- iees,as
g Wago rt,.
tal br^.
w44A w#iar-Ribea61 v/precurement1-
tiving-wage requireme
Ne-additieRat-submittal-js-required. Byviue-e€axes
ent, P-rapeser agrees-te-the
Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at aver $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the
United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of
Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic
partners* or to domestic partners of employees?
X I YES j 1 NO
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner,
such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical
insurance.
BENEFIT
Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
X
Firm does not
Provide Benefit
Health
Sick Leave
X
X
Family Medical Leave
X
X
Bereavement Leave
h
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the
City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final, Further information on the
Equal Benefits requirement is available at wvw.miamibeachft.gov/procuremen
ITB 2018 -111 --ZD
20
10. Public Entity Crimes. Section 287.133(2)(2), Flonda Statutes, as currently enacted or as amended from time to time, states that
a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not
submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity
in excess of the threshold amount provided in s. '',! 1'- for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list.
11. Non -Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the
blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national
origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to
Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and
Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no
travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be
sourced from these states.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Resolution 2016-29375.
13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies,
practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City
Code ("Fair Chance Ordinance"), and which, among other things, (1) prohibits City contractors, as an employer, from inquiring
about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of
employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits
placing a statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer
certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees
to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any
breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate
termination for cause of the agreement, in addition to any damages that may be available at law and in equity.
14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having received solicitation through the City's e -procurement system, PublicPurchase.com. However, Proposers are
solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement
of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.
Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification.
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Initial to Confirm
Receipt
N/A
Addendum 1
Addendum 6
Addendum 11
Addendum 2
Addendum 7
Addendum 12
Addendum 3
Addendum 8
Addendum 13
Addendum 4
Addendum 9
Addendum 14
Addendum 5
Addendum 10
Addendum 15
If additional confirmation of addendum is required, submit under separate cover.
ITB 2018-111—ZD
21
BEAC H
..DISCLOSUREAND DISCLAIMER SECTION
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
In its sole discretion. the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation, as it deerns appropriate and in its best interest. In its sole discretion, the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers,
directors, shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of
any information in this solicitation.
Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will
be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is
totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant
to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance
only, and does not constitute all or any part of an agreement.
The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Government -in -the -Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure
as required by such law. Ail Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become
public records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or
investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its
knowledge, information, and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable
judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto,
or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated
damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and
Disclaimer which imposes no liability on the City.
In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
ITB 2018 -140—ZD
22
PROPOSER CERTIFICATION
I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal;
Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this
solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure
and Disclaimer Statement Proposer agrees to be bound to any and all specifications, terms and conditions contained in the
solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to
comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal
with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges
that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public
Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification,
Questionnaire and Requirements Affidavit are true and accurate.
Name of Proposers Authorized Representative:
Stehanie Ransone
Title of Proposers Authorized Representative:
Sr. Customer Contract Manager
Signature of Proposer's Authorized Representative:
Date:
March 6 , 2013
South Carolina
State of ?EffDA ) On this day of March , 2018 personally
) appeared before me Stephanie Ransone who
County of York ) stated that (s)he is the Sr. Customer Contract Manager
of Sunbelt Rentals, Inc, a corporation, and that the instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
cr
t
Notary Public for the State o� f cus l., rn\, na
My Commission Expires: k t -"
FELICIA COOPER
Notary Public -State of South Carolina
My Commission Expires
November 02, 2027
ITB 2018 -140 -ZD
23
reacfringa
To Whom It May Concern:
!MG Industries, Inc
1 J4G Drive
McConnellsburg, PA 17233-9533
TEL 717.485.5161 b FAX: 717.485.6417
Jlg.com
An Oshkosh Corporation Company
March 8, 2018
This letter is to confirm that Sunbelt Rentals, Inc. is an authorized dealer for JLG
Equipment in the United States. Sunbelt Rentals, Inc. sells, rents and services
JLG products throughout the United States.
Please let me know any questions you may have.
Sincerely,
1640^ -
Jason Rucker
JLG Regional Vice President
Cell: 615-584-8919
Performance
Platform Height
E600J/M6001
E6001P/M600JP
Horizontal Outreach
E600J/M600J
E600JP/M600JP
Swing
Platform Capacity
Platform Rotator
Weight'
E600J/M6001
E600JP/M600JP
Max. Ground Bearing Pressure
E600J/M600J
E6001P/M600JP
Drive Speed
Gradeability 2W0
Gradeability 4WD
Axle Oscillation
Turning Radius
Inside
Outside
60 ft 4 in.
60 ft 4 in.
43 ft 3 in.
44 ft 5 in.
400° Non -Continuous
500 Ib
180° Hydraulic
15,200 Ib
15,750 Ib
52 psi
51 psi
3.0 mph
30%
45%
8 in.
Oft
15 ft 4 in.
1. Certain options or country standards increase weight.
2. Ground hearing pressure applies to standard tires.
18.39 m
18.39 m
13.18 m
13.54 m
227 kg
6,894 kg
7,144 kg
3.7 kg/cm'
3.6 kg/cm'
4.8 km/h
20 cm
1.22 m
4.67 m
Standard Specifications
Power Source
Electrical System
Batteries
Drive Motors
Generator Set (M Models)
Diesel Engine
Kubota 45 amp
Fuel Tank Capacity
Hydraulic System
48V DC
8 x 6V, 415 amp -hr
Dual Electric Traction -- Brushiess AC
6.7 hp
13 gal
4.99 kW
49.211.
• Capacity
• Motor/pump
Tires
15 gal 56.78 L
Series Wound Motor/Gear Pump
• Standard
36 x 14-22.5 Non -Marking Pneumatic
Standard Features
• 6 ft (1.83 m) Articulating Jib
• 6 ft (1.83 m) Vertical and Lateral
Articulating Jib (EJM6001P Only)
• Brushless AC Motors
• Operators Tool Tray
• Inward Self -Closing Swing Gate
• Platform Console Machine Status
Light Panel'
• 110V -AC GFI Receptacle in the Platform
• lilt Light and Alarm
• Hourmeter
• Battery Condition Indicator
• Lifting/Tie Down Lugs
• 400 Degree Non -Continuous Rotation
• Removable Battery Box
• Oscillating Axle
• Manual Descent
• Automatic Traction Control (ATC)
• SCR Automatic Battery Charger
• All Motion Alarm
'Provides indicator lights at platform control console for system distress, fuel level, low fuel, 5 degree tilt
light and foot switch status.
Accessories & Options
• 30 x 48 in. (0.76 x 1.22 m) Platform
• Mesh to Top Rail Bolt -on Aluminum
• Soft Touch System (E/M600J only)
• Platform Padding (30 x 72 in. Platform)
• 112 in. Airline to Platform
• Foam -Filled Tires
• 1200W Inverter
• Hostile Environment Kitt
• Ur EE Rating'
• Tow Package'
• Light Package'
• Cold Weather Package, Diesels
• Platform Worklights
• Flashing Amber Beacon
t lndudes console cover, boom wipers and cylinder bellows.
2. Not available on Multi -Powered models.
3.2WO only.
4. Includes head and tall lights, and platform worklights.
5lncludes hydraulic tank heater, battery heater, and heater pad for block
Note: Some options may Increase lead time, and some option combinations may not be available.
E600 SERIES
JLG
reachingout
Dimensions
All dimensions are approximate.
E/M6001
E/M6001P
8ft4in
(254 m)
1
E600 E6001P
30ft9in — 33ft4in.
(9.37 m) (1016 m)
Reach Diagrams
E/M6001
E/M6001P
t"
30 x72 in.
(0.76 x 1.83 m)
E600J
70 ft
(2134 m)
60ft
(18.29 m)
50 ft
(15,24 m)
40 ft
(12.19 m)
30 ft
)914m)
20 ft
(6.10 m)
10ft
(3.05 m)
Oft
(9 m)
Oft 10ft 20ft 30ft 40ft 50ft 60ft
(0 m) (3,05 m) (610 m) (9.14 m) (12.19 m) (15.24 m) (16.29 m)
E600JP
30 ft
Oft 10 ft 20 ft 30 ft 40 ft 50 ft 60 ft
(0 m) (3.05 m) (6.10 m) (9.14 m) (12.19 m) (1514 m) (10.29 m)
The JLG "1 & 5" Warranty
JLG Industries, Inc. backs its products with its exclusive 1 &5' Warranty. We provide
coverage on all products for one (1) full year, and cover all specified major structural
components for five (5) years. Due to continuous product improvements, we
reserve the right to make specification and/or equipment changes without prior
notification. This machine meets or exceeds applicable OSHA Regulations in 29 CFR
1910.67, 29 CFR 1926.453, ANSI A92.5-2006, and CSA Standard CAN3-8354.2-M82, as
originally manufactured for intended applications.
