Loading...
19-140-01 R&D Electric IncCONTRACT NO. 19-140-01 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3r8 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: rafaelna December 17, 2019 Rafael Echarri R & D Electric, Inc. 7447 NW 48 Street Miami, FL 33166 Phone: 305-303-6450 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2019- 140-ND FOR INSPECTION & MAINTENANCE OF PARKING LOT LIGHTING. Dear Mr. Echarri: On October 4, 2019, R & D Electric, Inc., submitted to the City of Miami Beach, Florida (the "City") a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission at its December 11, 2019 meeting approved the City Manager's recommendation, pursuant to the ITB to award a contract to R & D Electric, Inc., (the "Contractor" as the Primary Vendor) for Inspection & Maintenance of Parking Lot Lighting. 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 item(s) 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: City of Miami Beach do EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelezmiamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Mark Morgan, Property Management Department, at markmorqanmiamibeachffqov or (305) 673-7000 ext. 22904. Alef rctet Procurement Department AD/ME/AG We are communed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. C O N T RA C T N O . 19 -14 0-0 1 M IA M I BEACH City of Miami Beach, 1755 Meridian Avenue, 3d Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7 490, Fax: 786-394-4235 SENT VIA E-MAIL TO: rafael@rdelectic.com December 17, 2019 Rafael Echarri R & D Electric, Inc. 7 44 7 NW 48 Street Miami, FL 33166 Phone: 305-303-6450 R E : N O T IC E O F A W A R D O F C O N T R A C T PU R S U A NT TO IN V IT A T IO N TO B ID (1TB) 2019- 14 0-ND F O R IN S P E C T IO N & M A IN T E N A N C E O F PA R K IN G LO T LI G HTIN G . Dear Mr. Echarri: On October 4, 2019, R & D Electric, Inc., submitted to the City of Miami Beach, Florida (the "City") a bid in response to the above-referenced 1TB. The 1TB 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 December 11, 2019 meeting approved the City Manager's recommendation, pursuant to the 1TB to award a contract to R & D Electric, Inc., (the "Contractor" as the Primary Vendor) for Inspection & Maintenance of Parking Lot Lighting. 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 item(s) are required: 1. A certificate of insurance, with limits as indicated in the 1TB, reflecting the City of Miami Beach as additional insured. Certificates need to include the following as Certificate Holder: City of Miami Beach c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673. 7 490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Mark Morgan, Property Management Department, at markmorgan@miamibeachfl.goy or (305) 673-7000 ext. 22904. z. AD/ME/AG WVe are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. CONTRACT AWARD PROCUREMENT MEMO ITB-2019-140-ND Inspection and Maintenance of Parking Lot Lighting SECTION 1 GENERAL INFORMATION SOLICITATION TITLE:INSPECTION & MAINTENANCE OF PARKING LOT LIGHTING CONTRACT #ITB 2019-140-ND Commodity Code:28555 CONTRACT TERM: Initial Term: December 11, 2019 through December 10, 2022. The Contract maybe renewed forup to (2), one (1)yearoptionsat the CityManager’ssole option. In the event the contract is renewed, the Procurement Department will issue an addendum to this Contract Award Memo. CONTRACT MANAGER: The Primary Contract Manager is Mark Morgan, Facilities Zone Manager, Property Management Department (305) 673-7000 Ext. 22904, or MarkMorgan@miamibeachfl.gov. CONTRACTOR CONTACT INFORMATION: R & D Electric, Inc. (Primary) Enterprise Electrical Contracting, Inc. (Secondary) 7447 NW 48 Street, Miami, FL 33166 1740 NW 69th Avenue, Miami, FL 33126 Attn: Rafael Echarri Attn: James R. Bill Ph. 305. 403.7841 Ph. 305.884.6540 rafael@rdelectricinc.com jbill@enterpriseelectrical.net AUM Construction, Inc. (Tertiary) 8950 NW 119 Street, Hialeah Gardens, FL 33018 Attn: Humberto Ortiz Ph. 786.558.7422 ho@auminc.us SECTION 2 OPTIONS FOR UTILIZING THIS CONTRACT The City awarded contractors in an ordinal basis (primary, secondary, tertiary). Contractor shall provide all personnel, equipment, tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and maintain approximately 600 light fixtures located in various City owned surface parking lots. The Contractor shall submit monthly invoices to the City user department(s) that requested the service through a purchase order and shall include the applicable bi-weekly (every two weeks) inspection reports pursuant to Appendix C, Minimum Requirements and Specifications, C3. Specifications, 1.1 Inspection. ROADMAP FOR GROUP 1: INSPECTION AND MAINTENANCE SERVICES 1.Inspection.Contractor shall perform bi-weekly (every two weeks) night inspections of the parking lots and light fixtures listed in EXHIBIT A, in accordance to Appendix C, Subsection C3 Specifications, 1.1 in the ITB. 2.Maintenance.The Contractor shall be responsible for the repairs and/or replacements of parking lot lights in accordance with Appendix C, Subsection C3 Specifications, 1.2 in the ITB. 3. Forworkperformed underthisgroup, Contractorwillbe paid unit cost, asstipulated in the cost proposal. Pricesshall be fixed and firm during the initial term of the contract. CONTRACT AWARD PROCUREMENT MEMO ITB-2019-140-ND Inspection and Maintenance of Parking Lot Lighting *See Section 3, Subsection 2 for Living Wage requirements. GROUP 2: EMERGENCY REPAIRS AND CITYWIDE UPGRADES 1.The Contractor shall respond and complete work pertinent to emergency notifications received by the City within 6 hours (2 hours to return the call and 4 hours to secure or fix the problem), after receipt of the notification by a City Representative in accordance with Appendix C, Subsection C3 Specifications 2.1 of the ITB. 2.The Contractor must provide two (2) contact names and cell phone numbers for 24 hours a day, 7 days a week, 365 days emergency contacts.All emergency work includes immediate action for safety measures at the emergency site. 3. For work performed under this group, Contractor shall provide a quote or invoice as determined by the Contract Manager, based on the cost of parts and materials plus the agreed to mark-up, in accordance with Appendix D Subsection 12.3 of the ITB. Prices shall be fixed and firm during the initial term of the contract. Remainder of Page Intentionally Left Blank Contractor Description UnitCostPer LightFixture Estimated Quantityof Lights InspectionsPer Year R & D Electric, Inc. Inspection and maintenance of various City owned parkinglots $6.78EA 642 26 Enterprise Electrical Contracting, Inc. Inspection and maintenance of various City owned parkinglots $9.64EA 642 26 AUM Construction, Inc. Inspection and maintenance of various City owned parkinglots $ 8.99EA 642 26 Item Contractor Description UnitCost U/M Estimated QuantityHrs. 1 Regular Hours (7:00 a.m. to 5:00 p.m., Monday through Friday)$45.00 Hourly Rate 260 2 Non-Regular Hours (After 5:00 p.m., Monday through Friday, Weekends, and Holidays)$65.00 Hourly Rate 80 Description % Mark-up 3 AdministrativeMark-up for Parts and Supplies 10% R & D Electric, Inc. EstimatedAnnual Gross Costs (DealerInvoice Cost) $75,000 CONTRACT AWARD PROCUREMENT MEMO ITB-2019-140-ND Inspection and Maintenance of Parking Lot Lighting GROUP 2: EMERGENCY REPAIRS AND CITYWIDE UPGRADES CONTINUED Remainder of Page Intentionally Left Blank Item Contractor Description UnitCost U/M Estimated QuantityHrs. 1 Regular Hours (7:00 a.m. to 5:00 p.m., Monday through Friday)$35.00 Hourly Rate 260 2 Non-Regular Hours (After 5:00 p.m., Monday through Friday, Weekends, and Holidays)$50.00 Hourly Rate 80 Description % Mark-up 3 AdministrativeMark-up for Parts and Supplies 2% Item Contractor Description UnitCost U/M Estimated QuantityHrs. 1 Regular Hours (7:00 a.m. to 5:00 p.m., Monday through Friday)$150.00 Hourly Rate 260 2 Non-Regular Hours (After 5:00 p.m., Monday through Friday, Weekends, and Holidays)$225.00 Hourly Rate 80 Description % Mark-up 3 AdministrativeMark-up for Parts and Supplies 17% AUM Construction, Inc. EstimatedAnnual Gross Costs (DealerInvoice Cost) $75,000 Enterprise Electrical Contracting, Inc.EstimatedAnnual Gross Costs (DealerInvoice Cost) $75,000 CONTRACT AWARD PROCUREMENT MEMO ITB-2019-140-ND Inspection and Maintenance of Parking Lot Lighting SECTION 3 OTHER CONTRACT REQUIREMENTS 1.IncorporatedDocuments.ThecontractandtheITB,including(butnotlimitedto)AppendixXandalladdenda, and the bid is hereby incorporated by reference in the following order of priority. a.first, the Contract; b.second, all addenda to the ITB in reverse order of issuance; c.third, the ITB; d.fourth, the bid submitting by the awarded bidder. All work shall be consistent with said requirement and any discrepancies shall be clarified by the documents in the order established above. 2.Living Wage.Contractors shall comply with the City’s Living Wage Requirements as stipulated in Exhibit B. Applies to Group 1 Inspection and Maintenance Services. Remainder of Page Intentionally Left Blank EXHIBIT A LOT#ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE P1 South Pointe Park - Public Parking 24 480 175 Shoe Box LED P2 South Pointe Drive & Ocean Drive Under Construction* P4 100 block Washington Ave.10 240 175 Deco P5 4th Street & Alton Road 3 480 250 Cobra Head P9 11th Street & Washington Avenue 6 240 250 Shoe Box P10 15 Street & Michigan Ave. (softball lot)7 120 150 Deco P11 6th Street & Meridian Ave.1 120 250 Cobra Head P12 9th Street & Washington Ave.8 120 400 Deco LED P13 10th Street & Washington Ave.7 120 400 Deco LED P16 13th Street & Collins Ave. W-S 15 120 250 Poulsen P18 Lincoln Lane S. & Meridian 2 120 250 Cobra Head P19 Lincoln Lane S. & Jefferson Ave. E-S 5 120 250 Cobra Head P20 Lincoln Lane S. & Jefferson Ave. W-S 2 120 250 Cobra Head P21 Lincoln Lane S. & Michigan Ave.1 120 250 Cobra Head P23 16th Street & West Ave.6 120 250 Cobra Head P24 17th Street & West Ave.6 120 250 Cobra Head P25 Lincoln Lane N. & Lenox Ave. W-S 10 120 400 Cobra Head LED P26 Lincoln Lane N. & Lenox Ave. E-S 5 120 250 Cobra Head P27 Lincoln Lane N. & Meridian Ave.6 120 250 Cobra Head P29 17th Street & Convention Center Dr.68 240 175 Poulsen P45 Purdy Boat Ramp 7 120 175 Poulsen P46 18th Street & Purdy Ave.4 120 175 Poulsen P48 21st Street & Park Ave.5 120 175 Deco P49 21st Street & Collins Ave.70 120 250 Shoe Box P49A* 21st Street & Collins Ave.58 N/A N/A Bollards P51 23rd Street & Liberty Ave. E-S 5 120 250 Poison P55 27th Street & Collins Ave.6 120 250 Cobra Head P56 34th Street & Collins Ave.4 120 250 Poulsen P57 35th Street & Collins Ave.13 120 250 Cobra Head P58 40th Street & Royal Palm Ave.4 120 250 Cobra Head P59 40th Street & Prairie Ave.8 120 250 Cobra Head P60 40th Street & Chase Ave.19 120 250 Deco P61 41st Street & Alton Road 18 120 250 Deco P62 42nd Street & Jefferson Ave.4 120 250 Cobra Head P63 42nd Street & Royal Palm Ave.18 120 250 Cobra Head P64 47th Street & Pine Tree Drive 2 120 250 Cobra Head P71 46th Street & Collins Ave.40 120 250 Cobra Head P72 53rd Street & Collins Ave.21 120 250 Cobra Head P80 71st Street & Byron Ave.8 240 175 Cobra Head P81 64th Street & Collins Ave.8 120 250 Cobra Head P82 65th Street & Indian Creek (marina)7 120 250 Cobra Head P83 71st Street & Harding Ave. E-S 4 120 250 Main St. P84 70th Street & Harding Ave. W-S 5 120 250 Main St. EXHIBIT A LOT#ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE P85 71st Street & Carlyle Ave. S-S 2 120 250 Cobra Head P86 71st Street & Bonita Drive S-S 3 120 250 Cobra Head P87 71st Street & Bay Drive S-S 4 120 250 Cobra Head P88 Normandy Drive & Rue Versailles 2 120 250/400 Cobra Head P89 Normandy Drive & Bay Road N-S 2 120 250 Cobra Head P90 71st Street & Bonita Drive N-S 2 120 250 Cobra Head P91 72nd Street & Carlyle Ave.6 120 250 Cobra Head P92 72nd Street & Collins Ave.33 120 250 Cobra Head P106 75th Street & Collins Ave.15 240 150 Med.Base P108 80th Street & Collins Ave.24 120 175 Deco P110 85th Street & Abbott Ave.2 120 250 Cobra Head P111 84th Street & Collins Ave.6 120 250 Cobra Head EXHIBIT B SUMMARY OF LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND CITY EMPLOYEES This summary contains the highlights of the City of Miami Beach, Florida Code, Article VI, Division 6, Living Wage Requirements for Service Contracts. All requirements of the Ordinance shall apply whether or not highlighted herein. 