Loading...
ITB-2018-112-02 Caldwell Cleaning LLCCONTRACT NO. 18-112-02 MIAMIBEACH 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: rkcaldwell8(a�gmail.com May 30, 2018 Richard Caldwell Caldwell Cleaning LLC. 4022 Caddie Drive East Bradenton, FL. 34203 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2018 -112 - ZD for MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT. Dear Mr. Caldwell: On March 12, 2018, Caldwell Cleaning LLC., 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 Caldwell Cleaning LLC., (the "Contractor") for the following items: Bid Item 1: Ride -On Carpet Extractor Bid Item 4: Ride -On Burnisher Bid Item 5: Floor Scrubber/Sweeper 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 0/0 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 JorgeGueimundena miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Luis ong, Senior Administrative Manager, Tourism, Culture and Economic Development Department, at I swong@ l: mibeachfl.gov or (305) 673-7000 ext. 6617. Si,, cerely, J my M Manag-r ME/A' 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 G 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 -112 -ZD FOR MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING 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 -112 -ZD, Miami Beach Convention Center (MBCC) Cleaning Equipment. ANALYSIS The Miami Beach Convention Center (MBCC) has identified cleaning 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 that will benefit the facility and service delivery of staff at the MBCC. Overall, each of the items solicited will assist in maintaining a clean, aesthetically pleasing, safe, and professional environment on a constant basis. ITB PROCESS ITB No. 2018 -112 -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 33 companies utilizing www.publicpurchase.com website and 112 via email notification. Forty-seven (47) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of five (5) responses from: Allied Paper Co., Caldwell Cleaning, LLC, Imperial Dade, Supplyworks, Inc., and Rex Chemical, Corp. 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. Where alternate products were offered, the requesting department verified compliance with specifications. For bid item No. 3, walk - behind burnisher, alternate items were proposed by Caldwell Cleaning, Imperial Dade, Supplyworks, and Rex Chemical; all alternate items proposed did not meet the required specification as they proposed a 20" pad and the minimum required was 27", therefore, the bidders were deemed non-responsive for those items. Supplyworks was also deemed nonresponsive to the required specifications of bid item No.4, rider burnisher, since the burnisher it proposed was a walk -behind machine as opposed to a ride -on burnisher as required in the solicitation. As a result, the lowest responsive, responsible bidders meeting all terms, conditions, and specifications of the ITB that will be recommended for award for each bid item as deemed in the best interest of the City are as follows: Bid Item Description Bidder 1 Ride -On Carpet Extractor Caldwell Cleaning, LLC 2 Ride -On Vacuum Rex Chemical, Corp. 3 Walk -Behind Burnisher Allied Paper Co. 4 Rider Burnisher Caldwell Cleaning, LLC 5 Floor Scrubber/Sweeper Caldwell Cleaning, LLC As part of its due diligence, the Procurement Department reviewed and verified the references provided by all of the bidders recommended for award. The client references provided positive feedback with regards to the bidders' ability to supply the specified high quality products and services, provide excellent customer service, prompt deliveries, and expedited problem resolutions. Below is a brief summary of each bidder recommended. Caldwell Cleaning, LLC According to the information provided by Caldwell Cleaning, LLC, it is a veteran owned small business that has been registered to conduct business in the State of Florida since 2007. Caldwell Cleaning is an awarded contractor for General Services Administration (GSA) and is awarded contract no. GS -07F -0570X for food service, hospitality, cleaning equipment and supplies, https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=7364&Meeti... 5/9/2018 Coversheet Page 2 of 2 and chemicals and services. Amongst the customers that Caldwell Cleaning has provided similar products to those solicited are: National Guard and the Department of the Navy. Allied Paper Co. According to the information provided by Allied Paper Co, it has been a family owned business since 1974. Over 39 years, it has served the small business community within the Miami -Dade County, Broward County and Upper Keys. It is a major distributor & servicing company specializing in paper towel& toilet tissue, bags & can liners, food service disposable products, janitorial supplies & equipment small wares, personal health care items and now office supplies. Allied Paper Co strives to provide our clients with the highest quality products at competitive pricing. Rex Chemical, Corp. According to the information provided by Rex Chemical Corporation, it has been established in Miami since 1965 and is today a leading manufacturer, distributor and retailer of cleaning chemicals, equipment and janitorial products. Serving a broad spectrum of industries, both private and public, they provide a total solution for the cleaning needs of its customers. For decades, Rex Chemical has earned the trust of South Florida companies of all sizes, including hospitals, schools and living facilities which require a high level of sanitation. Its long history is a result of the excellent product quality, incorporating the latest technological advances, and outstanding service it has provided to hundreds of very satisfied institutions in Dade, Broward and Palm Beach counties, the Caribbean islands and throughout the USA. CONCLUSION After considering the bids received and staffs evaluation, pursuant to ITB 2018 -112 -ZD, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of bid item 1, 4, and 5 to Caldwell Cleaning, LLC, item 2 to Rex Chemical, Corp., and item 3 to Allied Paper, Co.; and further authorize the Mayor and City Clerk to execute the contracts. Amount 1 $154,361.69 Account 1 309-0380-000674-410-552-00-00-00-28160 Total $154,361.69 Legislative Tracking Tourism, Culture and Economic Development/Procurement ATTACHMENTS: Description D Attachment A https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=7364&Meeti... 