Part No.: 3131027
R071608
Printed in USA
JLG Industries, Inc.
1 JLG Drive
McConnellsburg, PA 17233-9533
Telephone 717-485-5161
Toll-free in US 877 -JIG -LIFT
Fax 717-485-6417
www.jlg.com
An Oshkosh Corporation Company
COMPACT CRAWLER BOOMS
Now you can go more places around the job site
thanks to the low weight and non -marking tracks on
the Compact Crawler boom. Available in four models
with working heights ranging from 50 ft to 84 ft, JLG
Compact Crawler boom lifts feature a tracked wheel
carriage that climbs steps and a narrow chassis for
access through doorways, gates and yards.
"Jobs that used to require
tricky positioning are much
easier to access now."
The X430AJ, X500/5..1 and X600,51 fit through single doors.
Platform Height: 43' 6" (13.30 m)
Working Height: 50 ft (15.40 m)
Horizontal Outreach: 21' 7° (6.60 m)
Platform Capacity: 500 lb (227 kg)
Platfor
Worki
Horizon
Platform
The X770AJ can go through double doors.
Height: 49' (14.95 m)
Height: 56' (17.06 m)
1 Outreach: 23' (7.00 m)
apacity: 500 lb (227 kg)
Platform Height: 59' 3" (18.05 m)
Working Height: 66' (20.11 m)
Horizontal Outreach: 30' (9.20 m)
Platform Capacity: 500 lb (227 kg)
Platform Height: 77' 5" (23.60 m)
Working Height: 84' (25.60 m)
Horizontal Outreach: 43' (13.1 m)
Platform Capacity: 500 lb (227 kg)
BOOM LIFTS
"While indoors i can quietly operate
at full speed thanks to the Lithium -ion
battery, Plus, l can easily fit through
narrow doorways.'
ALL OF YOUR OVERHEAD TASKS
WITHIN REACH
Whether you're working indoors or outside, the Compact Crawler
Boom has your job covered. With enhanced maneuverability and better
access, you've got the ability to go more places thanks to its low profile,
non -marking tracks and compact dimensions. The compact crawler is easy
to operate with one -touch outrigger leveling, an interactive display in the
platform and controls. And because the compact crawler is so lightweight,
it can be set up on sensitive flooring and landscaping.
These machines are environmentally friendly with an optional market -
leading Lithium -ion battery power system for clean, quiet, green
operation. All models now offer the added benefit of a fully synthetic
biodegradable hydraulic fluid. Other features include an articulating
jib for greater reach, rotation of platform and zero -turn radius with
counter rotation.
FORK POCKETS AND LIFT HOOKS
Are available on all models.
Optional dashing Beacon
and Quick -Start Advance
Technology lithium -ion
Power System
Produces zero emissions and
quiet operation.
•
Ease of Transport
Fits on a trailer or tilt -back
truck (low weight, good
gradeability, compact).
SkyGuard°
SkyGuard' enhanced
operator protection is
standard on all models
Platform Caster Wheels
)ush around detached platform
with ease thanks to caster wheels
on all models.
s
PUTTING YOUR WORK ABOVE EVERYTHING
When it comes to JLG' Support, it's ail about you. Your productivity.
Your profitability. Your uptime. From the purchase of your first piece of
equipment straight through to the training, parts and maintenance that follows.
• Customer Service Call Center
You can be assured we'll be giving an all-out effort to
support you. Just think of us as your personal on-call,
full-service support team. We make it happen. Period.
Financial Solutions
Maximizing your profits. Preserving your cash flow.
Let our financing specialists help choose the program
designed specifically for your needs.
✓ Aftermarket Parts
Keep your equipment running at peak performance with
genuine replacement parts, accessories, attachments,
rebuilt and competitive parts all from one source —JLG.
6
■ Training
Knowing your equipment inside and out results in higher
productivity on the job. Our instructor -led courses give you the
hands-on time you need to successfully operate equipment.
■ Service Centers
Your needs. Your uptime. JLG is on the job to fulfill your
every need, from repair, reconditioning, same-day parts
and much more. We're here to support you.
■ Pre -Owned Equipment
As a high-value alternative to purchasing new equipment,
you can search our used equipment inventory of pre -owned
JLG and competitor products.
X43OAJ
X500AJ
X600AJ
X770AJ
Platform Height
43' 6' (1330 m)
49' (1495 m)
59' 3' (18.05 m)
77' 5' (23.60 m)
Working Height
50' (15.40 m) 56' (17.06 m)
66' (2011 m) 84' (25.60 m)
Horizontal Outreach 21' 7' (6.60 m) 23' (7.00 in) 30' 2' (9.20 m) 43' (13.1 in)
Swing 360° Non -continuous 360° Non -continuous 360° Non -continuous 360° Non -continuous
Platform Capacity
Restricted
500 Ib (227 kg) 500 Ib (227 kg) 500 Ib (227 kg) 500 Ib (227 kg)
Platform Capacity
Unrestricted
500 )b (227 kg) 500 Ib (227 kg) 500 Ib (227 kg) 500 ib (227 kg)
Platform Rotation 124° (+/- 621 124° (+/- 62°) 124° (+1- 62°) 124° (+/- 62°)
Jib (Range of Articulation) 89° (0/-89) 89° (0/-89) 89° (0/-89) 89° (+0° / -89°)
Platform Size
Standard Two person
Optional Single person
58' x 30' (1.47 x 036 m) 58' x 30' (1.47 x 0.76 m)
31' x 24' (0.78 x 0.61 m) 31' x 24' (0.78 x 0.61 m)
58' x 30' (1.47 x 0.76 m) 58' x 30' (1.47 x 0.76 m)
31' x 24' (0.78 x 0.61 m) 31"x24" (0.78x0.61m)
Overall Width 29' (0.75 m) 31' (0.78 m) 31' (0.78 m) 39' (0.99 m)
Stowed Height 6' 6' (1.99 m) 6' 6' (1.99 m) 6' 6' (1.99 m) 6' 6' (1.99 m)
Outrigger Footprint 9' 8' x 9' 8' (3.0 m x 3.0 m) 10'5'x10'50(3.17x317m) 10' 7' x10' 7' (3.2 x 32 m) 14' 3' x 14' 6' (431 x 4.41m)
Narrow N/A N/A N/A 9' 3' x 19' 2' (2.81 x 5.84 m)
Stowed Length
Without Basket
Track Length
13'2' (4.02 m)
11' (3.40 m)
14'10' (4.53 m) 16'5' (5.01 m)
13' 8' (4.16 m) 15' 3' (4.65 m)
20' 9' (6.34 m)
19' 7' (5.98 m)
4'1'(1.24m) 4'1'(1.24m)
4'10' (1.47 m) 6'10' (2.10 m)
Weight* (Lithium Ion) 4,392 Ib (1,992 kg) 5,0711b (2,300 kg) 6,571 Ib (2,980 kg) 9,665 Ib (4,384 kg)
Ground Bearing Pressure
Outriggers 34.1 psi (2.40 kg/cm') 35.53 psi (2.49 kg/cm2) 44.09 psi (3.09 kg/cm') 653 psi (4.50 kg/cm2)
Tracks 8.20 psi (0.58 kg/cm') 9.72 psi (0.68 kg/cm2) 9.28 psi (0.65 kg/cm9 7.8 psi (0.54 kg/Cm2)
Drive Speed (Lithium Ion) 0.87 mph (1.4 km/h) 0.8 mph (13 km/h) 0.8 mph (13 km/h) 0.7 mph (1.2 km/h)
Gradeability 28% 28% 28% 28%
Leveling Capability 120 120 15° 16°
Gasoline Engine
Diesel Engine
Honda iGX390
11.7 hp (8.7 kW)
Honda1GX390
11.7 hp (8.7 kW)
Honda 6GX440
13 hp (9.5 kW)
Diesel Kubota 0902
21.6 hp (16.1 kW)
Electric Engine 100Ah 36V Lithium -Ion 100Ah 48V Lithium -Ion 100Ah 72V Lithium-lon 100Ah 83V Lithium-lon
Fuel Tank Capacity (Gasoline) 1.4 gal. (5.3 L) 1.4 gal. (5.9 L) 1.4 gal (5.91) 6.6 gal. (25 L)
AC Motor"
120V 60 Hz (1.2 kW) 120V 60 Hz (1.2 kW) 120V 60 Hz (12 kW) 120V 60 Hz (1.2 kW)
'Certain options or country standards increase weight
"`Country spedfic options available.