1. Definitions: Covered employee means anyone employed by the city or any service contractor, as further defined in this division, either full or part time, as an employee, with or without benefits. Covered employer means the city and any and all service contractors, whether contracting directly or indirectly with the city, and subcontractors of a service contractor. Health benefits shall, at a minimum, mean health insurance coverage which consists of wellness and preventive care, including maternity, and that meets the requirements of a "standard health benefit plan" as defined in F.S. § 627.6699(12)(b)(4), as may be amended from time to time. Service contractor is any individual, corporation (whether for profit or not for profit), partnership, limited liability company, joint venture, or other business entity who is conducting business in Miami Beach. Coveredservices arethetypeofservicespurchasedbythecitythataresubjecttotherequirementsofthisdivision which include the following: (a) City service contracts. Contracts involving the city's expenditure of over $100,000.00 per year and which include the following types of services: Food preparation and/or distribution; Security services; Routine maintenance services such as custodial, cleaning, refuse removal, repair, refinishing, and recycling; Clerical or other non-supervisory office work, whether temporary or permanent; Transportation and parking services; Printing and reproduction services; Landscaping, lawn, and or agricultural services; and Park and public property maintenance. 2. Living Wage & Health Benefit Rates: (a)Living wage paid.Using a "phase-in" approach, hourly living wage rates are as follows: (1)Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits; (2)Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits; (3)Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than $15.00 per hour without health care benefits. (b)Health benefits eligibility period.For a covered employer or the city to comply with the living wage requirements of this division by choosing to pay the lower wage scale available when a covered employer also EXHIBIT B provides health care benefits, such health care benefits shall consist of payment of at least $2.26 per hour toward theprovisionofahealthcarebenefitsplanforcoveredemployeesandtheirdependentseffectiveJanuary1,2018, and thereafter, as provided in subsections 2-408(a)(1)—(3). 3. Posting.A copy of the most current living wage rate shall be kept posted by the covered employer at the site of the work in a prominent place where it can easily be seen and read by the covered employees, and shall also be supplied to an employee within a reasonable time after a request to do so. Posting requirements will not be required where the covered employer prints the following statements on the front of the covered employee's first paycheckandeverysixmonthsthereafter: "You are required byCityof MiamiBeach lawto be paid at least _____ dollars[NOTE:Covered employerto insertapplicableliving wage rate]anhour. Ifyou arenotpaid thishourlyrate, contact your employer, an attorney, or the City of Miami Beach." All notices will be printed in English, Spanish, and Creole. At the request of the service contractor, the City will provide a sample document for posting. 4. Maintenance of payroll records.Each covered employer shall maintain payrolls for all covered employees and basic records relating thereto, and shall preserve them for a period of three years or the term of the covered services contract, whichever is greater. The records shall contain: (1)The name and address of each covered employee; (2)The job title and classification; (3)The number of hours worked each day; (4)The gross wages earned and deductions made; (5)Annual wages paid; (6)A copy of the social security returns and evidence of payment thereof; (7)A record of fringe benefit payments including contributions to approved plans; and (8)Any other data or information this division should require from time to time. 5. Reporting payroll.Every six months, the covered employer shall file upload into the City’s compliance tracking system (LCP Tracker) a complete payroll showing the covered employer's payroll records for each covered employeeworkingonthe coveredservicescontractforonepayrollperiod. Uponrequest fromthecity,thecovered employer shall produce its payroll records for any or all of its covered employees for any period covered by the covered services contract. The city may examine, inspect, and/or copy such payroll records as needed to ensure compliance with the requirement of this division. 6. Inspection by City.The service contractor shall permit the city to observe work being performed at, in, or on the projectormatterforwhichthecoveredservicescontractwasissued.Thecitymayexaminethebooksandrecords of the service contractor relating to the employment and payroll to determine if the service contractor is in compliance with the provisions of this division. 7. Failure to Comply.A service contractor’s failure to comply will result in a contract violation issued. Further failure to comply may result in contract termination, damages being imposed, contractor being barred from future work and a referral to the City’s Special Master. All such sanctions recommended or imposed shall be a matter of public record. ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM A TT A C H M E N T A R ES O LU T IO N CO M M IS SIO N IT EM S A N D C O M M ISSIO N M E M O RA N D U M Coversheet Page 1 of 2 Competitive Bid Reports - C2 B MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: December 11, 2019 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2019-140- ND, INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING. 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 bids received, pursuant to ITB 2019-140-ND, Inspection and Maintenance of Parking Lot Lighting. BACKGROUND/HISTORY For approximately five years, the City of Miami Beach has had an agreement for the inspection and maintenance of parking lot lighting. The current contract expires on January 5, 2019. In order to establish a replacement contract, on August 30, 2019, the City issued an Invitation to Bid 2019-140-ND (the "ITB"). The purpose of the ITB is to establish a contact, by means of sealed bids, with a qualified firm(s) to supply all personnel, equipment, tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and maintain approximately 600 light fixtures located in various City owned surface parking lots. ANALYSIS The ITB was issued on January 5, 2019, with bid opening date of October 4, 2019. The Procurement Department issued bid notices to 298 companies utilizing www.publicpurchase.com and www.bidsync.com websites. 82 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of four (4) responses from: AGC Electric, Inc. ("AGC"), AUM Construction, Inc. ("AUM"), Enterprise Electrical Contracting, Inc. ("Enterprise"), and R & D Electric, Inc ("R & D"). See Attachment A for a tabulation of bids received. The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. In its due diligence, the Procurement Department found that AGC, AUM, Enterprise, and R & D met the requirements of the ITB including: 1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County Licensed Master Electrician. AGC, AUM, Enterprise, and R & D are State of Florida Certified Electrical Contractors 2. Bidder must demonstrate experience in parking lot, right of way, or other forms of large-scale lighting projects. AGC, AUM, Enterprise, and R & D demonstrated experience in parking lot, right of way, or other forms of large-scale lighting projects. However, the bid received by AGC significantly exceeded the City's cost expectations. Accordingly, R & D has been deemed the lowest responsive and responsible bidder meeting all terms, conditions, and specifications of the ITB, therefore is being recommended as the primary vendor; Enterprise, the second lowest responsive, responsible bidder as the secondary vendor; and AUM, the third lowest responsive, responsible bidder as the tertiary vendor. R & D Electric, nc. For over twelve years, R & D Electric, Inc. has been part of the constant growth and improvement of South Florida by serving various cities, municipalities, highway authorities and agencies in street lighting, traffic signalization and utility work. R & D Electric, Inc., since 2014, provides routine electrical services to the City, including emergency repairs and planned repairs or small projects. To date the City is satisfied with the service being provided. Enterprise Electrical Contracting, Inc. Enterprise Electrical Contracting, Inc. is a privately owned, fast growing, full service electrical contracting company licensed to operate in Florida, Miami-Dade County, Broward County and their municipalities. Enterprise Electrical Contracting, Inc., since 2014, inspects and maintains parking lot lights at the various City-owned surface parking lots. References indicate satisfaction with the services provided. AUM Construction, Inc. According to the information provided by the firm, AUM has been in business since 2006 and currently serves both Miami-Dade and Broward County. In 2017 AUM was awarded ITB 2017-106-ZD for the Safe Routes to School Construction at Biscayne Elementary School, Nautilus Middle School, North Beach Elementary School, and Feinberg-Fisher K-8 Center and construction was satisfactorily completed in April of 2019. https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=15409&M... 12/11/2019 Coversheet Page 1 of 2 Competitive Bid Reports - C2 B MIAMI BEACH COMMISSION MEMORANDUM TO: FROM: DATE: Honorable Mayor and Members of the City Commission Jimmy L. Morales, City Manager December 11, 2019 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO. 2019-140- ND, INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING. 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 bids received, pursuant to 1TB 2019-140-ND, Inspection and Maintenance of Parking Lot Lighting. BACKGROUND/HISTORY For approximately five years, the City of Miami Beach has had an agreement for the inspection and maintenance of parking lot lighting. The current contract expires on January 5, 2019. In order to establish a replacement contract, on August 30, 2019, the City issued an Invitation to Bid 2019-140-ND (the "ITB"). The purpose of the 1TB is to establish a contact, by means of sealed bids, with a qualified firm(s) to supply all personnel, equipment, tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and maintain approximately 600 light fixtures located in various City owned surface parking lots. ANALYSIS The 1TB was issued on January 5, 2019, with bid opening date of October 4, 2019. The Procurement Department issued bid notices to 298 companies utilizing www.publicpurchase.com and www.bidsync.com websites. 82 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of four (4) responses from: AGC Electric, Inc. ("AGC"), AUM Construction, Inc. ("AUM"), Enterprise Electrical Contracting, Inc. ("Enterprise"), and R & D Electric, Inc ("R & D"). See Attachment A for a tabulation of bids received. The 1TB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the 1TB will be recommended for award. In its due diligence, the Procurement Department found that AGC, AUM, Enterprise, and R & D met the requirements of the 1TB including: 1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County Licensed Master Electrician. AGC, AUM, Enterprise, and R & Dare State of Florida Certified Electrical Contractors 2. Bidder must demonstrate experience in parking lot, right of way, or other forms of large-scale lighting projects. AGC, AUM, Enterprise, and R & D demonstrated experience in parking lot, right of way, or other forms of large-scale lighting projects. However, the bid received by AGC significantly exceeded the City's cost expectations. Accordingly, R & D has been deemed the lowest responsive and responsible bidder meeting all terms, conditions, and specifications of the 1TB, therefore is being recommended as the primary vendor; Enterprise, the second lowest responsive, responsible bidder as the secondary vendor; and AUM, the third lowest responsive, responsible bidder as the tertiary vendor. R & D Electric, Inc. For over twelve years, R & D Electric, Inc. has been part of the constant growth and improvement of South Florida by serving various cities, municipalities, highway authorities and agencies in street lighting, traffic signalization and utility work. R & D Electric, Inc., since 2014, provides routine electrical services to the City, including emergency repairs and planned repairs or small projects. To date the City is satisfied with the service being provided. Enterprise Electrical Contracting, Inc. Enterprise Electrical Contracting, Inc. is a privately owned, fast growing, full service electrical contracting company licensed to operate in Florida, Miami-Dade County, Broward County and their municipalities. Enterprise Electrical Contracting, Inc., since 2014, inspects and maintains parking lot lights at the various City-owned surface parking lots. References indicate satisfaction with the services provided. AUM Construction, Inc. According to the information provided by the firm, AUM has been in business since 2006 and currently serves both Miami-Dade and Broward County. In 2017 AUM was awarded 1TB 2017-106-ZD for the Safe Routes to School Construction at Biscayne Elementary School, Nautilus Middle School, North Beach Elementary School, and Feinberg-Fisher K-8 Center and construction was satisfactorily completed in April of 2019. https:/ /miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID= 15409&M. .. 