Loading...
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