For complete specifications, visit wwwjig.com 7
Main Features
• Optional Lithium -ion power available.
• One -touch outrigger leveling.
• 110V -AC receptade in platform.
• Standard air/water line.
Patented quick connect platform.
• Large Teflon outrigger pads.
• LCD panel provides onboard diagnostics.
•SkyGuard®
• Fork Pockets and Lift Hooks.
• Caster Piatfknrn Wheels.
• Fully Synthetic Biodegradable
Hydraulic Fluid.
• Optional Beacon Light
JLG Industries, Inc.
1 JLG Drive
McConnellsburg, PA 17233-9533
Telephone 717-485-5161
Toll-free in US 877-1LG-LIFT
Fax 717-485-6417
www.jig.com
An Oshkosh Corporation Company
X430AJ
Caw)
2.6 611 an 111 1611 7011 2011
Wea) 101)3 I1.61a) (16 a1 (6.6711) 1116.) OAA*)
X600AJ
an 68 91) 58 an la an En an aft
13.6601 (Ma) alai (3.1814 mem (171) (aa.) (1.1) a) (11101 *7.)
.........
r;8� )
ii t 41 •
17173.)
(Lana
aft
(33.0514
Mat.0
8511
(4U414
aft
(31.771)(
4411
(17.10 a)
un
(16.7.)
mal
(185 a)
an
11.28.1
mal
1185
1111
13.6714
8511
(7.01 a)
11
Waal
Part No.: 3131582
R011713
Printed in USA
X500AJ
666
(16.7111)
102
024 a)
6611
668
(WI a)
7111
1)6.671)
Oft
(1.16 a)
1)11
(7A al
aft
(6.161)
1611
11.17 al
162
11)66 a)
611
(U7 a)
3('
62 611 611 7.111 1611 an 766
aa a (61) Ma
(7.61.) (4471)
R.* 1) (7.12
Xi7OAJ
380'
gi'44y M104 PM 6,
n1 0
1111
44,111.
(811)014 .4% 0
164 Wa1485211(22.8714
alII
6.0a4
as
(w
fat
(174
a
120•
JLG,
Performance
Platform Height
120E
126E
132E
Horizontal Outreach
20 ft 2 in.
26ft5in.
32 ft 3 in.
120E 6 ft 6.9 in.
T26E 8ft8in.
T32E 15 ft
Up and Over Height
T2OE 16 ft 8.75 in. 5.1 m
T26E 21 ft 8 in. 6.64 m
132E 22 ft 9 in. 6.95 m
Swing 360 Degrees Non -continuous
Platform Capacity 500 Ib 227 kg
Platform Size
T2OE 33 x 34.5 in.
126E 29 x 33 in.
T32E 27.5 x 41.3 in.
Weight
T2OE 5,360 Ib
T26E 6,8341b
T32E 9,480 Ib
Ground Bearing Pressure
DOE 209 psi
T26E 256 psi
132E 178 psi
Ground Clearance 3 in.
Drive Speed Stowed 3.4 mph
Drive Speed Elevated 0.43 mph
Gradeability
T2OE 25%
T26E 25%
T32E 24%
Turning Radius (Inside)
120E O in. O m
126E 1ft10in. 0.55m
T32E 2ft5in. 0.74m
Turning Radius (Outside)
6.14 m
8.05 m
9.83 m
1.99 rn
264 m
4.57 m
84x88 cm
73x84 cm
70x105 cm
Tires
2,431 kg T2OE
3,100 kg T26E
4,300 kg 132E
14.7 kg/cm'
18.0 kg/an'
12.5 kg/cm'
8 c
5.5 km/hr
0.7 km/hr
T2OE
T26E
T32E
5 ft 9 in.
6ft7in.
8 ft 6 in.
1.75 m
2.10 m
2.60 m
Standard Specifications
Battery
T2OE
126E
132E
Battery Charger - Output
24V, 225 amp -hr
24V, 240 amp -hr
48V, 260 amp -hr
T2OE 25 amps
T26E 25 amps
T32E 20 amps
Brakes
Spring Applied
16 x 5 x 10.5 Non -marking
125 x 406 Non -marking
18 x 1 x 12.12 Non -marking
Standard Features
• 110V -AC Receptacle in the Platform
- Battery Condition Indicator
• 360 Degree Non -continuous Swing
• All Motion Alarm
• Emergency Lowering Pump
• Hourmeter
• Proportional Controls
• Lifting Eyes
• 5 Degree Tilt Alarm/Indicator Light
• Tie -down Lugs
• Dual Warning Beacons
• Horn
Accessories & Options
• '/2 in. Airline to Platform*
• Platform Work Lights*
"Airline and Platform Work Lights are not available in combination.
Dimensions
All dimensions are approximate.
T2OE
Over all width: 39 in. (0.99 m)
Reach Diagrams
T26E
6ft6.5in.
0.99 m)
291n.
(73 cm) 1
1_3ft11in.
�
(1.19 m) (12 m)
9ft3in.
3ft8in.
Over all width: 45 in. (1.14 m)
(2.81m)
18.5 in.
T32E
(3.6m)
Over all width: 47.2 in. (1.20 m)
16 in.
(40 cm)
T2OE
44ft(1i4nd
40ft(122m)
36 ft (1iO )
32ft(9.8m)
28ft(a5m)
24fttx3m)
2oft(6.1 m)
16 ft(49 rr)
12ft(17m)
8 ft(24 n1)
4ft(t2m)
Oft(Om)
-4ft(1.2n4
-eft -4ft Olt 4ft Bit Lift 15tt 4aft
(-24r4 )4244 Rrd (2n) n4n6 p.7m1 (49m) lit ml
T26E
44 ft (D.44
40 ft (22 m)
36ft(11.0m)
32ft(9.8m)
28ft(85m)
24ft (7.3 m)
20ft(6.1m)
16ft(4.9m)
2ft(3.7m)
8ft(24m)
4ft(t2m)
onto in)
-4ft (Alm)
16ft nft aft 4ft
)49m) p7e4 (tem) (Um)
Oft
(Om)
Ift eft lift 16ft
(im) (.4m) 32m) )4.9n9
T32E
40ft(22m)
36 ft(110 re) _---
32ft(9.8m)
28 ft (85m)
24ft(73m)
20ft(6.1m)
16ft(4.9m)
2ft(3.7m)
8 ft (24 m)
4ft(1.2m)
0ft(0m)
ft( -12 m)
-aft -4ft Oft 4ft Int Oft 16ft elft
)•i4n4 Hem) 043 32,4 34n4 (37mi Wnd ORO
The JLG 1 & 5' Warranty
We provide coverage for one (1) full year, and cover all specified major structural
components for five (5) years. Due to continuous product improvements, we reserve
the right to make specification and/or equipment changes without prior notification.
This machine meets or exceeds applicable ANSI and CSA requirements based on
machine configuration as originally manufactured for intended applications. Please
reference the serial number plate on the machine for additional information.
Form No,SS-MB-0406
Part No.: 3132127
8011806
Printed in USA
.110
JLG Industries, Inc.
11LG Drive
McConnellsburg, PA17233-9533
Telephone 717-485-5161
Toll-free in US 877 -.11..G -LIFT
Fax 717-485-6417
wwwjig.com
An Oshkosh Corporation Company
II
■
RINE
1N
puma
s
i■
�I14�
1
I_
NI
c
■■
J
16ft nft aft 4ft
)49m) p7e4 (tem) (Um)
Oft
(Om)
Ift eft lift 16ft
(im) (.4m) 32m) )4.9n9
T32E
40ft(22m)
36 ft(110 re) _---
32ft(9.8m)
28 ft (85m)
24ft(73m)
20ft(6.1m)
16ft(4.9m)
2ft(3.7m)
8 ft (24 m)
4ft(1.2m)
0ft(0m)
ft( -12 m)
-aft -4ft Oft 4ft Int Oft 16ft elft
)•i4n4 Hem) 043 32,4 34n4 (37mi Wnd ORO
The JLG 1 & 5' Warranty
We provide coverage for one (1) full year, and cover all specified major structural
components for five (5) years. Due to continuous product improvements, we reserve
the right to make specification and/or equipment changes without prior notification.