12/11/2019 Coversheet Page 2 of 2 FINANCIAL INFORMATION The funding for this project is as follows: Account(s) 480-0461- Amount(s) $914.15 $40,000 $134,000 $127,778.06 000312-00- 413-526-00- 00-00-62940 480-0461- 000342-00- 413-526-00- 00-00-62940 480-0461- 000674-00- 422-528-00- 00-00-62940 490-0810- 000342-29- 413-526-00- 00-00-62940 CONCLUSION After considering staffs recommendation and the bids received, pursuant to ITB 2019-140-ND, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to R & D Electric, Inc., the lowest responsive, responsible bidder as the primary vendor; Enterprise Electrical Contracting, Inc., the second lowest responsive, responsible bidder as the secondary vendor; and AUM Construction, Inc., the third lowest responsive, responsible bidder as the tertiary vendor; and further authorize the City Manager to execute the contracts. Applicable Area Citywide Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? No No Legislative Tracking Property Management/Procurement ATTACHMENTS: Description Attachment A https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=15409&M... 12/11/2019 C o v e r s h e e t P ag e 2 of 2 FINANCIAL INFORMATION The funding for this project is as follows: Account(s) 480-0461- Amount(s) $914.15 $40,000 $134,000 $127,778.06 000312-00- 413-526-00- 00-00-62940 480-0461- 000342-00- 413-526-00- 00-00-62940 480-0461- 000674-00- 422-528-00- 00-00-62940 490-0810- 000342-29- 413-526-00- 00-00-62940 CONCLUSION After considering staff's recommendation and the bids received, pursuant to 1TB 2019-140-ND, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to R & D Electric, Inc., the lowest responsive, responsible bidder as the primary vendor; Enterprise Electrical Contracting, Inc., the second lowest responsive, responsible bidder as the secondary vendor; and AUM Construction, Inc., the third lowest responsive, responsible bidder as the tertiary vendor; and further authorize the City Manager to execute the contracts. Applicable Area Citywide Is this a Resident Right to Know item? No Does this item utilize G.O. Bond Funds? No Legislative Tracking Property Management/Procurement ATTACHMENTS: Description n Attachment A https:/ /miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID= l 5409&M... 12/11/2019 26 642 $9.64 $160,910.88 $8.99 $150,061.08 56.78 $113,171.76 $29.50 Enterprise Electrical Contracting, Inc AUM Construction, Inc & D Electric, Inc AGC Electr c, Group 1 —INSFECTIONA-NDILAINTElaNCETSERVICES (C) (B) (A) (0) (A) (D) (A) (0) (A) (0) Item Description Inspections Per Estimated Quantity Unit Cost Estimated Annual Cost Unit Cost Estimated Annual Cost Unit Cost Estimated Annual Cost Unit Cost Estimated Annual Cost Year (No. of Lights) (Per Light Fixture) (A_X_13.X_C) (Per Light Fixture) (A_X_B_X_ C) (Per Light Fixture) (A X 8 X C) (Per Light Fixture) (A X B X C) 1 Inspector and ri.r....anai ice of various City owned park,,ig lots $492,414.00 ATTACHMENT A ITB 2019-140-ND Estimated Annual Item Description Quantity Hourly Rate — Regular (7:00 am. to 5:00 p.m., Monday through Friday) 260 U / M Unit Cost lic ..,:, late $35.00 Group 2 — EMERGENCY Total (Quantity_X_Unit_Cost) $9,130.00 REPAIRS AND CITYWIDE Unit Cost r 5C.L3 UPGF,'AES Total (Quantity X Unit Cost) $39,000.00 Unit Cost $45.00 Total (Quantity_X_Unit_Cost) $11,703.00 Unit Cost $120.00 Total (Quantity_X_Unit_Cost) $31200.00 Hourly Rate — Non Regular (After 2 5:00 p.m., Monday through Fnday, Weekends, and Holidays) 80 Hourly Rate $50.00 $4,000.00 $225.00 $18,000.00 $65.00 $5200.00 $180.00 $14,400.00 — SUB-TOTAL — LABOR (Items 1 — 4 $13,100.00 Net Cost (Dealer Invoice Cost _X_% Mark-up) $1,500.00 % Mark-up (See Appendix D Section 12.3) 17% $57,000.00 Net Cost (Dealer Invoice Cost _X_% Mark-up) $12,750.00 % Mark-up (See Appendix D Section 12.3) '0% $16,900.00 Net Cost (Dealer Invoice Cost _X_% Mark-up) $7,500.00 % Mark-up (See Appendix D Section 12.3) 15% $45,600.00 Net Cost (Dealer Invoice Cost _X_% Mark-up) $11250.00 °A Mark-up Estimated Annual Gross Costs (See Appendix D Item Description (Dealer Invoice Cost) Section 12.3) 3 Administrative Mark-up for Parts = nd Supplies $75,000 29, GRAND TOTA (Items 1 — 3) $14,600.00 $175,510.88 $69,750.00 $24,400.00 $56,850.00 TOTAL OF GROUPS 1 ANC 2 $219,811.08 MEEMIIII $549,264.00 Recommended for award as primary Recommended for award as secondary Recommended for award as tertiary ATTACHMENT A 1TB 2019-140-ND ] Enterprise Electrical Contracting, Inc.' [ AU Con siru cio.ié " ] Group 1-INSPE CTION AND MAINTENANCE SERVICES (D) (A) (D) R & D Electric, Inc.' [ AGCEüectr e.Inc. Item Description (c) Inspections Per Year (8) Estimated Quantity (No. of Lights) (A) Unit Cost (Per Light Fixture) Estimated Annual Cost (AX_XC) Unit Cost (Per Light Fixture) Estimated Annual Cost (AX XC) (A) Unit Cost (Per Light Fixture) (D) Estimated Annual Cost (A_X_B_X C) 7 (A) Unit Cost (Per Light Fixture) (D) Estimated Annual Cost (A X_XC) Inspection and maintenance of various City owned parking lots $160.910.88 l 0.061.08 9.50 492.414.00 Hourly Rate - Regular (7.00 a.m. to 500 p.m., Monday through Friday) I 260 I Hourly Rate I $35.00 I $9,100.00 I S150.00 I $39,000.00 I $45.00 I $11,700.00 I $120.00 I $31,200.00 Hourly Rate - Non Regular (After 5:00 p.m., Monday through Friday, Weeken ds, and Holidays) 80 I Hourly Rate I $50.00 I $4,000.00 I $225.00 I $18,000.00 I $65.00 I $5,200.00 I $180.00 I $14,400.00 Item Ele#E#iice# s3.100.00 _] Estimated Annual Gross Costs Description (Dealer Invoice Cost) Net Cost (Dealer Invoice Cost _X% Mark-up) ES9EE IEEE EEEI % Mark-up Net Cost % Mark-up Net Cost % Mark-up Net Cost (See Appendix D (Dealer Invoice Cost (See Appendix D (Dealer Invoice Cost {See Appendix O (Dealer Invoice Cost Section 12.3) _X_% Mark-up) Section 12.3) _X_% Mark-up) Section 12.3) _X_% Mark-up) ŒJ dministrative Mark-up for Parts and Supplies $75,000 $1,500.00 :2 17% Recommended for award as primary ' Recommended for award as secondary Recommended for award as tertiary $12,750.00 10% $7,500.00 15% $11,250.00 $14,600.00 $69,750.00 $24,400.00 $56,850.00 $175,510.88 $219,811.08 137,571.76 $54 9,264 .00 ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATTACHMENT B SOLICITATION (ITB) AN D A D D EN D U M S MIAMIBEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING (the ITB) September 26, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, 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. ATTACHMENTS. Exhibit A: Pre-Bid Sign-in Sheet II. RESPONSES TO QUESTIONS RECEIVED. 01: In Appendix C, Minimum Requirements and Specifications, Section C3. Specified the light fixture type for every location. However, not all details and specifications (make and model) are provided in Exhibits 1 through 18. Please provide part numbers, make and model of the existing light fixtures listed on the table for Group 1, page 28 and 29 (Deco, Shoe Box, Main St., Med. Base, bollards). Al: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2 Maintenance, the Contractor is only responsible for replacing the non•decorative General Electric Cobra heads. The part numbers for these fixtures may be found on page 29 of the ITB. Q2: Is there a sign-in sheet available from the pre-bid meeting? A2: Please refer to Exhibit A. Q3: Is there an estimated budget for this? A3: There is no established budget. Q4: CMB parking lots have many feed points and lights that are fed with direct buried cable. This cable is very old and deteriorated needing to be reconditioned in conduit. Does this maintenance bid include these re-conductor costs? A typical reconductor of boring in conduit and pulling cable in CMB costs as much as the monthly maintenance paid to the contractor in the past contract. There is no way of estimating how many sections will need reconductoring. Can CMB include a line item price per foot for these reconductors? If so, will this include restoration as well? A4: The reconditioning of cables in conduit is part of the inspection and maintenance services and the cost will need to be incorporated into the per light fixture unit cost. Q5: MB is replacing the Cobra head fixture in many parking lots with LED fixtures. The Cobra head fixture was easy to repair, and replacement parts were kept in stock keeping costs down. New LED fixtures will be under warranty, will CMB be giving the Contractor the replacement fixture when needed? A5: If the fixture is under warranty, the City will supply the fixture. 06: Can we get an average # of outages over the last 6 months? A6: In the last six months there have been an average of 43 outages. RFQ No. 2019-140-ND Addendum #1 9/26/2019 M IAM I BEACH Procurement Department 1755 Meridian Ave, 3d Floor, Miam i Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 IN VITAT IO N TO BID NO . 2019-140-N D IN S PEC TIO N AN D MA IN T E N AN CE O F PA R K ING LO T LI G H TING (the 1T B) September 26, 2019 This A ddendum to the above-referenced 1T B Is Issued in response to questions from pro spective proposers, or other clarifications and revisions issued by the C ity. The 1T B is am ended in the fo llow ing particulars only (deletions are shown by strikethro ugh and additions are underlined). I. ATTACHMENTS. E xhibit A : Pre-B id Sign-in Sheet 11. RESPONSES TO QUESTIONS RECEIVED. 0 1: In A ppendix C , M inim um Requirem ents and Specifications, Section C 3. Specified the light fixture type fo r every location. H ow ever, not all details and specifications (m ake and m odel) are pro vided in Exhibits 1 through 18. Please pro vide part num bers, m ake and model of the existing light fixtures listed on the table fo r Gr o up 1, page 28 and 29 (D eco, Shoe Box, M ain St., Med. Base, bollards). A1: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2 Maintenance, the Contractor is only responsible for replacing the non-decorative General Electric Cobra heads. The part numbers for these fixtures may be found on page 29 of the 1TB. 0 2: Is there a sign-in sheet available from the pre-bid m eeting? A2: Please refer to Exhibit A. Q 3: Is there an estim ated budget for this? A3: There is no established budget. Q 4: C M B parking lots have m any feed points and lights that are fed with direct buried cable. This cable is very old and deteriorated needing to be reconditioned in conduit. Does this m aintenance bid include these re-conductor costs? A typical reconductor of boring In conduit and pulling cable in CM B costs as m uch as the monthly m aintenance paid to the contractor in the past contract. There is no w ay of estim ating how m any sections will need reconductoring. Can CMB include a line item price per fo ot fo r these reconductors? If so, w ill this include restoration as w ell? A4: The reconditioning of cables in conduit is part of the inspection and maintenance services and the cost will need to be incorporated into the per light fixture unit cost. Q5: MB is repl acing th e C ob ra head fixt ure in m an y par king lot s with LE D fixt ur e s. The Cobra head fixt ur e was easy to repair, and replacem ent parts w ere kept in stock keeping costs dow n. N ew LED fixtures will be under w arranty, w ill C M B be giving the Contractor the replacem ent fixture when needed? A5: If the fixture is under warranty, the City will supply the fixture. 