5/9/2018 ITB 2018.112•ZD MBCC CLEANING EQUIPMENT tTef.' 1 - - Ride -On Carpet Extractor Quantity 1 Imperial Uri! Prices $ I7,462.40 Dade Ex!e-c- : =•.nes $ 17,462.40 Allied P 'Unit Prices $ 14,528.65 per Co. Extended Prices $ 14,528.65 Caldwell Cleaning, Unit Prices $ 11,353.39 LLC Supply Works Rex Chemical, Corp. Extended Prices $ 17,757.42 Extended Prices Unit Prices Extended P,aes Unit Prices $ 11,353.39 $ 12,029.65 $ 12,029.65 $ 17,757.42 2 Ride -On Vaccum 2 $ 15,963.00 $ 31,926.00 $ 13,694.20 $ 27,388,40 $ 11,542.46 $ 23,084.92 $ 10,511.58 $ 21,023.16 $ 8,089.91 $ 16,179.82 3 Walk -Behind Bumisher 4 $ 8,318.00 0 $'33 $ 8,814.77 $ 35,259.08 $ 5, 746.574 $ 22, 986.28 ° 0 a ` $ 15,998.20' ,72.00+ $ 5,177.41 $ 21,909.7C $ 3,999.55 4 Ride -On Burnisher 1 $ 13,333.14 $ 13,333.14 $ 16,490.88 $ 16,490.88 $ 13,236.80 $ 13,236.80 $.g,776,620 $8,778.680 NO BID NO BID 5 Floor Scrubber/Sweeper 2 $ 72,088.05 $ 144,176,10 $ 63,222.81 $ 126,445.62 $ 39,166.30 $ 78,332.60 $ 55,951.03 $ 111,902.06 NO BID NO BID 'Recommended for Award. Bid item did not meet specifications. ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING 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. 01. My question to you is what are the exact specs for the 5 pieces of equipment being bid on? On most of the machines there are different configuration and options so we would need to know exactly what is being requested so we can quote properly. Al. 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 cc 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. Sin Al ment Director 1 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT EXHIBIT A EAC Equipment Specifications ITB No. 2018-1 12 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT 2 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT C3. Specifications. 3.1. ITEM 1. RIDE ON CARPET EXTRACTOR 3.1.A. Purpose: The purpose of the Ride on Carpet Extractor is to be able to employ two different carpet - cleaning technologies that include restorative extraction and soil transfer extraction. 3.1,13. Performance Specifications a. The machine will need to be exact or equal to match up and be compatible with the facility's existing equipment which is a Tennant R14 Ride on Carpet Extractor. (To match two (2) in inventory) b. The machine shall be a ride -on platform. c. The carpets shall be dry in less than 30 minutes after single -pass cleaning with soil transfer extraction, without the use of air movers or modifying the OSHA recommended environment through the HVAC System. d. Soil transfer extraction shall use two counter -rotating fabric wrapped cylindrical rollers to transfer the soil from the carpet. e. Restorative extraction shall use two counter -rotating carpet brushes that have a "chevron" tuft pattern for complete brush contact across the entire cleaning path. f. Soil transfer extraction shall use two individual extractor shoes that extract the soil from each roller and deposit it in the unit's recovery tank. 3.1.C. Capacity and Equipment Details a. The unit shall have a 32 -gallon solution tank and a 29 -gallon recovery tank. b. The unit shall be equipped with two 3 -stage vacuum motors that are configured in -series. c. The unit shall have a 28" cleaning path. d. The unit shall run on a 24 -Volt electrical system and be powered by four 6 -volt, 335 AH batteries. e. The unit shall be equipped with a 1.1 HP transport drive motor that can drive the machine up to 290 ft/min. f. The unit shall be equipped with two .54 HP brush/roller drive motors. g. The noise level shall not exceed 73 dBa at the operator's ear. h. The unit shall be equipped with soft touch button operator console that allows for the use of only one button press to start the cleaning process. i, The unit shall include a vacuum protection float valve in the recovery tank. 3.1.D. Additional Features a. The unit shall be equipped with a power wand that will allow the spraying, scrubbing and pickup of the solution. It shall include all hoses, brushes, squeegee tool, and a two -bend aluminum wand. b. The unit shall be equipped with a hand tools that will allow the cleaning of small area spotting and upholstery cleaning. 3.1.E. Warranties, Training, and Other Manufacturer Maintenance Details 3 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT 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 and any parts to be installed after shipping shall be included. c. The dual technology carpet cleaner shall be the manufacturers' standard unit. d. The warranty of this unit shall be a minimum of 10 -years on rotationally molded polyethylene housings and parts to be free from defects and workmanship under normal use and service. The non- polyethylene parts shall have a minimum of a three (3) year warranty under normal use and service. This unit shall also include on-site service labor coverage of warranty items for a minimum of three (3) years. 3.2. ITEM 2. RIDE ON VACUUMS 3.2.A. Purpose: The purpose of the Ride on Vacuum is to be able to effectively capture dust and debris with efficient, one -pass sweeping. 3.2.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 which is a Tennant M-6100 Sub -Compact Battery -Powered Rider Sweeper. (To match one (1) in inventory) b. The unit shall be a sub -compact, battery -powered sweeper c. The machine shall be a ride -on platform. d. The unit shall have 360 -degree sightlines and superb maneuverability even through standard doorways e, Dimensions: These dimensions must be met to ensure that the vacuum will be able to be moved throughout the MBCC using existing hallways, tunnels, and elevators. a. Length — 59.9 in / 1520 mm b. Width -31.75 in/810mm c. Height - 46.38 in / 1180 mm d. Weight (net) — 620 Ib / 281 kg e. Weight (220 Ah battery package)—1,1101b / 503 kg f. Minimum aisle turn — 72 in / 1830 mm 3.2.C. Capacity and Equipment Details a, Sweeping System 1. Cleaning Path i. Single side brush- 30 in./ 760 mm ii. Dual side brush- 38 in. / 970 mm 2. Main Brush i. Main brush length (tubular) — 22 in / 560 mm ii. Main brush drive — Belt iii. Main brush change — No -tool 3, Side Brush i. Diameter- 16 in. / 410 mm 4. Debris Control System 4 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT i. Volume Capacity- 3 ft.3/ 85 L ii. Weight Capacity- 200 lbs./ 91 k b. Dust Control System 1. Filter Area- 33.7 ft.2 / 3.1 m2 2. Vacuum fan speed- 4,375 rpm c. Propelling System 1. Battery Package (36 V) — 220 Ah 2. Propelling motor — 0.75 hp / 8 km/h 3. Propel speed forward (variable to) — 5 mph / 8 km/h 4. Propel speed reverse (variable to) — 3 mph / 4.8 km/h 5. Gradeability i. Full hopper — 8 degrees / 14.1 ii. Empty hopper -10 degrees / 17.6% 3.2.0. 