This machine meets or exceeds applicable ANSI and CSA requirements based on
machine configuration as originally manufactured for intended applications. Please
reference the serial number plate on the machine for additional information.
Form No,SS-MB-0406
Part No.: 3132127
8011806
Printed in USA
.110
JLG Industries, Inc.
11LG Drive
McConnellsburg, PA17233-9533
Telephone 717-485-5161
Toll-free in US 877 -.11..G -LIFT
Fax 717-485-6417
wwwjig.com
An Oshkosh Corporation Company
ES SERIES
JLG
Performance
Platform Height -Elevated
1930ES
2032ES
26325
26465
32465
Platform Capacity
19305
2032ES
26326
2646E5
32465
Capacity on Platform Extension
Lift/LowerTime
1930E5
2032ES
26325
2646ES
3246ES
Maximum Drive Height
Weight'
1930ES
20325
26325
26465/ 32465
Ground Bearing Pressure
19305
20325
26325
26465/ 3246ES
Drive Speed -Elevated
Drive Speed -Lowered
19305
20326/ 2632ES
2646ES/ 32465
Gradeability
Tuming Radius (Inside)
Turning Radius (Outside)
19305
2032ES/ 26325
26466/ 3246ES
18ft9in.
20 ft
25 ft 6 in.
26 ft
31ft9in.
500 Ib
800 Ib
500/800 Ib'
1000 Ib
700/1,000 Ib'
250 Ib
26/30 seconds
28/40 seconds
33/37 seconds
41/50 seconds
55/62 seconds
Fully Elevated
2,710 Ib
3,610 Ib
4,6351b
4,9751b
109 psi
81 psi
90 psi
87 psi
0.5 mph
3.0 mph
2.75 mph
2S0 mph
25%
Zero
69 in.
81 in.
95.1 in.
• Certain options or country standards will inaease weight
1.800 Ib restricted to 20 ft, 500 Ib unrestricted.
2.1,000 ib restricted to 26 ft, 700 Ib unrestricted..
5.72 m
.610 m
.777 m
7.92 m
9.68 m
227 kg
363 kg
227/363 kg
454 kg
318/454 kg
113 kg
1,229 kg
1,638 kg
2,103 kg
2,257 kg
7.66 kg/cm2
5.69 kg/cm'
632 kg/cm'
611 kg/cm2
0.8 km/h
4.82 km/h
443 km/h
4.00 km/h
1.75 m
2.06 m
2.41 m
Standard Specifications
Power Source
Batteries
Charger
Drive
Hydraulic Reservoir
4x6V. 220 amp -hr
20 Amp Automatic
24V Electric
8hp
• Capacity
1930ES/2032ES/2632ES
2646E5/3246ES
• Pump
1.25 gal. 4.73 L
1.7 gal. 64 L
Fixed Displacement Gear
Tires
• Tire Size/Type
1930E5
2032ES/2632ES/2646E5/3246ES 16 x 5 in. Non -Marking Solid
Brakes
12.5 x 4 in. Non -Marking Solid
• Electnc/Friction
Standard Feature
• Proportional Controls
• Industry Leading Duty Cycles
• Drywall Gate'
• Battery Condition Indicator
• Fold -Down Guard Rails°
• 110V -AC Receptacle in Platform
• Slide -Out Battery Trays
• Automatic Traction Control (ATC)
• All Motion Alarm
• 20 Amp Automatic SCR Charger
• Horn
• Hourmeter
• Manual Descent Pull Cable
• Tilt Alarm and Light
• Lanyard Attach Points
• Movable, Removable Platform Control
• Powder -Coated
• Console with Rail Mounting Bracket
• Nickel Plated Pins
• Lubrication Free Scissor Arm Bushings
• Scissor Maintenance Prop
• Mechanized Pothole Protection
• Machine Tie Downs
• Fork Lift Pockets
• 36 in. (91 cm) Roll -Out Deck Extensions
• 50 in. (1.27 m) Roll -Out Deck Extension'
• Four 6V, 220 Amp -Hour Deep
Cycle Batteries
3. Not Included on 1930ES. 4. Optional on 1930ES. 5.1930ES, 2032ES and 2632ES. 6. 2646E5 and 3246ES.
Accessories & Options
• Spring -Loaded Gate
• Flashing Amber Beacon
• 245 Amp -Hour Batteries'
• 900W Inverter
• Lifting Lugs
• UL° EE Rating'
• Platform Padding
• Platform Padding with
Proximity Switches
• 1/2 in. Airline
• Quik Welder Prep Package'
7. Not available on the 1930E5. 8. Not available with AGM Batteries. 9.Indudes power table for welder
and fire extinguisher. 10. Includes two platform mounted warklights. 11 -Not available on EE rated units.
• Nite Bright°
• 220 Amp -Hour AGM Batteries'
• Special Hydraulic Oils
• Accessory Packages:
- Electrician's Package
- Plumber's Package
- JLG' Workstation
- Panel Carrier Accessory'
- Pipe Rack Accessory'
- Quick Welder' Package
- Plant Maintenance Package
Dimensions
Ail dimensions are approximate.
0
F
A. Platform Height -Lowered
1930ES
2032ES
2632ES
2646ES
32466
B. Platform Railing Height
ES Series
C. Overall Height -Rails Lowered
1930ES
2032ES
26326
2646ES/3246ES
D. Platform Size
19306
2032ES/2632ES
2646ES/3246ES
E. Platform Extension
34 in. 0.86 m 1930ES/2032ES/2632ES 35.5 in.
43.5 in. 1.10 m 2646ES/3246ES 50 in.
48.5 in. 1.23 m F. Overall Width
49.5 In. 1.26 m 19306 30 in.
49.50. 1.26 m 20326/26326 32 in.
26466/32466 46 M.
433 in. 110 m G. Overall Length
19306 6 ft 1.5 in.
N/A 2032ES/2632ES 7 ft 6.5 in.
5 ft 11.5 M. 1.80 m 2646ES/3246ES 8 ft 2.5 in.
6 ft 4.510. 1.94 m H. Wheelbase
6 ft 5,510. 1.97 m 1930ES 5ft3in.
2032ES/2632ES 6 ft 2 M.
30 x 73.5 in. 0.76 x 1.87 m 2646ES/3246E5 6 ft 10 M.
30 x 90.5 in. 0.76 x 2.3 m L Ground Clearance
44 x 985 in. 112 x 2.5 m 19306/2032ES/2632ES 3.5 in.
2646ES/3246ES Sin
0.9 in
1.27 m
76 cm
81 cm
117 m
1.87 m
23 m
2.5 m
1.6 m
1.88 m
2.09 m
8.8 cm
12.7 cm
The )LG' '1 & 5" Warranty
We provide coverage for one (1) full year, and cover all specified major structural
components for five (5) years. Due to continuous product improvements, we
reserve the right to make specification and/or equipment changes without
prior notification. This machine meets or exceeds applicable ANSI and CSA
requirements based on machine configuration as originally manufactured for
intended applications. Please reference the serial number plate on the machine
for additional information.
Part Nay 3131580
R121711
Printed in USA
JIG hdustries, Inc.
11LG Drive
McConnellsburg, PA17233-9533
Telephone 717-485-5161
Toil -free in US 877 -JIG -LIFT
Fax 717-485-6417
www.g.cam
An Oshkosh Corporation Company
E600 SERIES
ILE
red Ctiingout
Performance
Platform Height
E600J/M600J
E600JP/M600JP
Horizontal Outreach
E600J/M600J
E6001P/M600JP
Swing
Platform Capacity
Platform Rotator
Weight'
E600J/M6001
E600JP/M6001P
Max Ground Bearing Pressure
E600J/M600J
E6001P/M6001P
Drive Speed
Gradeability 2WD
Gradeability 4WD
Axle Oscillation
Tuming Radius
Inside
Outside
60 ft 4 in.
60 ft 4 in.
43 ft 3 in.
44ft5in.
400° Non -Continuous
500 Ib
180° Hydraulic
15,200 Ib
15,750 Ib
52 psi
51 psi
3.0 mph
30%
45%
8 in.