0 6: C an w e get an average # of outages over the last 6 m onths? A6: In the last six months there have been an average of 43 outages. RFQ No. 2019-140-ND Addendum ##1 9/26/2019 Sinr • e MIAMIBEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q7: Can we assume since these parking lots have been under contract, that poles are grounded and up to code? A7: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2.1 Maintenance Plan for Current Conditions, the awarded bidder will inspect the current condition of City owned surface parking lots and provide a report with its findings and recommendations. 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@miamibeachfl.gov Contact: Telephone: Email: Natalia-Delgado 305-673J000 ext: 26263 nataliadel• ado • miamibeachTh•ov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "No-Bid" questionnaire with the reason(s) for not submitting a proposal. Alex Debi/ Eton 4ment Director RFQ No. 2019-140-ND Addendum #1 9/26/2019 M IA M I BEACH Procurement Department 1755 Meridian Ave, 34 Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q7: Can we assume since these parking lots have been under contract, that poles are grounded and up to code? A7: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2.1 Maintenance Plan for Current Conditions, the awarded bidder will inspect the current condition of City owned surface parking lots and provide a report with its findings and recommendations. 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@miamibeachfl.gov Contact: Natalia Delgado- Telephone: Email: ' 305-673-7000 ext. 26263 'nataliadeluadot mmiamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential proposers that have elected not to submit a response to the 1TB are requested to complete and return the "No-Bid" questionnaire with the reason(s) for not submitting a proposal. RFQ N0. 2019-140-N D Addendum #1 9/26/2019 MIAMIBEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A Pre-Bid Sign-in Sheet RFQ No. 2019-140-ND Addendum #1 9/26/2019 M IA M I BEACH Procurement Department 1755 Meridian Ave, 3 Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A Pre-Bid Sign-in Sheet RF Q N o. 20 19 -140 -N D Addendum #1 9/26 /20 19 MIAMIBEACH CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET DATE: September 12, 2019 TITLE: ITB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING .,, i . ,, ,, ...s (` ' .. , '' ! ..'COIS,IPANY &AIME , 'YPEIONE# ' ':Aigniiturc ' -E-MAIL AIDDRESS'), Natalia Delgado Procurement - CMB 305-673-7000 Ext. 26263 \I --.....i )1 ., 4A—P nataliadelgado@miamibeachfl.gov . eak q V6tSi1kQM td:-.L. —1(eLv 2,5 ? 2-1 7 .. . Hear) t.LI)-EcE,e,..cokk \(\/\..,-- V • a4 4 -1 EdAgiirr R4 gJf2eJk2:Le, , (A(e 30s-103iiii 1 3C)r 303 4 48mWge Q-Azte-P 12 a Sla, C+CIC,itiG.GlvtA, A.m., ACI.M,-)1.... a Q-C.o-)S -'2-t.) 02-0 cVIN c , opt-0 3045 26 5 .9.43 a s• C ,41,45,a-C.,,, ( Laz.-nr_i cz,c__ Ce>..,Thp..ct-ve. c 1 1lAMIBEACH DATE: TITLE: CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET September 12, 2019 ITB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING Natalia Delgado Procurement - CMB 305-673-7000 nataliadelgado@miamibeachfl.gov Ext. 26263 le4g! 72e 27 d 2337 '\u+« (V or 4es 2as-(0[ O605 4! &tar s 2 @[2elce,ce 30$4033?41 o as$pe0 2Ál o 2le dicinc.o- 30 303 5o }(6 0e Mar rué?a Nt7é2 @]_ Osez0 aocc. Cr-/ 305 2GS 3 0 C A soco Sc7a• Co rr7 o cc-S 1 MIAMI BEACH CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET DATE: September 12, 2019 TITLE: ITB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING NAME (PLEASEPRINT) .. , .., CONtPA PRONF.,4# E-MAII, /-1,DPRCSS VA K\ C-01/40\ \ C.O. , k -4-- V--- CenSQX ma-110cl Dot e----------.° ,-- -E 1(144/2-42-r I da-e) 2 MIAMIBEACH CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET DATE: September 12, 2019 TITLE: ITB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING 2 MIAMI BEACH INVITATION TO BID (ITB) INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING 2019-140-ND BID ISSUANCE DATE: AUGUST 30, 2019 BID DUE: OCTOBER 4, 2019 @ 3:00 PM ISSUED BY: AAIAM NCH NATALIA DELGADO, PROCUREMENT CONTRACTING OFFICER II PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x6263 I nataliadelgado@miamibeachfl.gov I www.miamibeachfl.gov M IA M I B E A C H INVITATION TO BID (1TB) INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING 2019-140-ND BID ISSUANCE DATE: AUGUST 30, 2019 BID DUE: OCTOBER 4, 2019@ 3:00 PM ISSUED BY: MIAMIBEACH NATALIA DELGADO, PROCUREMENT CONTRACTING OFFICER 11 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor, Miami Beach, FL 33139 305.673.7000 x6263 I nataliadelgado@miamibeachfl.gov 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 CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS FTB 2019-140-ND 2 M IA M I BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: 0 10 0 N O T U T ILI Z E D N/A 02 0 0 IN S T R U C T IO N S TO B ID D E R S & G E N E R A L C O N D IT IO N S 3 03 0 0 B ID S U B M IT TA L IN ST R U C T IO N S & FO R M A T 15 APPENDICES: A P P E N D IX A PR O P O SA L C E R T IF IC A TO N , Q U ES T IO NN A IR E A ND A FFID A V ITS A P P E N D IX B "N O B ID " FO R M A P P E N D IX C M IN IM U M R E Q U IR E M E N T S & SP E C IF ICA T IO N S A P P E N D IX D S P E C IA L C O N DI T IO N S A P P E N DI X E C O S T P R O P O S A L FO R M A P P E N D IX F IN S U R A N C E R EQ U IR E M E N T S 1TB 20 19 -14 0 -N D 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO BIDDERS 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 "contractor[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. For approximately five years, the City of Miami Beach (the "City") has had an agreement for the inspection and maintenance of parking lot lighting. The current contract expires on November 30, 2019. In order to consider a replacement contract, the City is seeking bids from qualified electrical contractor(s) to inspect and maintain various City owned parking lots containing approximately 600 light fixtures. The requirements and specifications are further detailed herein and more specifically in Appendix C. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued August 30, 2019 Pre-Bid Meeting September 12, 2019 @ 10:00 AM ET Deadline for Receipt of Questions September 23, 2019 @ 5:00 PM ET Responses Due October 4, 2019 @ 3:00 PM ET 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: Natalia Del•ado 305-673-7000 x6263 nataliadek ado • miamibeachfl ov additionally, the City Clerk is to be co•ied on all communications via e-mail at: RafaelGranadord;miamibeachfl.•ov; •r 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 2019-140-ND 3 M IA M I BEACH SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERA L. This Invitation to Bid (1TB) 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 "contractor[s]") if this 1TB 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 1TB. Any prospective Bidder who has received this 1TB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this 1TB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. For approximately five years, the City of Miami Beach (the "City") has had an agreement for the inspection and maintenance of parking lot lighting. The current contract expires on November 30, 2019. In order to consider a replacement contract, the City is seeking bids from qualified electrical contractor(s) to inspect and maintain various City owned parking lots containing approximately 600 light fixtures. The requirements and specifications are further detailed herein and more specifically in Appendix C. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: 1TB Issued August30,2019 Pre-Bid Meeting September 12, 2019 @ 10:00 AM ET Deadline for Receipt of Questions September 23, 2019 @ 5:00 PM ET Responses Due October 4, 2019@ 3:00 PM ET 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: ·,tg : G [@} r l r/PE:7[iF[@) [} @ []]] @) l! r[ißik[isl@l r Ii.=:t [i Additionally, the City Clerk is to be co ied on all communications via e-mail at: RafaelGranado miamibeachfl. ov; 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 (1 O) calendar days prior to the date proposals are due as scheduled in Section 0200-3. AII responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 1TB 2019-140-ND 3 MIAMI BEAD 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: 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- 877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 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?clientID=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: htto://www.miamibeachfl.qov/city- hall/procurement/procurement-related-ordinance-and-procedures/ . • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2.487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 ITB 2019-140-ND 4 M IA M I BEACH 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: 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- 877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this 1TB 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?clientl D=13097 &state I D=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://www .miamibeachfl.gov/city- hall/procurement/procurement-related-ordinance-and-procedures/ . • CONE OF SILENCE..................................................................... CITY CODE SECTION 2-486 • PROTEST PROCEDURES............................................................ CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS....................................................... CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES.................. CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS................................... CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES...................................................................................... CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS.......................................... CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT...................................................... CITY CODE SECTIONS 2-407 THROUGH 2-410 1TB 2019-140-ND 4 AIAMI BEACH • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • 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. The City will only contract with the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor. 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 2019-140-ND 5 MI A MI BEACH • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES............................. CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE......................................................... CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS, FAVORS & SERVICES.............................. CITY CODE SECTION 2-449 8. EXA M IN A TIO N O F SO LI C ITA TIO N D O C U M EN TS A ND SITE: It is the responsibility of each Bidder, before subm itting a Bid, to: • Exam ine the solicitation thoro ughly. • Visit the site or structure, as applicable, to becom e fam iliar with conditions that m ay affect costs, pro gress, perf orm ance or furn ishing of the W ork. • Take into account federal, state and local (C ity and Miam i-Dade County) laws, regulations, perm its, and ordinances that m ay affect costs, pro gress, perform ance, furn ishing of the W ork, or award. • S tudy and carefully correlate Bidder's observations w ith the solicitation. • N otify the P rocurem ent D irector of all confli cts, erro rs or discrepancies in the solicitation of which Bidder know s or reasonably should have know n. • The subm ission of a Bid shall constitute an incontro vertible repre sentation by Bidder that Bidder has com plied w ith the above requirem ents and that w ithout exception, the Bid is prem ised upon perform ing and furn ishing the W ork required by the solicitation and that the solicitation docum ents are sufficient in scope and detail to indicate and convey understanding of all term s and conditions fo r performance and furn ishing of the W ork. 9. PO STPO N EM EN T O F D U E D A TE FO R R EC EIPT O F BID S. The City reserves the right to postpone the deadline for subm ittal of bids and w ill m ake a reasonable effort to give at least three (3) calendar days written notice of any such postponem ent to all prospective Bidders through PublicPurchase. 1 O. PR O TEST S. Pro tests concern ing the specifications, requirem ents, and/or terms; or pro tests after the bid due date in accordance w ith C ity C ode Section 2-371, w hich establishes procedures for pro tested pro posals and pro posed aw ards. P rotests not subm itted in a tim ely m anner pursuant to the requirem ents of City Code Secti on 2-371 shall be barred. 