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 and any parts to be installed after shipping shall be included. c. The unit shall be the manufacturers' standard unit. d. The warranty of this unit shall be a minimum of 10 -years on rotationally molded polyethylene housings and parts to be free from defects and workmanship under normal use and service. The non- polyethylene parts shall have a minimum of a three (3) year warranty under normal use and service. This unit shall also include on-site service labor coverage of warranty items for a minimum of three (3) years. 3.3. ITEM 3. WALK -BEHIND BURNISHER 3.3.A. Purpose: The purpose of the Burnisher is to be able to effectively achieve high performance propane -like gloss results with the ultra -quiet, battery -powered unit. 3.3.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 which is a Tennant 2550. (One (1) in inventory) The Tennant MV -B7-008 Battery Powered Walk Behind Burnisher is a compatible unit to the current inventory. b. The unit shall be battery -powered unit c. The unit shall have 360 -degree sightlines and superb maneuverability even through standard doorways d. Dimensions: These dimensions must be met to ensure that the unit will be able to be moved throughout the MBCC using existing hallways, tunnels, and elevators, 1. Operating Length i. 27 in / 690 mm unit — 63 in / 1602 mm 2. Width i. 27 in / 690 mm unit — 31.5 in / 800 mm 3. Height 5 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT i. 27 in/690mm unit -43 in/1092mm 4. Weight GVW (with standard batteries) i. 27 in / 690 mm — GVM 797 lbs. / 362 kg. 5. Minimum aisle turn- unit shall be able to make a 180 degree turn within an aisle width while operating per the following i. 27 in / 690 mm unit — 64 in / 1626 mm 3.3.C. Capacity and Equipment Details a. Burnishing Head 1. General configuration i. The unit shall utilize a direct drive motor with a single disk pad driver and pad. The burnishing head shall be free floating. 2. Toe Kick - The burnisher heads shall pass under a_4_ in /_102.mm high_toe kick, 3 in / 76 mm deep. 3. Front Reach — 27 in / 690 mm burnishing head shall allow 5 in / 127 mm minimum of reach in front of the machine between the font edge of the pad and either the motor cover or the shroud. 4. Burnish Head Skirt - The machine shall have a skirt around the perimeter of the head to allow the head to seal to the floor and contain as much of the dust as possible. The skirt shall be self-adjusting sufficient to account for normal pad wear and floor surface variations. i. The burnishing head skirt shall require no tools to replace. 5. Burnish Head Safety - head motor shall not be allowed to function when the head is in the 'transport' 45 degree angle or 'pad change' 90 degree angle position. 6. Pad Change Position - A release pin / mechanism shall allow the head to move from the 'transport' to the 'pad change' position with operator assist to rotate the head with 100% pad visibility. The burnish pads shall be easily removable with no tools and without getting on the floor. 7. Head Down Pressure - The machine shall have a 'tool -less' manually adjustable down pressure system with at least 7 setting positions for all head sizes. The down pressure settings shall not be adjustable from the operator console but the battery indicator LED's shall be utilized for assisting the supervisor/installing sales person. This feedback will allow for setting the machine in the optimal down pressure setting depending on pad and floor finish. The adjustment mechanism shall be located under the cover, not readily visible to operators. 8. Electro -mechanical Down Pressure Adjustment Option - General Configuration — the B5 and B7 transaxle propelled machines in all three head sizes shall be offered with a closed loop controller based electro -mechanical down pressure adjustment option, with three discrete down pressure settings and will be selectable from the operator console. 9. Burnishing path i. The unit shall have three different burnishing head options. There will be a 27 in / 61/69 cm head. b. Dust Control System 1. General Dust Collection i. Machines will have the ability to have either active or passive dust control. 6 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT ii. The dust shall be collected in a paper dust bag as standard. Each machine shall ship with one paper bag. iii. The machine shall have a timed "check dust bag" indicator on the console with either active or passive dust control. The light shall illuminate every 30 hours for passive dust control and every 15 hours for active dust control. This is a reminder that the operator should be inspecting the dust collection bag. iv. The machine shall have a cloth dust bag option (passive dust control only). 2. Active HEPA Dust Control i. The dust collection system shall be equipped with a HEPA filter to help protect indoor air quality, The filtration efficiency will be 99.97% at 0.3 microns. 3. Passive Dust Control i, With the standard paper bag, the filtration efficiency will be 95% at 0.3 microns. c. Sound Level-_ The machines with active dust control shall have a sound level of 63 or 64 dBa or _ _ less at the operator's ear (depending upon machine size). Machines with passive dust control shall have a sound level of 65 dba or less at the operator's ear. d. Propelling System 1. The 27 in / 690 mm unit shall be a transaxle propelled machine. 2. Ramp Operation i, Ramp Climb, Operating - All GVW propelled machines with standard batteries shall be capable of burnishing and transporting up and down a 5° ramp. ii. Ramp Climb, Trailering - All GVW propelled machines with standard batteries shall be capable of propelling forward up an 11° ramp with a length of 8.2 ft. / 2.5 m, iii. Ramp Clearance - All GVW propelled machines with standard batteries shall successfully climb a ramp with an approach angle of 11° and transition to the bed of the trailer e. Battery Package 1 Battery Size i. The 27 in / 690 mm B7 transaxle propelled machine shall use (6) 330 Ah 6V flooded lead acid batteries. 2. Optional Batter Sizes/Capacities/Types- all units shall be designed to accept alternate battery capacities and types, including sealed AMG batteries. 3. Battery Tray- The machines shall be equipped with a battery tray with a 2 in / 50 mm minimum wall height. 