4ft
1Sft4in.
1. Certain options or country standards increase weight.
2. Ground bearing pressure applies to standard tires.
18.39 m
18.39 m
1318 m
13.54 m
227 kg
6,894 kg
7,144 kg
3.7 kg/cm2
3.6 kg/cm'
4.8 km/h
20 cm
122 m
4.67 m
Standard Specifications
Power Source
Electrical System
Batteries
Drive Motors
Generator Set (M Models)
Diesel Engine
Kubota 45 amp
Fuel Tank Capacity
Hydraulic System
48V DC
8 x 6V, 415 amp -hr
Dual Electric Traction — Brushless AC
6.7 hp
13 gal
4.99 kW
49.21 L
• Capacity
• Motor/pump
Tires
15 gal 56.78
Series Wound Motor/Gear Pump
• Standard
36 x 14-22.5 Non -Marking Pneumatic
Standard Features
• 6 ft (1.83 m) Articulating Jib
• 6 ft (1.83 m) Vertical and lateral
Articulating Jib (E/M6001P Only)
• Brushless AC Motors
• Operators Tool Tray
• Inward Self -Closing Swing Gate
• Platform Console Machine Status
Light Panel'
- 110V -AC GFI Receptade in the Platform
• Tilt light and Alarm
• Hourmeter
• Battery Condition Indicator
• Lifting/Tie Down Lugs
• 400 Degree Non -Continuous Rotation
• Removable Battery Box
• Osciilat ng Axle
• Manua Descent
• Automatic Traction Control (ATC)
• SCR Automatic Battery Charger
• AO Motion Alarm
'Provides indicator lights at platform control console for system distress, fuel level, low fuel, 5 degree tiff
light and foot switch status.
Accessories & Options
• 30 x 48 in. (0.16 x 1.22 m) Platform
• Mesh to Top Rail Bolt -on Aluminum
• Soft Touch System (E/M600J only)
- Platform Padding (30 x 72 in. Platform)
• 1/Z in. Airline to Platform
• Foam -Filled Tires
• 1200W Inverter
• HostileEnvironment Kit'
• UL• EE Rating,
• Tow Package
• Light Prkage
• Cold Weather Package, Diesels
• Platforms Worklights
• Flashing Amber Beacon
1.lndudes console cover, boom wipers and cylinder bellows
2. Not available on Multi -Powered models.
3.2WD only.
4. Includes head and tail lights, and platfonn worklights
5Includes hydraulic tank heater, battery heater, and heater pad for bdodc
Note: Some options may increase lead time, and some option combinations may not be available.
E600 SERIES
reachrn9Out
Dimensions
All dimensions are approximate.
E/M600J
E/M6001P
8ft4in.
(254 m)
E600 E600JP
30ft9in. — 33ft4in.
(9.37m) (10.16m)
Reach Diagrams
E6001
Taft
(21.34 m)
60 ft
(10.29 m)
50ft
0524 m)
40 ft
(12.19 m)
30 ft
(9.14 m)
20 ft
(6.10 m►
10ft
(3.05 m)
Oft 10ft 10ft 30ft 40ft 50ft 60ft
(0 01) (3.0 m) (6.10 m) (9.14 m) (12.19 m) (15.24 m) (1829 m)
EIM60OJ
E/M600JP
E600JP
30 x72 in.
(0.76x1.83 m)
Oft 10ft 20ft 30ft 40ft sq ft 60ft
(0 m) (3.05 m) (6.10 in) (9.14 m) (12.19 m) (1514 m) (1929 m)
The JLG 1 & 5" Warranty
JLG Industries, Inc backs its products with its exdusive &5' Warranty. We provide
coverage on all products for ane (1) full year, and cover all specified major structural
components for five (5) years. Due to continuous product Improvements, we
reserve the right to make specification and/or equipment changes without prior
notification. This machine meets or exceeds applicable OSHA Regulations in I9 CFR
1910.67, 29 CFR 1926.453, ANSI A92.5-2006, and CSA Standard CAN3-8354.2-M82, as
originally manufactured for intended applications.
Part No.: 3131027
R071608
Printed in USA
JAE
JLG Ind(lstries, Inc
1 JLG Drive
McConr`,ellsburg, PA 17233-9533
Telephdne 717-485-5161
Toll-free in US 877 -J1.6 -LIFT
Fax 717-485-6417
www.jlg.com
An Oshkosh Corporation Company
COMPACT CRAWLER BOOMS
tt4W
NOW you can go more places around the job site
thanks to the low weight and non -marking tracks on
the Compact Crawler boom. Available in four models
with working heights ranging from 50 ft to 84 ft, JIG'
Compact Crawler boom lifts feature a tracked wheel
carriage that climbs steps and a narrow chassis fcr
access through doorways, gates and yards.
"Jobs that used to require
tricky positioning are much
easier to access now.11
The X430AJ, X500AJ and X600A1 fit through single doors.
Platform Height: 43' 6" (13.30 m) Piatfor
Working Height: 50 ft (15.40 m) Workin
Horizontal Outreach: 21' 7" (6.60 m) Horizont
Platform Capacity: 500 lb (227 kg) Platform
The X770AJ can go through double doors.
Height: 49' (14.95 m)
Height: 56' (17.06 m)
1 Outreach: 23' (7.00 m)
apadty: 500 lb (227 kg)
Platform Height: 59' 3" (18.05 m)
Working Height: 66' (20.11 m)
Horizontal Outreach: 30' (9.20 m)
Platform Capacity: 500 lb (227 kg)
Platform Height: 77' 5" (23.60 m)
Working Height: 84' (25.60 m)
Horizontal Outreach: 43' (13.1 m)
Platform Capacity: 500 lb (227 kg)
"While indoors, I ran quietly operate
at full speed thanks to the Lithium -ion
battery. Plus, I can easily fit through
narrow doorways.
ALL OF YOUR OVERHEAD TASKS
WITHIN REACH
Whether you're working indoors or outside, the Compact Crawler.
Boom has your job covered With enhanced maneuverability and bettef
access. you've got the ability to go more Wares thanks to its low profile,
noir-marking tracks and compact dimensions The compact crawler is easy
to operate with one -touch outrigger leveling. an interactive display in the
platform and controls Atnd because the compact crawler is so l ghtweight.
it can be set up on sensitive flooring and landscaping.
These machines are environmentally friendly with an optional market -
leading Lithium -ion battery power system for clean. quiet, green
operation. All models now offer the added benefit of a fully synthetic
biodegradable hydraulic fluid. Other features include an articulating
jib for greater reach, rotation of platform and zero -turn radius with
counter rotation
FORK POCKETS AND LIFT HOOKS
A; 2 available un all mt;o Is,
RES
Optional Flashing Beacon
and Quick -Start Advance
Technology Lithium -ion
Power System
)rwducc5 zero Emissions and
quiet operation.
Ease of Transport
Fits an a trailer or €€it -back
:rLck (tow woight.
is csaa'm;.,y. r orrpoct'..
BOOM LIFTS
SkyGuard°
Sk.,C,Liald enhanced
operator protection is
standard on ail models
Platform Caster Wheels
L.--uunt_5 did platform
with ease thanks to caster wheels
on all models
PUTTING YOUR WORK ABOVE EVERYTHING
When it comes to 11..GSupport, it's all about you. Your productivity.
Your profitability Your uptime. From the purchase of your first piece of
eguipmentstraight through to the training, parts and maintenance that follows.
di Customer Service Call Center
You can be assured we'll be giving an all-out effort to
supoort you. Just think of us as your personal on-call,
full-service support team. We make it happen Periiad
• Financial Solutions
Maximizing your profits. Preserving your cash flow.
Let our financing specialists help choose the program
designed specifically for your needs
• Aftermarket Parts
Keep your equipment running at peak performance with
genuine replacement parts, accessories, attachments,
rebuilt and competitive parts all from one source— JLG
6
• Training
Knowing your equipment inside and out results in higher
productivity on the job. Our instructor -16d courses give you the
hands-on time you need to successfully operate equipment.
• Service Centers
Your needs. Your uptime. JLG is on thl job to fulfill your
every need. from repair, reconditioning, same-day parts
and much more We're here to support you
• Pre -Owned Equipment
As a high-value alternative to purchasing new equiorrent,
you can search our used equipment inventory of pre -owned
JLG and competitor products.