11. JO IN T VEN T U R ES. Joint Ventures are not allow ed. The City will only contract with the prime contractor. P ro posals m ay, how ever, identify other sub-contractors or sub-consultants to the prim e contractor. 12. VE T ERA N B U SIN ESS EN TER PR ISES PR EFER ENC E. Pursuant to City of Miam i Beach Ordinance No. 2011- 3748, the C ity shall give a preference to a responsive and responsible bidder which is a sm all business concern ow ned and controlled by a veteran(s) or w hich is a serv ice-disabled veteran business enterprise, and which is within five percent (5%) of the low est and best bidder, by pro viding such bidder an opportunity of pro viding said goods or contractual serv ices fo r the low est responsive bid am ount. W henever, as a result of the foregoing preference, the adjusted prices of tw o (2) or m ore bidders w hich are a sm all business concern owned and contro lled by a veteran(s) or a serv ice-disabled veteran business enterprise constitute the lowest bid pursuant to an 1TB or oral or written request for quotation, and such bids are responsive, responsible and otherw ise equal with respect to quality and serv ice, then the aw ard shall be m ade to the serv ice-disabled veteran business enterprise. 13. C O N T RA C T PR IC E. Bid Price is to include the furn ishing of all labor, materials, equipm ent including tools, serv ices, perm it fees, applicable taxes, overhead and pro fit fo r the com pletion of the W ork except as m ay be otherw ise expressly pro vided in the solicitation. 14. M ETH O D O F A W A R D . Follow ing the review of bids and application of vendor preferences, the lowest 1TB 2019-140-ND 5 A! BEACH 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. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 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, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. 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. ITB 2019-140-ND 6 M IA M I BEACH responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the 1TB 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. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 16. BINDING CONTRA CT. 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, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. 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 CONTRA CTOR. 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. GENERA L 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. 1TB 2019-140-ND 6 MIAMI BEACH 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 Procurement Department prior to award of the Bid by the Mayor and City Commission. 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 bidder 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 ITB 2019-140-ND 7 M IA M I BEACH 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 Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. AL TERNATE 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 bidder 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 INSURA NCE. 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 1TB 2019-140-ND 7 MIAMI BEACH. 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. 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 Appendix A, No. 14 Acknowledgement of Addendum. 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 Procurement Department, 1755 Meridian Avenue, 3rd Floor, 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. ITB 2019-140-ND 8 M IA M I BEACH 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. 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 Appendix A, No. 14 Acknowledgement of Addendum. 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 Procurement Department, 1755 Meridian Avenue, 3rd Floor, 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 PACKA GING. 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. CONTRA CT 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. 1TB 2019-140-ND 8 MIAMI BEACH 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. 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. 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 ITB 2019-140-ND 9 MIAMIBEACHI 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. 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. 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 1TB 2019-140-ND 9 .AMI BEACH for removing the bidder from the City's bidders list. 38. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid 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. 39. 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. 40. 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. 41. 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. 42. 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. 43. 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. 44. 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, ITB 2019-140-ND 10 M IA M I BEACH for removing the bidder from the City's bidders list. 38. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid 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. 39. ELIMINATION FROM CONSIDERA TION. 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. 40. 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. 41. 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 amo unt 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. 42. 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. 43. 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. 44. 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, 1TB 2019-140-ND 10 MIAMI BEAD' 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 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. 45. 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. 46. 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. 47. 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. 48. 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. 49. 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. 50. 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. 51. 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 ITB 2019-140-ND 11 M IA M I BEACH 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 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. 45. 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. 46. 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. 47. 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. 48. 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. 49. 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. 50. 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. 51. LIABILITY , INSURA NCE, 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 1T B 2019-140-ND 11 MIAMI BEACH the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work 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. 52. 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. 53. 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. 54. 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. 55. 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. 56. 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. 57. 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. 58. 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 2019-140-ND 12 M IA M I BEACH the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work 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. 52. 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. 53. 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. 54. MODIFICATION/WITHDRA WALS 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. 55. NON-CONFORMANCE TO CONTRA CT 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. 56. 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. 57. 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. 58. PATENTS & ROYAL TIES. 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. 1TB 2019-140-ND 12 MIAMI BEACF . 59. 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. 60. 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). 61. 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. 62. 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. 63. 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 Department, 1755 Meridian Avenue 3rd Floor, Miami Beach, FL 33139. 64. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 65. 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. 66. 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. 67. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 68. 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 the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's ITB 2019-140-ND 13 M IA M I BEACH! 59. 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. 60. 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 C onditions). T he B idder m ay offer cash discounts for prompt payments; however, such discounts will not be considered in determ ining the low est price during bid evaluation. Bidders are requested to provide prompt payment term s in the space provided on the B id subm ittal signature page of the solicitation. Aw ard, if m ade, w ill be in accordance w ith term s and conditions stated he rein. E ach item m ust be bid separately, and no attem pt is to be m ade to tie any item or item s in w ith any other item or item s. C ash or quantity discounts offered w ill not be a consideratio n in determ ination of aw ard of bid(s). 61. P R O D U C T IN F O R M A TIO N . P ro duct 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. 62. REASONABLE ACCOMMODATION. In accordance with Title 11 of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 63. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of item s, w hen required, m ust be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. B idders w ill be responsible fo r the rem oval of all sam ples furn ished w ithin (30) days after bid opening. A ll sam p les w ill be disposed of after thirty (30 ) days. E ach individual sam ple m ust be labeled w ith the bidder's nam e. Failure of the bidder to either deliver re quired sam ples, or to cl early identify sam ples m ay be reason fo r rejection of the bid. U nless otherw ise indicated, sam ples should be delivered to the P ro curem ent D epart m ent, 17 55 M eridian Avenue 3rd Floor, M iam i B each, F L 3313 9. 64 . SPEC IA L C O N D ITI O N S . A ny and all S pecial C onditions that m ay vary from these G eneral Term s and C onditions sha ll have precedence. 65. S PO T M A R K ET P U R C H A S ES . It is the intent of the C ity to purchase the item s specifically listed in this B id fr om the successful bidder. H ow ever, the C ity reserv es the right to purchase the item s fr om state or other govern m ental contract, or on an as-needed basis thro ugh the C ity's spot m arket purchase pro visions. 66. S U B ST IT U T IO N S . After aw ard of contract, the C ity W ILL N O T accept substitute shipm ents of any kind, w ithout previous w ritten approval. T he bidder is expected to furn ish the brand quoted in its bid. A ny substitute shipm ents w ill be return ed at the bidder's expense. 67. T AX ES . T he C ity of M iam i B each is exem pt from all Federal Excise and S tate taxes. 68. TIE B ID S . In accordance w ith Florida S tatues S ection 287.087, regarding identical tie bids, preference w ill be given to bidde rs certifying that they have im plem ented a drug free w ork place pro gram . A cert ification fo rm w ill be required. In the event of a continued tie betw een tw o or m ore bidde rs after consideration of the drug free w orkplace program , the C ity 's Local P reference and Veteran P reference ordinances w ill dictate the m anner by w hich a tie is to be resolved. In the event of a continued tie after the Local and V eteran P re ference ordinances have been applied or the tie exists betw een bidders that are not Local or V eteran, the breaking of the tie sha ll be at the C ity M anager's 1TB 2019-140-ND 13 MIAMI BEACH discretion, which will make a recommendation for award to the City Commission. 69. 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. 70. 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. 71. ADDITIONAL ITEMS/SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and 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 the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. 