4. On Board Charger- The machines shall have a 25A on board universal charger 100 - 240 VAC 50/60 Hz with a 15 ft. / 5 m power cord, 5. Off Board Charger - The machines shall have an off board charger option. 6. Charging - The operator shall be prevented from operating the machine in any way while a charger is plugged in. 7. Battery Access / Removal - Batteries shall be removable without the need to remove any of the major machine components. 8. Hydrogen Venting - The machine shroud when closed shall have a means by which to vent hydrogen gas that is generated by the battery charging process per UL 2595. Burnisher shrouds can be closed during the charging process, ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT 9. Battery Status/Charge Level - The machine console shall provide a Battery Discharger Indicator gauge for feedback to the operator showing `full' and 'low' battery charge. 10. Battery Watering System Option - The battery compartment shall be sized such that the HydroLink® battery watering system may be used with approved batteries, 11. Machine Run Time i. The 24 in / 610 mm and 27 in / 690 mm unit shall have mechanical down pressure and shall have a minimum continuous run time of 2.0 hrs. with standard 240AH batteries at the minimum down pressure setting with most floor finish/pad combinations. f. Controls 1. Electrical i. All internal wiring on the machine shall be numbered, color coded and protected. ii. Primary circuits will be protected with either circuit breakers or fuses. 2. Operator Control Console i. The console shall have a key switch to turn the machine on and off. ii. The console bail shall provide an ON/OFF switch for the head burnish and transaxle drive propel function as standard. iii. The ON/OFF console bail shall be bundled with manual down pressure only. iv. The Variable Speed console bail shall be bundled with power (electro- mechanical) down pressure only. v. The console shall provide a toggle switch for the transaxle reverse function as standard on propelled machines. vi. User Interface — The operator console shall have a simple user interface — by means of membrane switches. The user interface shall provide simple electronic feedback with some troubleshooting guidance as well as board graphics explaining how to operate the machine. vii. Vibration at Controls - The vibration at the operator controls shall be less than 2.5m/s2. viii. Instrument Panel a) There shall be a Key Switch standard on the instrument panel. b) There shall be an Hour Meter as standard on the instrument panel, The machine hours shall be displayed at all time, with hours accruing during the burnishing process only. c) There shall be an Emergency Stop Switch on the instrument panel for all propelled machines. d) There shall be a motor overheat indicator on the operator panel. e) When applicable, there will be a Down Pressure Setting indicator as an option on the operator panel. ix. Speed Adjustment a) The console shall provide a variable speed dial as standard on propelled machines. b) The range of the variable speed dial shall be from 0 to the maximum transport speed of 240 fpm / 73 mph when in the transport mode. 8 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT c) The range of the variable speed dial shall be from the low to the high burnishing speed of 100 fpm / 30 mph to 200 fpm / 60 mph in the burnishing mode. d) 3 Position Speed Range Dial Option - The transaxle propelled machines shall be offered with a 3 position speed range dial to aid in configuring the machine settings for specific productivity rates. The three speed settings on the dial shall correspond to the low and high settings defined 100 fpm / 30 mpm to 200 fpm / 60 mpm, and one setting in between at 150 fpm / 45,7 mpm. e) Variable Speed Bail Option - The transaxle propelled machines shall be offered with an optional variable speed bail console (bundled with automated down pressure). The variable speed bail shall function from 0 to the maximum allowable speed for any given machine mode and speed range dial position. g. Body Shrouds and Machine Covers 1. Shroud Material - The body shrouds shall be constructed of rotationally molded polyethylene with a 10 year warranty. 2. Shroud Tip -Back - By using a 2 -way damper shock, the shroud nor console shall contact the floor. h. Overall Machine Requirements 1. Regulatory Compliance - The machine shall comply with UL/ETL requirements for the United States and Canada. The on -board and / or off -board charger shall comply to the UL/ETL requirements for the United States and Canada. 2. LEED - The machine shall comply with LEED Standards and is a LEED qualifying machine. 3. Protections 1. The machines shall have an IP rating of X3 or greater. ii. All ferrous materials shall be fully primed and painted on their exterior surfaces. All hardware, latches, etc. shall be plated or constructed of noncorrosive materials. All hardware below the frame shall be stainless steel. i. Forward Transport Speed- The transaxle propelled machines shall have a maximum forward transport speed of 240 ± 25 fpm / 73.2 ± 7,6 mpm. j. Forward Burnishing Speed- The transaxle propelled machines shall have a range of forward burnishing speeds from 100 ± 25 fpm / 30.5 ± 7.6 mpm minimum to 200 ± 25 fpm / 61.0 ± 7.6 mpm maximum with the midpoint being 1/2 way between the low and high speeds. k. Reverse Transport Speed- The transaxle propelled machines shall have a maximum reverse transport speed of 60% of the maximum forward transport speed. I. Wheels 1. Front Wheels & Rear Casters - The machine shall have two solid polymer non -marking front wheels. The machine shall have one or two solid polymer non -marking rear casters. m. Brakes- units shall be offered with a parkingbrake option. n. Maintenance Features 1. The machine shall have yellow highlighted/colored maintenance touch points (knobs, levers, latches, etc.) to help quickly identify feature accessibility. 9 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT 2. The machine shall provide for routine maintenance without requiring tools or dealing with loose fasteners. 3.3.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 and any parts to be installed after shipping shall be included. c. Stackable carton packaging has been designed for ease of unpacking, requiring minimal tools only (wrench, screwdriver, etc.). d. The warranty of this unit shall be a minimum of 10 -years on rotationally molded polyethylene housings and parts to be free from defects and workmanship under normal use and service. The non- polyethylene parts shall have a minimum of a three (3) year warranty under normal use and service. This unit shall also include on-site service labor coverage of warranty items for a minimum of three (3) years. 