S P L C I F I C A T; O N S
X430AJ
X500A1
X500AJ
X770AJ
Platform Height
43' 6° (13.30 m)
49' (1495 m)
59' 3' (18.05 m)
77' 5' (23.60 m)
Working Height
50 ' (15.40 m) 56' (17.06 m)
66' (2011 m) 84' (25.60 m)
Horizontal Outreach
21' 7' (6.60 m) 23' (7.00 m)
30' 2' (9.20 m) 43' (13.1 m)
Swing
360° Non -continuous 360° Non -continuous 360° Non -continuous 360° Non -continuous
Platform Capacity
Restricted
500 Ib (227 kg) 500 Ib (227 kg) 500 Ib (227 kg) 500 lb (227 kg)
Platform Capacity
Unrestricted
500 Ib (227 kg) 500 lb (227 kg) 500 Ib (227 kg) 500 ib (227 kg)
Platform Rotation
124° (+/- 621 124' (+/- 621
124° (+/- 621 124° (+/- 62°)
Jib (Range of Artiadation)
89° (0/-89) 89° (0/-89)
89° (0/-89) 89° (+0° / -89°)
Platform Sae
Standard Two person
Optional Single person
58' x 30' (1.47 x 0.76 m) 58' x 30' (1.47 x 0.76 m)
31' x 24' (0.78 x 0.61 m) 31' x 24' (0.78 x 0.61 m)
58' x 30' (1.47 x 0.76 m) 58' x 30' (1.47 x 0.76 m)
31' 924' (0.78x0.61m) 31"x24" (0.78x0.61m)
Overall Width
29' (0.75 m) 31' (078 m) 31' (0.78 m) 39' (0.99 m)
Stowed Height
6'6'(1.99m) 6' 6' (1.99 m)
6' 6' (1.99 m) 6' 6' (1.99 m)
Outrigger Footprint
Narrow
9'8°x8 8' (3.0 m x 3.0 m) 10'5'x1(r5'(3.17x3.17m)
10' 7' x 10' 7' (3.2 x 3.2 m) 14' 3'x14'6'(431x4.41m)
N/A N/A N/A 9' 3' x 19' 2' (2.81x 5.84 m)
Stowed Length
Without Basket
Track Length
13'2' (4.02 m)
11' 2' (3.40 m)
14' 10' (4.53 m)
13' 8' (4.16 m)
16' 5' (5.01 m) 20' 9' (634 m)
15' 3' (4.65 m) 19' 7' (5.98 m)
4'1'(1.24m) 4' 1' (1.24 m)
4'10' (1.47 m) 6'10' (2.10 m)
Weight* (Lithium Ion)
4,392 Ib (1,992 kg) 5,071 Ib (2,300 kg) 6,571 Ib (2,980 kg) 9,66510 (4,384 kg)
Ground Bearing Pressure
Outriggers 341 psi (2.40 kgkm2) 35.53 psi (2.49 kg/cm2) 44.09 psi (3.09 kg/cm2) 65.3 psi (4.50 kg/cm2)
Tracks 8.20 psi (058 kg/cm2) 9.72 psi (0.68 kg/cm2) 9.28 psi (0.65 kg/cm2) 7.8 psi (0.54 kg/cm2)
Drive Speed (Lithium ion)
0.87 mph (1.4 km/h) 0.8 mph (1.3 km/h) 0.8 mph (13 km/h) 0.7 mph (12 km/h)
Gradeability
28% 28% 28% 28%
Leveling Capability 12° 12° 15° 16°
Gasoline Engine HondaIGX390 HondaiGX390 Hondai1GX440
11.7 hp (8.7 kW) 11.7 hp (8.7 kW) 13 hp (93 kW)
Diesel Engine
Diesel Kubota D902
21.6 hp (16.1 kW)
Electric Engine
100Ah 36V Lithium -Ion 100Ah 4811 Lithium -Ion
100Ah 72V Lithium-lon 100Ah 83V Lithium -Ion
Fuel Tank Capacity (Gasoline)
1.4 gal. (53 L) 1.4 gal. (5.91)
1.4 gal. (5.9 L) 6.6 gal. (25 1)
AC Motor**
120V 60 Hz (1.2 kW) 120V 60 Hz (1.2 kW) 120V 60 Hz (1.2 kW) 120V 60 Hz (1.2 kW)
*Certain options or country standards increase weight.
**Country spedfic options available.
For complete specifications, visit www.jlg.cam 7
Main Features
• Optional Lithium -ion power available.
• One -touch outrigger leveling.
• 110V -AC receptacle in platform.
• Standard air/water line.
• Patented quick connect platform.
• Large Teflon outrigger pads.
• LCD panel provides onboard diagnostics.
• SkyGuard"
• Fork Pockets and Lift Hooks.
Caster Platform Wheels.
Fully Synthetic Biodegradable
Hydraulic Fluid.
• Optional Beacon Light
JLG Industries, Inc.
116 Drive
McConnellsburg, PA 17233-9533
Telephone 717-485-5161
Toll-free in US 877 -L6 -LIFT
Fax 717-485-6417
www.jig.com
An Oshkosh Corporation Company
X430A1
144
114.1111
NR
(ISA 74
43R
13712 a
/011
(72.17 s)
7111
7011
(6.t1 at
25 R
17.43 si
304
(la 41
1511
(1.6744
3011
1716 Rl
64
11.32 4.1
64 04 111 loft 1511 m11 a4
431241 r.a p.a..) (2.141) IaJt s1 (12$) (7.ap)
X6
lAJ
880'
aft it 611 55 NR SBR DR all aft 7011
431641 4143.1 (5.1 (3.tl.1 (.154 (7,71,1 1u0. (UZ.) (5114 (1643,1
Al
(71.77.1
puna
(1v:a
aft
Oata
WR
(3651.1
434.72.
�R
(211.1
s#
(3017.
5141 tad Groo(no 4)
J6#
(4.16,)
75
(177.1
fj Ii
r 1itr, -
Part No.: 3131582
R011713
Printed In USA
X500AJ
5511
(36.1641
6611
113.27 a
454
43.72 N)
14 ft
1!617 m)
2711
(0.1+41
1511
17.0240
174
1.19 s)
15ft
(1.7741
aft
(2.06 s.)
43.62*
711
(
t4 1111 611 Soft 3511 2011 2511
(3.1441 (9 41 11.43.) @1644 (4.3741 (`1641 (7.52,1
X770AJ
1111143 184 7q n va_ 12a faa as ria art qa 441
fl pliq (414101 (4.1401 (1.09 �N 0.144 0157N0WN113IIN
100
1727
0.144
4952
4
at MRaN 19
JI.0
Performance
Platform Height
120E
T26E
132E
Horizontal Outreach
20 ft 2 in.
26ft5in.•
32 ft 3 in.
T20E 6 ft 6.9 in.
126E 8 ft 8 in.
132E 15 ft
Up and Over Height
T2OE 16 ft 8.75 in. 5.1 m
126E 21 ft 8 in. 6.64 m
T32E 22 ft 9 in. 6.95 m
Swing 360 Degrees Non -continuous
Platform Capacity 500 Ib 227 kg
Platform Size
T206 33 x 34.5 in.
126E 29 x 33 in.
132E 27.5 x 41.3 in.
Weight
720E 5,360 Ib
T266 6,834 Ib
732E 9,480 Ib
Ground Bearing Pressure
120E 209 psi
T26E 256 psi
132E 178 psi
Ground Clearance 3 in.
Drive Speed Stowed 3.4 mph
Drive Speed Elevated 0.43 mph
Gradeability
120E 25%
126E 25%
132E 24%
Tuming Radius (Inside)
T2OE Din. 0 m
T26E 1 ft 10 in. 0.55 m
T32E 2 ft 5 in. 0.74 m
Turning Radius (Outside)
614m
8.05 m
9.83 m
1.99 m
2.64 m
4.57 m
84x88cm
73 x 84 cm
70x105 cm
Tires
2,431 kg 120E
3,100 kg 126E
4,300 kg 7326
14.7 kg/cm'
18.0 kg/cm'
12.5 kg/cm'
8 cm
5.5 km/hr
0.7 km/hr
720E
T26E
132E
5 ft 9 in.
6 ft 7 in.
8 ft 6 in.