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 2019-140IND 14 M IA M I BEACH! discretion, which will make a recommendation for award to the City Commission. 69. 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. N otw ithstanding 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 determ ined. The C ity 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 w ithin the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.5 7. 70. T ER M IN A T IO N FO R C O N V EN IE N C E O F C IT Y . T he C ity m ay, fo r its convenience, term inate the w ork and/or serv ices then rem aining to be perform ed, at any tim e, by giving w ritten notice to the successful bidder of such term inatio n, w hich shall becom e effective thirty (30) days follow ing receipt by bidder of such notice. In that event, all finished or unfinished docum ents and other m aterials shall be pro perly delivered to the C ity. If the contract is term inated by the C ity as pro vided in this subsectio n, the C ity shall com pensate the successful bidde r in accordance w ith the term s of the contract for all and w itho ut cause and/or any resulting liability to the C ity, w ork and/or serv ices actually perform ed by the successful bidder, and shall also com pensate the bidder fo r its reasonable direct costs in assem bling and delivering to C ity all docum ents. N o com pensation shall be due to the successful bidder fo r any pro fit s that the successful bidder expected to earn on the balanced of the contract. S uch paym e nts shall be the total extent of the C ity's liability to the successful bidder upon a term ination as pro vided fo r in this subsection. 71. A D D IT IO N A L IT EM S/SE R V IC ES . A lthough this solici tation and resultant contract identifies specific goods, serv ices or faci lities ("item s"), it is he reby agreed and understood that the C ity m ay require additional item s to be added to the C ontract w hich are ancillary or supplem ental to the item s specified herein and required to complete the w ork. W hen additional item s are required to be added to the C ontract, aw arded vendo r(s), as applicable to the item being requested, under this contract m ay be invited to subm it price quote(s) fo r the additional item s. If these quote(s) are determ ined to be fair and reasonable, then the additiona l item s w ill be aw arded to the current contract vendor(s) through either a P urchase O rde r (or C hange O rder if P urchase O rder already exists) or an am endm ent to the C ontract. A dditio nal item s w ith a cum ulative value of $50,000 or less m ay be approved by the C ity M anager. C ity C om m ission appro val is required fo r additional item s w ith a cum ulative value greater than $50 ,000 . T h e C ity m ay d eterm in e to obtain p rice q u o tes for th e additio nal item s fro m o th er vend ors in the even t th at fair and reaso n able pricin g is no t o b tain ed fro m the current contract vendors, or for o ther reasons at th e C ity's d iscretion. 1TB 2019-140-ND 14 MIAMI BEACH SECTION 0300 PROPOSAL 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, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from 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. 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 COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A). • TAB 3 — Documentation indicating compliance with Minimum Eligibility Requirements. 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 three (3) business days upon request from the City, or the bid may be deemed non- responsive. Non-responsive bid packages will receive no further consideration. 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. ITB 2019-140-ND 15 M IA M I BEACH SECTION 0300 PROPOSAL 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, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from 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. 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. • TAB 2- Bid Certification, Questionnaire and Affidavits (Appendix A). • TAB 3 - Documentation indicating compliance with Minimum Eligibility Requirements. 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 three (3) business days upon request from the City, or the bid may be deemed non- responsive. Non-responsive bid packages will receive no further consideration. 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. 1TB 2019-140-ND 15 APPENDIX A MIAMIBEAC7H Proposal Certification, Questionnaire & Requirements Affidavit ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019 140 ND 16 APPENDIX A M IAM I BEACH Proposal Certification, Questionnaire & Requirements Affidavit 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND 16 Solicitation No: 2019-140-ND Solicitation Title: Inspection and Maintenance of Parkin Lot Lighting Procurement Contact: Natalia Delgado Tel: 305-673-7000 x6263 Email: nataliadelgado@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. 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 2019-140-ND 17 Solici tation No: Solicitation Title: 2019-140-ND Inspection and Maintenance of Parkin Lot Liahting Procurement Contact: Tel: Email: Natalia Delaado 305-673-7000 x6263 nataliadelaado@miamibeachfl.aov 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. 1. General Proposer Information. FIRM NAME: NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS LOCALLY: I NO. OF EMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: I ZIPCODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: I 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. 1TB 2019-140-ND 17 1. Veteran Owned Business. Is Pro oser 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://supplierportaLdnb.com/webapp/wcsistoresiservlet/SupolierPortal?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 three (3) 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- erformance by NO SUBMITTAL 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 Department 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 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 http://www.miamibeachfl.uov/city-hall/procurement/procurement-related-ordinance-and-procedures/ ITEI2019-140-ND 18 1. Veteran Owned Business¡ Is Pr°¡oser claiming a veteran owned business status? vs vo 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 ordinan ce 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Q ualification R eport (S O R ) directly to the P rocurem ent Contact named herein. No proposal will be considered without receipt, by the City, of the SOR directly from Dun & Bradstreet. The cost of the preparation of the SOR shall be the responsibility of the P roposer. T he P roposer shall request the S OR report from D&B at: htt ps://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible fo r the accuracy of the info rmation 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 800-4 24-2495. SUBM ITT AL REQ UIREM ENT: P roposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the C ity, w ith bid or w ithin thre e (3) days of request. 3. Conflict of Interest. A ll P roposers m ust disclose, in their P ro posal, the name(s) of any officer, director, agent, or immediate family m em ber (spouse , parent, sibling, and child) w ho is also an employee of the City of Miami Beach. Further, all Proposers must disclose the nam e of any C ity em ployee w ho ow ns, either directly or indirectly, an interest of ten (10%) percent or more in the P ro poser entity or any of its affi liates. SUBM ITT AL REQ UIREM ENT: P ro posers m ust discl ose the nam e(s) of any officer, director, agent, or im m ediate family member (spouse, parent, sibling, and child} w ho is also an em ployee of the C ity of M iam i B each. P roposers m ust also discl ose the nam e of any C ity em plo yee w ho ow ns, either dire ctly or indirectly, an interest of ten (10%) perc ent or m ore in the P roposer entity or any of its affi liates. 4. References & Past Performance. P roposer shall subm it at least three (3) references fo r w hom the P ro poser has com pleted w ork sim ilar in size and nature as the w ork referenced in solicitation. SUBM ITT AL REQUIREM ENT: For each reference subm itted, the follow ing info rm ation is required: 1) Firm N am e, 2) C ontact Individual N am e & Title, 3) A ddress, 4) Telepho ne , 5) Contact's E m ail and 6) N arrative on S cope of S erv ices P rovided. 5. Suspension, Debarment or Contract Cancellation. H as P ro poser ever been debarred, suspended or other legal violation, or had a contract cancelled due t°¡"o n-p¡rtorm ance by any public sect or agency? Y E S L_J NO SUBM ITT AL REQUIREM ENT: If answ er to above is "Y E S ," P roposer shall subm it a statem ent detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. P roposers are expected to be or becom e fam iliar w ith, the C ity's C am paign Finance Refo rm law s, as codified in S ections 2-487 thro ugh 2-490 of the C ity C ode . P ro posers shall be solely responsible for ensuring that all applicable pro visio ns of the C ity's Cam paign Finance Refo rm law s are com plied w ith, and shall be subject to any and all sanctions, as prescribed the rein, incl uding disqualification of their P roposals, in the event of such non-com pliance. SUBM ITT AL REQUIREM ENT: S ubm it the nam es of all individuals or entitie s (including your sub-consultants) w ith a controlling financial intere st as defined in solicitation. For each individual or entity w ith a contro lling financi a l interest indicate w hether or not each individual or entity has contributed to the cam paign either directly or indirectly, of a candidate w ho has been elected to the offi ce of M ayor or C ity C om m issioner for the C ity of M iam i Beach. 7. Code of Business Ethics. P ursuant to C ity Resolutio n No .2000-23879, each person or entit y that seeks to do business w ith the C ity shall adopt a C ode of B usiness E thics ("C ode") and subm it that Code to the P rocurem ent D epart m ent w ith its proposal/response or w ithin five (5) days upon receipt of request. T he C ode shall, at a m inim um , require the P ro poser, to com ply w ith all applicable govern m ental rules and regulatio ns including , am o ng others, the confli ct of interest, lobbying and ethics provisio n of the C ity of M iam i B each and M iam i Dade C ounty. SUBM ITT AL REQ UIREM ENT: P ro poser shall subm it firm 's C ode of B usiness E thics. In lieu of subm itting C ode of B usiness E thics, P roposer m ay subm it a statem ent indicating that it w ill adopt, as required in the ordinance , the C ity of M iam i B each Code of E thics, available at http://w ww .m iam ibeachfl.gov/city-hall/procurem ent/procurem ent-related-ordinance-and-procedure s/ 1TB 2019-140-ND 18 8. Living Wage . Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfi.00v/citv-hall/procurement/procurement-related-ordinance-and-procedures/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). 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 http://www.miamibeachfl.gov/citv-hall/procurement/procurement-related-ordinance-and- procedures/. ITB 2019-140-ND 19 8. Living Wage . Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered em ployees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, im m ediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://ww w. miamibeachfl .gov/city-hall/procurement/procurement-related-ordinance-and-procedures/. S U B M ITT A L R E Q U IR E M E N T: No additional subm ittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic com pliance portal, LCP Tracker (LCPTracker.net). 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? L vs I o 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? tJs o 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 fo r Firm Provides fo r Firm does not Em ployees with Em ployees with Provide Benefit Spo uses Dom estic Partners Health Sick Leave Family Medi cal Leave Bereavem ent Leave If Proposer cannot offer a benefit to dom estic partners because of reasons outside your control , (e.g., th ere are no insurance providers in your area willing to offer dom estic partner coverage) you may be eligible fo r Reasonable Measures com pliance. To com ply on this basis, you. must agree to pay a cash equivalent and subm it a com pleted Reasonable Measures Application (attached) with all necessary docum entation. Your Reasonable Measures Application will be reviewed fo r consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further info rm ation on the Equal Benefits requirem ent is available at http://www .m iam ibeachfl.gov/city-hall/procurem ent/procurem ent-related-ordinance-and- procedures/. 