3.4. ITEM 4. BURNISHER (RIDER) 3.4.A. Purpose: The purpose of the Burnisher is to be able to effectively achieve high performance propane -like gloss results with the ultra -quiet, battery -powered unit. 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 equipment. The Tennant B10 Rider Burnisher is a compatible unit to the current inventory. b. The unit shall be a sub -compact, battery -powered burnisher c. The machine shall be a ride -on platform. d. The unit shall have 360 -degree sightlines and superb maneuverability even through standard doorway with a 27" (686 mm) disk burnisher head. The center of the heads will be offset to the right side of the machine, e. Cleaning Head Motor - The head shall use a direct drive motor spinning a single disk pad. The motor/pad speed will be approximately 1500 -1600 RPM. The motor will be capable of delivering 2,983 Watts (4.0 HP). f. Pad Pressure - The machine shall have three down pressure settings: Low = 70 amps, Medium = 78 amps, High = 85 amps. g. Dimensions: These dimensions must be met to ensure that the vacuum will be able to be moved throughout the MBCC using existing hallways, tunnels, and elevators. a. Length — 58.5 in / 1486 mm 1. Width — 30 in / 762 mm 2. Height — 55 in / 1397 mm 3. Weight —1346-1350 Ib. / 611-612 kg 3.4.C. Capacity and Equipment Details a. Forward Burnishing Speeds - The machine shall have multiple programmable forward burnishing speeds. Low range burnishing speeds shall be 125, 150 and 175 fpm (38.1, 45.7 and 53.3 mpm). The mid-range burnishing speeds shall be 150, 175, and 200 fpm (45.7, 53.3 and 61.0 mpm). The 10 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT high range burnishing speeds shall be 250, 275 and 300 fpm (76.2, 83.8 and 91.4 mpm). The machine shall be factory pre-set with the mid-range burnishing speed setting. b. Pad Removal & Attachment - The access to the pad shall be from the right side of the machine. A button on the operator console is used to automatically raise the head and facilitates easy pad changes eliminating the need for the operator to touch the pad deck. c. Edge Cleaning - The distance from the outside of the head bumper to the edge of the pad is 1.4" (35.6 mm). Burnishing shall allow for cleaning under 4" (102 mm) toe kick. d. Dust Control System - Active Dust Control system is standard on the machine and shall be located on the battery access lid behind the operator's seat. The paper dust collection bag shall be located internal to the dust vacuum. The dust collection vacuum will be equipped with a HEPA filter. The filtration efficiency will be 99.9% at 0.3 microns. e. Operator Controls & Gages 1. Power On/Off - The machine is equipped with an on/off key switch. 2. Directional Control Components - The machine uses a solid state motor controller and matching accelerator. Single direction pedal. The forward / reverse switch is located on the instrument panel. 3. On -board Diagnostics - The machine shall be equipped to provide comprehensive self- diagnostic signals for troubleshooting. 4. Supervisor Setting - The machine controls shall allow the burnishing settings to be "locked - in" to a preferred setting and inactivates the operator adjustment buttons and shall have indicator lights showing the controls are locked to preferred settings. 5. Instrument Panel - The machine uses a combination of touch buttons and switches. Electronic controls that include the following features: i. Primary Controls/Indicators: a) Key switch b) 'One Touch' burnish button c) Supervisor lock out button d) Emergency stop switch e) Forward/reverse switch f) Horn g) Fault light ii. Secondary Controls/ Indicators: a) Pad down -force adjustment button with 3 LED indicators b) Speed indicator with 3 LED's c) Pad change switch/LED switch d) Active dust control Vacuum switch button e) Battery discharge indicator f) Hour meter f. Machine Construction, Safety & Serviceability 1. Head Construction - The burnish head assembly consists of a steel support bracket and ABS plastic dust control shroud. A replaceable dust control skirt is located at the bottom of the shroud. The skirt has a felt strip that seals against the floor surface. 2. Machine Frame - The frame is constructed from carbon steel and painted for corrosion protection. The machine will be able to pass through a 32" (813 mm) door opening. ADDENDUM NO.1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT 3. Tires - Front Tire: The machine has one 254mm (10 in dia.) solid tire. The front tire has a maximum contact pressure of 1620 kPa (235 psi). 4. Power Source — The machine operates on a 36 volt DC system with lead acid batteries standard. A quantity of 6 batteries is utilized. Standard batteries: Flooded lead acid 6 Volt 435 Amp Hour at 20 hour rate. 5. Chargers - The machine shall come standard with an on -board, microprocessor -controlled high frequency charger and 10 -foot (3.1 meter) power cord. 6. On -board charger option is mounted to the back of the machine. It has a 25 Amp rating. Off - board charger option is external to the machine. It has a 25 Amp rating. 7. Low Voltage Cut -Off — The machine shall shut down all functions except self -propel when battery voltage is discharged to 20% of total capacity. 8. Operator Graphics - The machine will come standard with text -less operator use graphics. 9. Electrical Wiring - All wiring on the machine shall be color coded, numbered, and braided. 10. Circuit Breakers/Fuses - All circuits are protected with either circuit breakers or replaceable fuses. 11. Emergency stop switch - The machine is equipped with an emergency stop switch on the instrument panel to shut down all power to the machine. 12. On/Off Key switch and Key - The machine is equipped with an On/Off key switch mounted on instrument panel. 13. Sound Level - The machine has a maximum sound level of 69 dBa. 14. Steering Mechanism - The machine utilizes a chain and sprocket steering mechanism, 15. Standard Safety Features - The frame is equipped with anti -tip bars adjacent to the front drive wheel. The operator is prevented from driving the machine when the charger is plugged in. 3.4.D. Additional Factory Installed Accessories & Options a. Flashing Light Kit - A flashing light kit is available. b. Wall Roller - A wall roller kit for the right side of the machine is available. c. Batteries - AGM 6 Volt 390 Amp Hour at 20 hour rate, d. Battery watering System — a battery watering system can be used with the standard 435 AH batteries. 