1.75 m
2.10 m
2.60 m
Standard Specifications
Battery
120E
T26E
T326
24V, 225 amp -hr
24V, 240 amp -hr
48V, 260 amp -hr
Battery Charger - Output
T2OE 25 amps
126E 25 amps
T32E 20 amps
Brakes
Spring Applied
16 x 5 x 10.5 Non -marking
125 x 406 Non -marking
18 x 7 x 12.12 Non -marking
Standard Features
• 110V -AC Receptacle in the Platform
• Battery Condition Indicator
• 360 Degree Non -continuous Swing
• All Motion Alarm
Emergency Lowering Pump
• Hourmeter
• Proportional Controls
• Lifting Eyes
• 5 Degree Tilt Alarm/Indicator Light
• Tie -down Lugs
• Dual Warning Beacons
• Horn
Accesseries & options
• 14 in. Airline to Platform`
• Platform Work Lights`
• Airfne'and Platform Work lights are not available in combination.
Dimensions
All dimensions are approximate.
T2OE
6ft7in.
(2.01m)
I- 33cni
(84 cm)
3 ft 11 in. 19.251a.
(119m) (49 cm)
6ft11in.
(2.1m) ,
Over all width: 39 in. (0.99 m)
Reach Diagrams
18.5 in.
(47cn1)
T2OE
44 ft (13.411
40 ft(122 m)
36 ft (11.0 m)
32ft(9.8m)
28ft(85 m)
24 ft (73 m)
20 ft (6.1M)
16ft(49m)
12 ft (3.7 m)
0ft(2.400)
4 ft (1.2 m)
0ft(0m)
-4ft(-12m)
-Btt dft
(-20n) (-11M
001 Oft 811 1211 811 2010
(Um) (um) (2411 02m) (4901 161 MI
T26E
6ft6.5in.
(199 m)
29 in.
(73 cm)
3ft11in.
(1.19 m)
(1.2 m)
9ft3in.
aft 8in. --
Over all width: 45 in. (1.14 m)
(2.81m)
183 in.
T26E
44 rt (13.4 m)
40ft02.2m)
36 ft (11.0 m)
32ft(9.8m)
28 ft(8.5 m)
24 ft (73 m)
20ft (6.1 r1 -
16ft(4.9 m) 1--
12ft(3.7m)
8ft(2.4m)
4 ft (t2 m)
0ft(0ro)
-4 ft( -1.2 m)
1601 Litt 811 Oft
(49 (1 0701 0A40 I11(4
Ott aft ett Litt 1611
(0m) (12m) (2101
T32E
6 ft 6.5 in.
(i.99 m)
27.5 in.
(70 cm)
5ft3in. 4ft10in.
(1.60 m) 11fY10in. (1S m)
(3.6 m)
Over all width: 47.2 in. (1.20 m)
16 in.
(40 tan)
T32E
40 ft(12.2m)
36 ft(11.0m)
32 ft (9.8 m)
28 ft (33m)
24ft(73 m)
20ft (6.1 m)
15 ft(4.919)
12ft(31m)
Bft(2.4m)
4ft(t2m)
0 ft (0 m)
ft( -12 m)
eft -oft Oft Ift
F21 m) Frtm) pM (11()
Aft 1211
(1040) 470)
16ft Alft
4904 0.1m)
The JLG "1 & 5" VVarranttr
We provide coverage for one (1) full year, and cover all specified major structural
components for five (5) years. Due to continuous product improvements, we reserve
the right to make specification and/or equipment changes without prior notification.
This machine meets ar exceeds applicable ANSI and CSA requirements based on
machine configuration as originally manufactured for intended applications. Please
reference the serial number plate on the machine for additional information.
Form No.: SS -MB -0406
Part No.: 3132127
R011806
Printed in USA
JAE
RG Industries. Inc
1 K ()nye
McConnellsburg, PA 17233-9533
Telephone 717-485-5161
Toll-free in US 877-JLG-LIFT
Fax 717-485-6417
www.A.com
An Oshkosh Corporation Company
Performance
Platform Height -Elevated
1930ES
2032ES
26325
2646E5
32465
Platform Capacity
19305
20325
26325
26466
32465
Capadty on Platform Extension
Lift/LowerTime
19305
20325
2632ES
2646ES
3246ES
Maximum Drive Height
Weight*
1930ES
20326
26325
2646E5/ 32465
Ground Bearing Pressure
19305
20325
26325
26465/ 324665
Drive Speed -Elevated
Drive Speed -lowered
19305
20325/ 26325
264665/ 32465
Gradeability
Tuming Radius (Inside)
Turning Radius (Outside)
19306
203265/ 26325
26465/ 32465
18ft9in
20 ft
25 ft 6 in.
26 ft
31ft9in.
500 Ib
B00 Ib
500/8001b'
1,000 Ib
700/1,0001b2
250 Ib
26/30 seconds
28/40 seconds
33/37 seconds
41/50 seconds
55/62 seconds
Fully Elevated
2,710 lb
3,61015
4,635 Ib
4,975 Ib
109 psi
81 psi
90 psi
87 psi
0.5 mph
3.0 mph
275 mph
2.50 mph
25%
Zero
69 M.
81 in.
95.1 in.
• Cin options or countrystandards will inaease weight..
1. S90lb restricted to 20 ft, 500 lb unrestricted.
2.1,000 lb outfitted to 26 ft, 7001b unrestricted_
5.72 m
610 m
777 m
7.92 m
9.68 m
227 kg
363 kg
227/363 kg
454 kg
318/454 kg
113 kg
1229 kg
1,638 kg
2,103 kg
2,257 kg
7.66 kg/cm'
5.69 kg/cm'
6.32 kg/cm'
611 kg/cm'
0.8 km/h
4.82 km/h
4.43 km/h
4.00 km/h
1.75 m
2.06 m
2.41 m
Standard Specifications
Power Source
Batteries
Charger
Drive
Hydraulic Reservoir
4x6V. 220 amp -hr
20 Amp Automatic
24V Electric
8hp
• Capadty
1930ES/2032ES/2632ES
264665/32465
• Pump
125 gal. 4.73E
1.7 gal. 6.4 L
Fixed Displacement Gear
Tires
• Tire Size/Type
1930E5
2032E5/2632E5/2646E5/32455
Brakes
12.5 x 4 in. Non -Marking Solid
16 x 5 in. Non -Marking Solid
• Electric/Fiction
Standard Features
• Proportional Controls
• Industry leading Duty Cycles
• Drywall Gate'
• Battery Condition Indicator
• Fold -Down Guard Rails'
• 110V -AC Receptacle in Platform
• Slide -Out Battery Trays
• Automatic Traction Control (ATC)
• All Motion Alarm
• 20 Amp Automatic SCR Charger
• Hom
• Hourrneter
• Manual Descent Pull Cable
• Tilt Alarm and light
• lanyard Attach Points
• Movable, Removable Platform Control
• Powder -Coated
• Console with Rail Mounting Bracket
• Nickel Plated Pins
• Lubrication Free Scissor Arm Bushings
• Scissor Maintenance Prop
• Mechanized Pothole Protection
• Machine Tie Downs
• Fork Lift Pockets
• 36 in. (91 cm) Roll -Out Deck Extensions
• 50 in. (127 m) Roll -Out Deck Extension'
• Four 6V, 220 Amp -Hour Deep
Cycle Batteries
3. Not included on 1930ES. 4. Optional on 1930E5. 6.1930E5, 2032ES and 2632ES. 6. 2646ES and 3246ES.
Accessories & Options
• Spring -Loaded Gate
• Flashing Amber Beacon
• 245 Amp -Hour Batteries?
• 900W Inverter
• Lifting Lugs
• UV' EE Rating'
• Platform Padding
• Platform Padding with
Proximity Switches
• 1/2 in. Airline
• Quik Welder Prep Package'
7. Not available on the 1930ES. 8. Not available with AGM Batteries. 9. Includes power cable for welder
and fire extinguisher. 10. Indudes two platform mounted workights. 11. Not available on EE rated untts.
• Nite Bright°
• 220 Amp -Hour AGM Batteries"
• Special.Hydraulic Oils
• Accessory Packages:
- Electrician's Package
- Plumbers Package
- JLG° Workstation
- Panel Carrier Accessory'
- Pipe Rack Accessory'
- Quick Welder° Package
- Plant Maintenance Package
Dimensions
All dimensions are approximate.