1TB 2019-140-ND 19 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addenda released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda 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 dditional confirmation of addendum is reauired. submit under separate cover. ITB 2019-140-ND 20 If a 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from lime to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITT AL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, FIorida 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. SUBMITT AL 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. SUBMITT AL 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 Ch an ce Ordinan ce"), 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. SUBMITT AL 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 addenda released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Adden dum 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. 1TB 2019-140-ND 20 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2019-140-ND 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach {the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 1TB 2019-140-ND 21 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposers Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposer's Authorized Representative: Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-140-ND 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Pro osai Certification, Questionnaire and Re uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Dale: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 1TB 2019-140-ND 22 APPENDIX B MIAMIRP "No Bid" Form ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. ITB 2019-140-ND 23 APPENDIX B MIAMIB ACH "No Bid" Form 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND 23 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 submit a 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 ATTN: Natalia Delgado, Procurement Contracting Officer II PROPOSAL # 2019-140-ND 1755 MERIDIAN AVENUE, 3RD FLOOR MIAMI BEACH, FL 33139 ITB 2019-140-ND 24 S ta te m e n t o f N o B id 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 submit a 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 ATTN: Natalia Delgado, Procurement Contracting Officer 11 PROPOSAL # 2019-140-ND 1755 MERIDIAN AVENUE, 3RD FLOOR MIAMI BEACH, FL 33139 1TB 2019-140-ND 24 APPENDIX C MIAM!Bi Minimum Requirements & Specifications ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND 25 APPENDIX C MIAMIBEACH Minimum Requirements & Specifications 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND 25 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposers that fail to comply with the minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County Licensed Master Electrician (and maintain same throughout the duration of the contract). 2. Bidder must demonstrate experience in parking lot, right of way, or other forms of large- scale lighting projects. Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, and project contact information (phone and email). C2. Statement of Work Required. The prospective bidder shall provide all personnel, equipment, tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and maintain approximately 600 light fixtures located in various City owned surface parking lots. When providing services, the prospective bidder shall maintain and replace head fixtures, bulbs, photo cells, wires, fuses, and repair the underground fault. These services include but are not limited to repairing connections, wiring, fuses, and/or service points. C3. Specifications GROUP 1 — Inspection and Maintenance Services 1.1 Inspection. Contractor shall perform bi-weekly (every two weeks) night inspections of the following parking lots and light fixtures: LOT# ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE P1 South Pointe Park - Public Parking 24 480 175 Shoe Box LED P2 South Pointe Drive & Ocean Drive Under Construction* P4 100 block Washington Ave. 10 240 175 Deco P5 4th Street & Alton Road 3 480 250 Cobra Head P9 11th Street & Washington Avenue 6 240 250 Shoe Box P10 15 Street & Michigan Ave. (softball lot) 7 120 150 Deco P11 6th Street & Meridian Ave. 1 120 250 Cobra Head P12 9th Street & Washington Ave. 8 120 400 Deco LED P13 10th Street & Washington Ave. 7 120 400 Deco LED P16 13th Street & Collins Ave. W-S 15 120 250 Poulsen P18 Lincoln Lane S. & Meridian 2 120 250 Cobra Head P19 Lincoln Lane S. & Jefferson Ave. E-S 5 120 250 Cobra Head P20 Lincoln Lane S. & Jefferson Ave. W-S 2 120 250 Cobra Head P21 Lincoln Lane S. & Michigan Ave. 1 120 250 Cobra Head P23 16th Street & West Ave. 6 120 250 Cobra Head ITB 2019-140-ND 26 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposers that fail to comply with the minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County Licensed Master Electrician (and maintain same throughout the duration of the contract). 2. Bidder must demonstrate experience in parking lot, right of way, or other forms of large- scale lighting projects. Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, and project contact information (phone and email). C2. Statement of Work Required. The prospective bidder shall provide all personnel, equipment, tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and maintain approximately 600 light fixtures located in various City owned surface parking lots. When providing services, the prospective bidder shall maintain and replace head fixtures, bulbs, photo cells, wires, fuses, and repair the underground fault. These services include but are not limited to repairing connections, wiring, fuses, and/or service points. C3. Specifications GROUP 1 - Inspection and Maintenance Services 1.1 Inspection. Contractor shall perform bi-weekly (every two weeks) night inspections of the following parking lots and light fixtures: LOT# ADDRESS FIXTURE QTY . VOLTAGE WATTAGE FIXTURE TYPE P1 South Pointe Park - Public Parking 24 480 175 Shoe Box LED P2 South Pointe Drive & Ocean Drive Under Construction P4 100 block Washington Ave. 10 240 175 Deco P5 4th Street & Alton Road 3 480 250 Cobra Head pg 11th Street & Washington Avenue 6 240 250 Shoe Box P10 15 Street & Michigan Ave. (softball lot) 7 120 150 Deco P11 6th Street & Meridian Ave. 1 120 250 Cobra Head P12 9th Street & Washington Ave. 8 120 400 Deco LED P13 10th Street & Washington Ave. 7 120 400 Deco LED P16 13th Street & Collins Ave. W-S 15 120 250 Poulsen P18 Lincoln Lane S. & Meridian 2 120 250 Cobra Head P19 Lincoln Lane S. & Jefferson Ave. E-S 5 120 250 Cobra Head P20 Lincoln Lane S. & Jefferson Ave. W-S 2 120 250 Cobra Head P21 Lincoln Lane S. & Michigan Ave. 1 120 250 Cobra Head P23 16th Street & West Ave. 6 120 250 Cobra Head 1TB 2019-140-ND 26 P24 17th Street & West Ave. 6 120 250 Cobra Head P25 Lincoln Lane N. & Lenox Ave. W-S 10 120 400 Cobra Head LED P26 Lincoln Lane N. & Lenox Ave. E-S 5 120 250 Cobra Head P27 Lincoln Lane N. & Meridian Ave. 6 120 250 Cobra Head P29 17th Street & Convention Center Dr. 68 240 175 Poulsen P45 Purdy Boat Ramp 7 120 175 Poulsen P46 18th Street & Purdy Ave. 4 120 175 Poulsen P48 21st Street & Park Ave. 5 120 175 Deco P49 21st Street & Collins Ave. 70 120 250 Shoe Box P49A* 21st Street & Collins Ave. 58 N/A N/A Bollards P51 23rd Street & Liberty Ave. E-S 5 120 250 Poison P55 27th Street & Collins Ave. 6 120 250 Cobra Head P56 34th Street & Collins Ave. 4 120 250 Poulsen P57 35th Street & Collins Ave. 13 120 250 Cobra Head P58 40th Street & Royal Palm Ave. 4 120 250 Cobra Head P59 40th Street & Prairie Ave. 8 120 250 Cobra Head P60 40th Street & Chase Ave. 19 120 250 Deco P61 41st Street & Alton Road 18 120 250 Deco P62 42nd Street & Jefferson Ave. 4 120 250 Cobra Head P63 42nd Street & Royal Palm Ave. 18 120 250 Cobra Head P64 47th Street & Pine Tree Drive 2 120 250 Cobra Head P71 46th Street & Collins Ave. 40 120 250 Cobra Head P72 53rd Street & Collins Ave. 21 120 250 Cobra Head P80 71st Street & Byron Ave. 8 240 175 Cobra Head P81 64th Street & Collins Ave. 8 120 250 Cobra Head P82 65th Street & Indian Creek (marina) 7 120 250 Cobra Head P83 71st Street & Harding Ave. E-S 4 120 250 Main St. P84 70th Street & Harding Ave. W-S 5 120 250 Main St. P85 71st Street & Carlyle Ave. S-S 2 120 250 Cobra Head P86 71st Street & Bonita Drive S-S 3 120 250 Cobra Head P87 71st Street & Bay Drive S-S 4 120 250 Cobra Head P88 Normandy Drive & Rue Versailles 2 120 250/400 Cobra Head P89 Normandy Drive & Bay Road N-S 2 120 250 Cobra Head _ P90 71st Street & Bonita Drive N-S 2 120 250 Cobra Head P91 72nd Street & Carlyle Ave. 6 120 250 Cobra Head P92 72nd Street & Collins Ave. 33 120 250 Cobra Head P106 75th Street & Collins Ave. 15 240 150 Med.Base ITB 2019-140-ND 27 P24 17th Street & West Ave. 6 120 250 Cobra Head P25 Lincoln Lane N. & Lenox Ave. W-S 10 120 400 Cobra Head LED P26 Lincoln Lane N. & Lenox Ave. E-S 5 120 250 Cobra Head P27 Lincoln Lane N. & Meridian Ave. 6 120 250 Cobra Head P29 17th Street & Convention Center Dr. 68 240 175 Poulsen P45 Purdy Boat Ramp 7 120 175 Poulsen P46 18th Street & Purdy Ave. 4 120 175 Poulsen P48 21st Street & Park Ave. 5 120 175 Deco P49 21st Street & Collins Ave. 70 120 250 Shoe Box P49A* 21st Street & Collins Ave. 58 N/A N/A Bollards P51 23rd Street & Liberty Ave. E-S 5 120 250 Poison P55 27th Street & Collins Ave. 6 120 250 Cobra Head P56 34th Street & Collins Ave. 4 120 250 Poulsen P57 35th Street & Collins Ave. 13 120 250 Cobra Head P58 40th Street & Royal Palm Ave. 4 120 250 Cobra Head P59 40th Street & Prairie Ave. 8 120 250 Cobra Head P60 40th Street & Chase Ave. 19 120 250 Deco P61 41 st Street & Alton Road 18 120 250 Deco P62 42nd Street & Jefferson Ave. 4 120 250 Cobra Head P63 42nd Street & Royal Palm Ave. 18 120 250 Cobra Head P64 47th Street & Pine Tree Drive 2 120 250 Cobra Head P71 46th Street & Collins Ave. 40 120 250 Cobra Head P72 53rd Street & Collins Ave. 21 120 250 Cobra Head P80 71 st Street & Byron Ave. 8 240 175 Cobra Head P81 64th Street & Collins Ave. 8 120 250 Cobra Head P82 65th Street & Indian Creek (marina) 7 120 250 Cobra Head P83 71st Street & Harding Ave. E-S 4 120 250 Main St. P84 70th Street & Harding Ave. W-S 5 120 250 Main St. P85 71 st Street & Carlyle Ave. S-S 2 120 250 Cobra Head P86 71st Street & Bonita Drive S-S 3 120 250 Cobra Head P87 71st Street & Bay Drive S-S 4 120 250 Cobra Head P88 Normandy Drive & Rue Versailles 2 120 250/400 Cobra Head P89 Normandy Drive & Bay Road N-S 2 120 250 Cobra Head P90 71st Street & Bonita Drive N-S 2 120 250 Cobra Head P91 72nd Street & Carlyle Ave. 6 120 250 Cobra Head P92 72nd Street & Collins Ave. 33 120 250 Cobra Head P106 75th Street & Collins Ave. 15 240 150 Med.Base ITB 2019-140-ND 27 P108 80th Street & Collins Ave. 24 120 175 Deco P110 85th Street & Abbott Ave. 2 120 250 Cobra Head P111 84th Street & Collins Ave. 6 120 250 Cobra Head *Contractor must supply the bollards when repairing and/or replacing. Bi-weekly (every two weeks), the Contractor must provide a detailed inspection report to the designated City Representative in the Property Management and Parking Departments. The bi-weekly (every two weeks) report must detail the following: 1) List all parking lots (locations") inspected 2) List total number of outages noted during the inspection by location. 3) List total number of damaged items noted during the inspection by location. 4) State the repairs accomplished during the inspection and number of bulb replacements by location. 5) State any suspected vandalism or suspicious activities related to City property noted during the inspection. 6) Detail any repairs required that have not been previously listed. At any time during the month, the City Representative may request from the Contractor a detailed report summarizing the bi-weekly (every two weeks) night inspections. The Contractor must provide said detailed report within 24 hours of request from the City Representative. Failure to provide this report may result in notice to cure, contract violation, and/or termination of contract. 