3.4.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 and any parts to be installed after shipping shall be included. c. The unit shall be the manufacturers' standard unit. d. The warranty of this unit shall be a minimum of 10 -years on rotationally molded polyethylene housings and parts to be free from defects and workmanship under normal use and service. The non- polyethylene parts shall have a minimum of a three (3) year warranty under normal use and service. This unit shall also include on-site service labor coverage of warranty items for a minimum of three (3) years. 12 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT 3.5. ITEM 5. FLOOR SCRUBBER/ SWEEPER 3.5.A. Purpose: The purpose of the Sweeper — Scrubber is to achieve consistent cleaning results with the effective sweeping and scrubbing capabilities of this integrated rider sweeper -scrubber. The machine will need to be exact or equal to match up and be compatible with the facility's existing equipment which is a Tennant M20 Integrated Sweeper -Scrubber. (To match one (1) in inventory) 3.5.B. Sweeper -Scrubber Features a. Cleaning Technology - ec-H20 b. Squeegee Material — Linatex i. Heavy Duty Squeegee Protection — Yes c. Power Source i. LPG ii. LPG Tank- Full d. UL/ETL Rating - UL Type LP e. Side Brush Type Scrubbing f. Front Tire(s) - High Traction g. Rear Tire(s) - High Traction h. Warning Lights and Alarms - AV BU Alarm -Flash on Tank i. Cleaning Tool / Side Cleaning Tool - Polypropylene Brush 3.5.C. Performance Specifications a. The unit shall be integrated sweeper scrubber propane powered. b. The machine shall be a ride -on platform. c. The unit shall have 360 -degree sightlines and superb maneuverability. Increase visibility with cab - forward design, open sightlines, and steering -wheel -mounted controls. d. Integrated Cleaning System i. Cleaning path- 40 in./ 1,020 mm a) With scrubbing side brush - 54 in / 1,370 mm b) With sweeping side brush 56 in / 1,420 mm ii. Cylindrical main brushes a) Brush speed - 480 rpm b) Brush down pressure (up to) - 390 Ib. / 177 kg c) Brush diameter (2) -12 in / 300 mm iii. Side Brush a) Brush speed -150 rpm b) Scrubbing brush diameter -16 in / 410 mm c) Sweeping brush diameter 21 in / 533 mm iv. Tanks a) Solution tank - 56 gal / 212 L b) Solution capacity with ES® - 74 gal / 280 L c) Recovery tank - 73 gal / 276 L d) Demisting chamber -16 gal / 61 L v. Debris hopper 13 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT a) Volume capacity - 3.9 ft3 / 110 L b) Weight capacity - 390 Ib. / 177 kg c) Dump height (variable to) - 60 in / 1,520 mm vi. Vacuum Fans a) Scrubbing fan speed -11,000 rpm b) Scrubbing fan water lift - 35 in / 890 mm c) Sweeping fan speed - 6,500 rpm d) Sweeping fan airflow 290 cfm / 8.2 m3/min e. Propelling System i. Propel speed forward (variable to) 8.0 mph / 13 km/h ii. Propel speed reverse (variable to) 3.0 mph / 4.8 km/h Engine -/LPG - (2.0 L) 50 hp. / 37.2 kW iv. Gradeability a) Transport at gross weight 10.0° / 18% b) Working (cleaning) 8.0° / 14% v. Ground clearance (transport) 3 in / 80 mm f. Dust Control System i. Filter system - Synthetic fiber panel ii. Filter area - 78 ft2 / 7.3 m2 iii. Dust filtration (to) 3 microns @ 99% efficiency iv. Shaker mechanism (automatic) Timed, beater bar Dimensions: These dimensions must be met to ensure that the vacuum will be able to be moved throughout the MBCC using existing hallways, tunnels, and elevators. 1. Length — 95 in / 2,410 mm ii. Width a) Frame - 50 in / 1,270 mm b) Rear squeegee - 51 in / 1,300 mm c) With side brush - 58 in /1,473 mm iii. Height- 58 in / 1,473 mm a) With overhead guard - 83.5 in / 2,120 mm iv. Minimum aisle turn -110 in / 2,790 mm g. 3.5.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 and any parts to be installed after shipping shall be included. c. The unit shall be the manufacturers' standard unit. d. The warranty of this unit shall be a minimum of 10 -years on rotationally molded polyethylene housings and parts to be free from defects and workmanship under normal use and service. The non - polyethylene parts shall have a minimum of a three (3) year warranty under normal use and service. This unit shall also include on-site service labor coverage of warranty items for a minimum of three (3) years. 14 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT INVITATION TO BID (ITB) MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT 2018 -112 -ZD BID ISSUANCE DATE: FEBRUARY 23, 2018 BID DUE: MARCH 12, 2018 @ 3:00 PM EST ISSUED BY: ZULEIKA DAVIDSON MIAMIBEACH 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 17 APPENDIX B "NO BID" FORM 24 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 27 APPENDIX D SPECIAL CONDITIONS 28 APPENDIX E COST PROPOSAL FORM 33 APPENDIX F INSURANCE REQUIREMENTS 35 APPENDIX G TECHNICAL REQUIREMENTS AND SPECIFICATIONS 37 ITB 2018 -112 -ZD 2 MIAMI BEACH 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 cleaning equipment which include: vacuums, burnishers, floor scrubbers/sweepers, and extractors 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:OOPM EST Responses Due March 12, 2018 at 3:OOPM 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@miamibeachfl.gov dditionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado(c�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 -112 -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 2 110 CITY CODE SECTION 2-374 ITB 2018-112—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 -112 -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 -112 -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 -112 -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 -112 -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 -112 -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 -112 -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 -112 -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 -112 -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 -112 -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 -112 -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 -112 -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 -112 -ZD 16 MIAMI BEACH APPENDIX A MIAMI BEACH Proposal Certification, Questionnaire & Requirements Affidavit ITB No. 2018-1 12 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018 -112 -ZD 17 BEACH Solicitation No: 2018 -112 -ZD Solicitation Title: MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING 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 2018-112—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://supplierportal.dnb.com/webapp/wcs/stores/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 by any 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 governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of ITB 2018-112—ZD 19 8. 