D
F
A Platform Height -Lowered
1930ES
20326
26325
26466
32466
B. Platform Railing Height
ES Series
C Overall Height -Rails Lowered
19306
2032ES
26326
2646ES/32466
D. Platform Size
19306
2032ES/2632ES
264665/324665
A
E
E. Platform Extension
34 in. 0.86 m 1930E5/2032E5/2632ES 353 in.
43.5 in. 110 m 2646E5/3246E5 50 in.
485 in 1.23 m F. Overall Width
495 in. 126 m 19305 30 in.
49.5 in. 1.26 m 2032ES/2632E5 32 in.
26466/3246ES 46 in.
433 in. 1.10 m G. Overall Length
1930ES 6 ft 1.5 in.
N/A 2032E5/2632ES 7 ft 65 in.
5 ft 11.5 in. 1.80 m 2646ES/3246ES 8 ft 2.5 in.
6 ft 4.5 in. 1.94 m H. Wheelbase
6 ft 5.5 in. 1.97m 1930ES 5 ft 3 in.
2032E5/2632ES 6 ft 2 in.
30 x 73.5 in. 0.76 x 1.87 m 26466/32466 6 ft 10 in.
30 x 90.5 in. 0.76 x 23 m 1 Ground Clearance
44 x 98.5 in. 1.12 x 2.5 m 1930ES/2032ES/2632ES 33 M.
2646E5/3246ES 5 in.
0.9 m
1.27 m
76 cm
81cm
1,17 m
1.87 m
2.3 m
2.5 m
1.6 m
1.88 m
2.09 m
8.8 cm
12.7 cm
The JLG 1 & 5" Warranty
We provide coverage for one (1) full year, and coverall specified major structural
components for five (5) years. Due to continuous product improvements, we
reserve the right to make spedfication and/or equipment changes without
prior notification. This machine meets or exceeds applicable ANSI and C5A
requirements based on machine configuration as originally manufactured for
intended applications. Please reference the serial number plate on the machine
for additional information.
Part No.: 3131580
R121711
Printed in USA
JL�
AG Industries, Inc.
11LG Drive
McConnellsburg, PA 17233-9533
Telephone 717-485-5161
Toll-free in U5 877 -11.G -LIFT
Fax 717-485-6417
WWWt.com
An Oshkosh Corporation Company
APPENDIX F
MIAMI BEACH
Insurance Requirements
ITB No. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING
EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1TB 2018 -i11 -ZD
37
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability. Contractual Liability and Contractual
Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of
specifications).
XXX 3. Automobile Liability - $100,000 each occurrence - owned/non-owned/hired automobiles
included.
4. Excess Liability - $ .00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be
stated on the certificate.
6. Other Insurance as indicated:
_ Builders Risk completed value $ .00
Liquor Liability $ .00
_ Fire Legal Liability $ .00
_ Protection and Indemnity $ .00
_ Employee Dishonesty Bond $ .00
Other $ .00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are
subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any
other applicable Statutes.
ITB 2018 -111 --ZD
38
A
SAM)'r ('01
IAL col
'ILL BE PROVIDE UPON A
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/D
02/09/2018 Dim
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 policy(les) 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
MARSH USA, INC.]
TWO ALLIANCE CENTERS
3560 LENOX ROAD, SUITE 2400e
ATLANTA, GA 30326M
Attn: Atlanta.CertRequest(o).marsh.com / Fax: 212-948-4321
CON rA{,T
PHONE
FAX
(A/C No, Ext): (A/C Not:
ADDRESS:
INSURER(S) AFFORDING COVERAGE NAIC S
359925 -SB -17-18 988 NO Al N/A N/A N/A
INSURER A : ACE American Insurance Company 22667
INSURED
SUNBELT RENTALS, INC.e
2341 DEERFIELD DRIVE
FORT MILL, SC 29715
INSURER 8 : Travelers Property Casualty Company Of America 25674
INSURER c : Charter Oak Fire Insurance Company 25615
INSURER D : Travelers Indemnity Company 25658
INSURER E :
INSURER F :
COVERAGES
CERTIFICATE NUMBER: ATL -00430295319
REVISION NUMBER: 20
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.
INS`. ---._._.__......._._
-ADO SUB POLICY EFF PCILICY EXP
LTR TYPE OF INSURANCE L R POLICY NUMBER (MM/DDIYYYY) (MM/OD/YYYY)
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE._) X I OCCUR
OTHER
UTOMOBILE
LIABILI
ANY AUTO
OWNED AUTOS
IONLY HIRED
AUTOS O
IMfAFRES
PRO-
JECT
UMBRELLA UAB
EXCESS LUAB
PER:
LOC
SCHEDULED
AUTOS NON -
OWNED
AUTOS ONLY
OCCUR
CLAIMS -MADE
DED RETENTION $
ORICERS COMPENSATION
NO EMPLOYERS' LIABILITY
NYPROPRIETOR/PARTNER/EXECUTIV E
OFFICER/MEMBEREXCLUDED7
Mandatory In NH)
W yes, describe under
ESCRIPTION OF OPERATIONS below
YIN
NN/A
0GLG24876561
$1000,000 - Self Insured Retention
TC2J CAP 9531841A -TIL -17
'Owned Vehicles'
TC2J CAP 9531B421 -TIL -17
'Rented Vehicles'
TC20UB9531834-1-17 (AOS)
TRKUB-9531B40-8-17 (AZ, MA, WI)
09/3012017
09/30/2017
09/30/2017
09/30/2017
09/30/2017
09/30/2018
09/3012018
09/30/2018
09/30/2018
09/30/2018
LIMITS
EACH OCCURRENCE $
DAMAGE TO RENTED
PREMISE.3,?Ea occurrence) $
MED EXP (Any one person)
1,500,000
1,500,000
$ SELF-INSURED
PERSONAL a ADV INJURY
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
1,500,000
1500,000
1500,000
COMBINED SiNCLE LIMIT
(Ea accidenti
2,000,000
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
$
PROPER 1 Y DAMAGE
(Per accident)
Self Insured for Ply Dmg
EACH OCCURRENCE
AGGREGATE
X STATUTE
OTHER
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA $
E.L DISEASE - POLICY LIMIT $
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
EVIDENCE OF INSURANCE
CERTIFICATE HOLDER
Sunbelt Rentals, Inc.e
2341 Deerfield Drivee
Fort AMI, SC 29715
1,000,000
1,000,000
1,000,000
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
AUTHORIZED REPRESENTATIVE
of Marsh USA Inc.
Mar>ashi MLddierjee
BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
SUNBELT.
AIME S
Miami Beach Convention Center — Material Handling Equipment
ITB #2018-111-zb
EXPLANATION OF DEBARMENT
In 2011 Sunbelt was awarded a 3 year contract with Hillsborough County, Florida. In August 2012 a
Sunbelt employee acting alone notified the County that he no longer wanted to service the contract
and asked the contract to be terminated. The Sunbelt corporate office was never notified of the cure
notice sent by the County, and the employee was not aware of the repercussions of his actions, so
Sunbelt did not cure and the contract was terminated in Feb. 2013 and Sunbelt was placed on a
debarment list from 2/5/2013 through 2/4/2015.
Sunbelt's corporate office was made aware of this debarment in early 2014. At that time an
internal investigation was made, determining that the situation was caused by an employee acting
outside of proper protocol and was an isolated event. Sunbelt does business with state and local
governments in Honda and across the county. The Hillsborough County debarment was lifted on
February 4, 2015. Hillsborough County has reached out to Sunbelt to ask us to bid on upcoming
RFQs and Sunbelt has recently submitted a bid for Hillsborough County.
ATTACHMENT D
INSURANCE REQUIREMENTS
APPENDIX F
MIAMI BEACH
Insurance Requirements
ITB No. 2018 -111 -ZD
MIAMI BEACH CONVENTION CENTER
(MBCC) MATERIAL HANDLING
EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2018 -111 -ZD
37
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $1,000,000.00 per
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability. Contractual Liability and Contractual
Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of
specifications).
XXX 3. Automobile Liability - $100,000 each occurrence - owned/non-owned/hired automobiles
included.
4. Excess Liability - $ .00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be
stated on the certificate.
6. Other Insurance as indicated:
Builders Risk completed value $ .00
Liquor Liability $ .00
Fire Legal Liability $ .00
Protection and Indemnity $ .00
Employee Dishonesty Bond $ .00
Other $ .00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are
subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any
other applicable Statutes.
ITB 2018 -111 -ZD
38