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/. • - "!s - - - • -.:- • required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: $11.62/hr with health benefits, and $13.312/hr without benefits. et: - e e e• provided ear-)- provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at 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 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that ITB 2018-112—ZD 20 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. 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 If additional confirmation of addendum is required, submit under separate cover. ITB 2018-112—ZD 21 MIAMI BEACH' DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipients 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 2018-112—ZD 22 BEAC 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 2018-112—ZD 23 APPENDIX B MIAMI BEACH "No Bid" Form ITB No. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 emote: It is important for those vendors who hire red notification this solicitation but have decided not to respond, to complete and sub the attached "Statement of No Bid." The "Statement of No. Bid" provid the City with information on how to improve the solicitation proce Failure to submit a "Statement of No Bid" may result in not being nofifi of future solicitations by the City. ITB 2018 -112 -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 -112 -ZD 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 ITB 2018 -112 -ZD 25 APPENDIX C MIAMI BEACH Minimum Requirements & Specifications ITB No. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018 -112 -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. C2. STATEMENT OF WORK. The Miami Beach Convention Center (MBCC) is soliciting bids for the purchase, delivery, and unloading of cleaning equipment which include: vacuums, burnishers, floor scrubbers/sweepers, and extractors that will be utilized at the Miami Beach Convention Center (MBCC). C3. SPECIFICATIONS. The City may procure five (5) different types of cleaning equipment, each with specific requirements, dimensions, and materials of construction as further defined herein, as follows: • Ride on Carpet Extractor (Tennant Model Number R14) or Approved Equal. • Ride on Vacuums (Tennant Model Number 6100) Approved Equal. • Walk -Behind Burnisher (Tennant Model # B7) or Approved Equal. • Rider Burnisher (Tennant Model Number B10) or Approved Equal. • Floor Scrubber/ Sweeper (Tennant Model Number M-20LP) 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. • 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. ITB 2018 -112 -ZD 27 APPENDIX D MIAMI BEACH Special Conditions ITB No. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018 -112 -ZD 28 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 theevent 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 -112 -ZD 29 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 -112 -ZD 30 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 -112 -ZD 31 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 -112 -ZD 32 APPENDIX E MIAMI BEACH Cost Proposal Form ITB No. 2018-1 12 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018 -112 -ZD 33 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• reected. 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. Item 1 Description Ride on Carpet Extractor Make/Model: Tennant/ R14 "Or Equal" Make/Model: Estimated Quantity (a) 1 Unit Price (b) Extended Price (c) (axb)=c Delivery ARO* (calendar days) Authorized Representative's Signature: 2 Ride on Vacuum Make/Model: Tennant/ 6100 "Or Equal" Make/Model: 2 3 Walk -Behind Burnisher Make/Model: Tennant/ B7 "Or Equal" Make/Model: 4 4 Ride -On Burnisher Make/Model: Tennant/ B10 "Or Equal" Make/Model: 1 5 Floor Scrubber/Sweeper Make/Model: Tennant/ M-20LP "Or Equal" Make/Model: 2 *ARO (After Receipt of Purchase Order) Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITB 2018 -112 -ZD 34 APPENDIX F MIAMI BEACH Insurance Requirements ITB No. 2018-1 12 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018 -112 -ZD 35 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 -112 -ZD 36 APPENDIX G MIAMI BEACH Technical Requirements and Specifications ITB No. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018 -112 -ZD 37 Item #1 R14 Ride on Carpet Extractor (Quantity needed 1) ITB 2018 -112 -ZD Item #2 — Ride on Vacuums (Quantity needed 2) ITB 2018 -112 -ZD Item #3 —Burnisher (Walk Behind) (Quantity needed 4) ITB 2018 -112 -ZD Item #4 — Burnisher (Ride on) (Quantity needed 1) ITB 2018 -112 -ZD Item #5 - Floor Scrubber / Sweeper (Quantity needed 2) ITB 2018 -112 -ZD ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by FEI/EIN Number Page 1 of 2 Flonda Department of Slate .Jlvcio i of rr. ,,[jlrial Slaty of Florida 1,4.Lrite Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Florida Limited Liability Company CALDWELL CLEANING LLC Filing Information Document Number L07000025898 FEI/EIN Number 20-8594202 Date Filed 03/08/2007 State FL Status ACTIVE Last Event LC AMENDMENT Event Date Filed 06/30/2017 Event Effective Date NONE Principal Address 4022 Caddie Dr E Bradenton, FL 34203 Changed: 03/10/2016 Mailing Address 4022 Caddie Dr E Bradenton, FL 34203 Changed: 03/10/2016 Registered Agent Name & Address CALDWELL, RICHARD 4022 Caddie Dr E Bradenton, FL 34203 Name Changed: 04/18/2012 Address Changed: 03/10/2016 Authorized Person(s) Detail Name & Address Title MGR CALDWELL, RICHARD 4022 Caddie Dr E Bradenton, FL 34203 http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 5/30/2018 View image in PDF format View image in PDF format View image in PDF format View image in PDF format Detail by FEI/EIN Number Page 2 of 2 Title MGR Caldwell CLeaning 4022 Caddie Dr E Bradenton, FL 34203 Annual Reports Report Year Filed Date 2016 03/10/2016 2017 01/13/2017 2018 04/02/2018 Document Images 04/02/2018 -- ANNUAL REPORT 06/30/2017 — LC Amendment 01/13/2017—ANNUAL REPORT 03/10/2016 — ANNUAL REPORT 02/23/2015 -- ANNUAL REPORT 03/31/2014 -- ANNUAL REPORT 03/19/2013 -- ANNUAL REPORT 04/18/2012 -- ANNUAL REPORT 04/01/2011 --ANNUAL REPORT 10/20/2010 — REINSTATEMENT 10/05/2009 — REINSTATEMENT 03/10/2008 — ANNUAL REPORT 03/08/2007 -- Florida Limited Liability 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 Florida Department of State, Division of Corporations http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 5/30/2018 MIAMI BEACH APPENDIX A MIAMI BEACH Proposal Certification, Questionnaire & Requirements Affidavit ITB No. 2018 -112 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018 -112 -ZD 17 Solicitation No: 2018 -112 -ZD Procurement Contact Zuleika Davidson MIAMI BEACH Solicitation Title: MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT Tel: Email: (305) 673-7000 x 6943 zuleikadavidsor crlmiamibeachfl.pov 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 vAzi ,0 Z=—�L dL i eiAe/r NO OF YEARS IN BUSINESS: 1. YE NO OF YEARS IN BUSINESS I LOCALLY: 1 NO. OF EMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRMP MARY ADDRESS (HEADQUARTERS): G''. C,9!>/' c /..E' ,L . cl STATE: I ZIP CODE: ` TELEPHONE NO.: TOLL FREE NO.: r� FAXNO.: 2,flf _%3— J7377 FIRM LOCAL ADDRESS: _—__, CITY: ,, _., STATE: ^__ I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMEN`f :/ moi/• /;fir / ACCOUNT REP TELEPHONE NO.: G' `/l ` ., —C/ ,c2---9.3,2_ Y 3 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: i/, G i, .20 6,%�,24. ��,21 - ce: FEDERAL TAX IDENTIFICATION NO.: p 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 2018-112—ZD 18 1. Veteran Owned Business. Is P oposer 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 govemment, 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:llsuppi ierportaLdn b.comfwebapplwcslstores/servletlSupplie rPortai?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 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 ail 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 governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of ITB 2018-112—ZD 19 8 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.govlprocurementi. yea4 th' Proposers' failure to comply 'Mith this provision shall be deemed a material breach �rir t r9 provide www, mism ibcachfl.govfprocuramonti. lcamont same (in a particular ser agrees t the 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 Iii 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/prccuremen 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that ITB 2018-112—ZD 20 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 5. 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, intersexualiiiy, 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, PubliicPurchase.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 ail addendum may result in proposal disqualification. Initial to Confirm t 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 If additional confirmation of addendum is required, submit under separate cover. ITB 2018-112—ZD 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being fumished to the recipient by the City of Miami Beach (the "City") for the recipients 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 recipients 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 Govemment-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, ail 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 foie solicitation, it is understood that the provisions of this Disdosure and Disdaimer 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 2018-112—ZD 22 BEACH PROPOSER CERTIPICATICL; 1 hereby certify that: 1, 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. State of FLORIDA ) On this 3 day of 14 A tz 2Q' p, rso �y ) appeared before me i&t ct=t tri _ County of l tATea ) stated that (s)he is the NA -+-At � `=Q - of ars» u_ " a" orporation, 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: `ti�±l w i g wit, �� Notary Public for the State of `r L. 0 RA DA ,v‘�p J IW ', My Commission Expires: . 4g 21.12-i . z �lj. pTAgf,' ,�4 i� Q . .a % z it My Comm. Expires ; w January 04, 2021 t _ ' NO. GG 60004 : •• . •'Q� )' PHREN°••" SO Z' 1.„ -9)'. •.......••• Q• �‘• 'J'f„c OF F`„\‘` r ITB 2018 -112 -ZD 23 Name of Proposers Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposers Authorized Representative: Date: State of FLORIDA ) On this 3 day of 14 A tz 2Q' p, rso �y ) appeared before me i&t ct=t tri _ County of l tATea ) stated that (s)he is the NA -+-At � `=Q - of ars» u_ " a" orporation, 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: `ti�±l w i g wit, �� Notary Public for the State of `r L. 0 RA DA ,v‘�p J IW ', My Commission Expires: . 4g 21.12-i . z �lj. pTAgf,' ,�4 i� Q . .a % z it My Comm. Expires ; w January 04, 2021 t _ ' NO. GG 60004 : •• . •'Q� )' PHREN°••" SO Z' 1.„ -9)'. •.......••• Q• �‘• 'J'f„c OF F`„\‘` r ITB 2018 -112 -ZD 23 GSA eLibrary Contractor Information eLibrary Contractor In 'Contract #: Contractor: Address: Phone: E -Mail: Web Address: :DUNS: ,NAICS: Source 73 G SA Federal Acquisition Service )rmatron GS -07F -0570X CALDWELL CLEANING LLC 4022 CADDIE DR E BRADENTON, FL 34203-3428 941-323-2932 rkcaldwell8C@gmail.com http://Caldwef Cleaning LLC 830778994 333319 Title Contract Number https://www.gsaelibrary.gsa. Qov/EI ibMain/contractorinfo.do?contrac... eBuy - quotes FOOD SERVICE, HOSPITALITY; CLEANING GS -07F -0570X EQUIPMENT AND SUPPLIES, CHEMICALS AND SERVICES GSA Advantage - online shopping Search: a8 the words (Vendors) How to change your company information 4Socio-EconamiC : Small business Veteran Owned Small business Contractor not found on the Excluded Parties List System EPLS Govt. Point of Contact: Hector A. Lopez Phone: 817-850-8236 E -Mail: hectoclopezC@gsa.gov Contract Clauses/Exceptions: View the specifics for this contract Co ntracto r T&Cs /Pricelist Contract End Date Jun 14, 2021 1 of 1 Category 375 100 375 103 375 117 375 125 375 129 375 135 375 200 384 4 852 1 BEM PARRCai EM C*lxiti H CUM ELM KiraCw M.1racw El View Catalog ellAavantage! EllAdyantagef ffilAayantag:'f mmAe'iarttagei ®Acrdat tagm+ 14fnlpuy�Y •Ad•aantagel KlaCH MEAuyatkagef ayantage+ 3/10/2018, 11:55 AM ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F MIAMI BEACH Insurance Requirements ITB No. 2018-1 12 -ZD MIAMI BEACH CONVENTION CENTER (MBCC) CLEANING EQUIPMENT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018 -112 -ZD 35 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 -112 -ZD 36