1.2 Maintenance. The Contractor shall be responsible for the repairs and/or replacements of parking lot lights due to broken parts, corrosion, power outages, and vandalism. When necessary and in order to ensure continued lighting, Contractor is responsible for the temporary running of cables from one light pole to another. The City shall supply the following materials and equipment for repair and/or replacement: • arms • bases • bollards (except for Lot #P49 — 21st Street & Collins Ave.) • concrete bases • decorative light fixtures • handholes • landscape light fixtures • poles (inclusive of aluminum) The Contractor shall be responsible for the following materials and equipment for repair and/or replacement: • All wiring • All electrical components • All non-decorative fixtures ITB 2019-140-ND 28 P10 8 80th Street & Collins Ave. 24 120 175 Deco P110 85th Street & Abbott Ave. 2 120 250 Cobra Head P111 84th Street & Collins Ave. 6 120 250 Cobra Head contractor must supply the bollards when repairing and/or replacing. Bi-weekly (every two weeks), the Contractor must provide a detailed inspection report to the designated City Representative in the Property Management and Parking Departments. The bi-weekly (every two weeks) report must detail the following: 1) List all parking lots ('locations") inspected 2) List total number of outages noted during the inspection by location. 3) List total number of damaged items noted during the inspection by location. 4) State the repairs accomplished during the inspection and number of bulb replacements by location. 5) State any suspected vandalism or suspicious activities related to City property noted during the inspection. 6) Detail any repairs required that have not been previously listed. At any time during the month, the City Representative may request from the Contractor a detailed report summarizing the bi-weekly (every two weeks) night inspections. The Contractor must provide said detailed report within 24 hours of request from the City Representative. Failure to provide this report may result in notice to cure, contract violation, and/or termination of contract. 1.2 M ai nt en an c e. The Contractor shall be responsible for the repairs and/or replacements of parking lot lights due to broken parts, corrosion, power outages, and vandalism. When necessary and in order to ensure continued lighting, Contractor is responsible for the temporary running of cables from one light pole to another. The City shall supply the following materials and equipment for repair and/or replacement: • arms • bases • bollards (except for Lot #P 49 - 21s Street & Collins Ave.) • concrete bases • decorative light fixtures • handholes • landscape light fixtures • poles (inclusive of aluminum) The Contractor shall be responsible for the following materials and equipment for repair and/or replacement: • All wiring • All electrical components • All non-decorative fixtures 1TB 2019-140-ND 28 The replacement of non-decorative fixtures must conform to the City's standard equipment. Any substitutions must be approved by the City Representative. Specifically, for Cobra head lighting the Contractor must use General Electric Cobra heads: CONVENTIONAL PART # DESCRIPTION ERS2HH3B15505GRAY 250WHPS & MH -480V ERS20H3B15505GRAY 250WHPS & MH -277V ERS2HH3B11504GRAY 400WHPS & MH -480V Repairs resulting from the inspection report or initiated by a City Representative must be completed within five (5) calendar days. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. Upon completion of the repair the Contractor must remove exposed cables. When major repairs (defined as the replacement of fixtures and the repair of underground faults) are required, the Contractor must notify the City Representative immediately and get approval before proceeding with the repair. These major repairs must be completed within thirty (30) calendar days of the receipt of the inspection report or notice from the City Representative. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. The Contractor must remove exposed cables upon completion of the repair. 1.2.1 Maintenance Plan for Current Condition(s). The Property Management Director will request that the awarded bidder inspect the current condition of City owned surface parking lots and provide a report with its findings and recommendations for each City owned surface parking lot. Repairs resulting from the report must be completed within five (5) calendar days. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. Upon completion of the repair the Contractor must remove exposed cables. Group 2 — Emergency Repairs and Citywide Upgrades 2.1 Emergency Repairs. The removal of knock down poles or parts of a pole, mast arm(s), luminaries(s), and repairs to the electrical system in such a manner as to prevent electrical shock to the general public must be attended to by the Contractor at all times, including normal work hours and on weekends. The Contractor shall respond and complete work pertinent to emergency notifications received by the City, within 6 hours after receipt of the notification by a City Representative. The Contractor shall also be responsible for responding to all other emergencies determined by the City. This includes circuit outages, lights determined to be high priority and strong winds or hurricane damages. The Contractor must provide two contact names and cell phone numbers for 24 hours a day, 7 days a week, 365 days emergency contacts. ITB 2019-140-ND 29 The replacement of non-decorative fixtures must conform to the City's standard equipment. Any substitutions must be approved by the City Representative. Specifically, for Cobra head lighting the C ontractor must use General Electric Cobra heads: C O N V EN T IO N A L P A R T# ERS2HH3815505GRA Y ERS20H3B 15505GRAY E R S2H H3811504GRAY DESCRIPTION 250WHPS & MH -480V 250WHPS & MH -277V 400WHPS & MH -480V R epairs resulting fro m the inspection report or initiated by a C ity R epresentative must be com pleted w ithin five (5) calendar days. If the repair w ill result in cables being exposed, the C ontractor m ust secure the area and im m ediately notify the C ity R epresentative of the location, tim e period that the cables w ill be exposed, and an estim ated com pletion date. U pon com pletion of the repair the C ontractor m ust rem ove exposed cables. W hen m ajor repairs (defined as the replacem ent of fixtures and the repair of underground faults) are required, the C ontractor m ust notif y the C ity R epresentative im m ediately and get approval befo re proceeding w ith the repair. T hese m ajor repairs m ust be com pleted w ithin thirty (30) calendar days of the receipt of the inspection report or notice fr om the C ity R epresentative. If the repair w ill result in cables being exposed, the C ontractor m ust secure the area and im m ediately notify the C ity R epresentative of the location, tim e period that the cables w ill be exposed, and an estim ated com pletion date. T he C ontractor m ust rem ove exposed cables upon com pletion of the repair. 1.2.1 M ainten a nce P lan fo r C urrent C o n ditio n(s). T he P ropert y M anagem ent D irector w ill request that the aw arded bidder inspect the current condition of C ity ow ned surface parking lots and provide a report w ith its findings and recom m endations for each C ity ow ned surf ace parking lot. R epairs resulting from the report m ust be com pleted w ithin five (5) calendar days. If the repair w ill result in cables being exposed, the C ontractor m ust secure the area and im m ediately notify the C ity R epresentative of the location, tim e period that the cables w ill be exposed, and an estim ated com pletion date. U pon com pletio n of the repair the C ontractor m ust rem ove exposed cables. Gr o up 2 - E m erg e ncy R ep airs and C ityw id e U pg rad es 2.1 Emergency R epairs. T he rem oval of knock dow n poles or parts of a pole, m ast arm (s), lum inaries(s), and repairs to the electrical system in such a m anner as to prevent electrical shock to the gene ral public m ust be attended to by the C ontractor at all tim es, incl uding norm al w ork ho urs and on w eekends. T he C ontractor shall respond and com plete w ork pertinent to em ergency notifications received by the C ity, w ithin 6 hours after receipt of the notification by a C ity R epresentative. The C ontractor shall also be re sponsible for responding to all other em ergencies determ ined by the C ity. This includes circuit outages, lights determ ined to be high priority and stro ng w inds or hurricane dam ages. T he C ontractor m ust pro vide tw o contact nam es and cell phone num bers fo r 24 hours a day, 7 days a w eek, 365 days em ergency contacts. 1TB 2019-140-ND 29 Note: All emergency work includes immediate action for safety measures at the emergency site. Knock Down: The light poles shall be made safe within 6 hours of notification and shall be installed at the location and in accordance with the details shown on the attached plans. The poles shall be plumbed after erection. Earth shall be thoroughly compacted around the pole base to prevent shifting. This installation shall be completed within 48 hours after notification by a City Representative. The only exceptions are unavailability of the City issued materials or if damage has been done to the foundation that requires underground work. These exceptions must be verified by a City Representative. 2.2 Citywide Upgrades. The City may request, at any time, the replacement of an existing light fixture or set of light fixtures at a parking lot(s) as part of a citywide upgrade. In this scenario, the lights may function properly, however the desire would be to upgrade the appearance or features of the existing fixture(s). 2.2.1 Sea Turtle Friendly Lighting. Whenever pursuing retrofits, sea turtle friendly lighting fixtures and/or bulbs shall be installed within lots that are adjacent and/or visible from the beach utilizing the lighting guidelines approved by the Florida Fish and Wildlife Conservation Commission. 2.2.2 Sea Turtle Friendly Lighting Training. To ensure proper maintenance of sea turtle lighting, the Contractor shall attend an educational sea turtle lighting workshop, hosted by the City's Environment and Sustainability Department, within six (6) months of the execution of the contract. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-140-ND 30 Note: All emergency work includes immediate action for safety measures at the emergency site. Knock Down: The light poles shall be made safe within 6 hours of notification and shall be installed at the location and in accordance with the details shown on the attached plans. The poles shall be plumbed after erection. Earth shall be thoroughly compacted around the pole base to prevent shifting. This installation shall be completed within 48 hours after notification by a City Representative. The only exceptions are unavailability of the City issued materials or if damage has been done to the foundation that requires underground work. These exceptions must be verified by a City Representative. 2.2 Citywide Upgrades. The City may request, at any time, the replacement of an existing light fixture or set of light fixtures at a parking lot(s) as part of a cityw ide upgrade. In this scenario, the lights may function properly, however the desire would be to upgrade the appearance or features of the existing fixture(s). 2.2.1 Sea Turtle Friendly Lighting. Whenever pursuing retrofits, sea turtle friendly lighting fixtures and/or bulbs shall be installed within lots that are adjacent and/or visible from the beach utilizing the lighting guidelines approved by the Florida Fish and Wildlife Conservation Commission. 2.2.2 Sea Turtle Friendly Lighting Training. To ensure proper maintenance of sea turtle lighting, the Contractor shall attend an educational sea turtle lighting workshop, hosted by the City's Environment and Sustainability Department, within six (6) months of the execution of the contract. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 1TB 2019-140-ND 30 EXHIBIT 'I -r-- fil --1. + 0 ' . .1.1 .• ,,t2 05 , Aline • . . i i' i ..1-1' Art fi g, . T1 m , ' :1kIl Iti 3 k .J ..$ 01 . OCR '1 0 ! • 14 ill't a OQ . . "'Pry 12 1 Slit 119 , 4 . 4 .,' k 0 i .. ). g t 41 -- 7 ir - • " .4-1;7ft.2.L161,1„....:. :. 'z-- ' .,:....-.._........._............... 4. ....__........:., ea. 4, ______iii .0 Tki11114 ,' t- P aotio gr4 51: 1 . 'a so • Fi giori !ei g. 0,1 , „,.....s..,, !rigp .11°01 a • 4: 9 . ' • i KI', t 0 •.... . Ill 11.1'. i.,:ise . .& A . prmi. . sr , I • .. , . • ._.- . • h w i 319 i . 4 0 .11 .21 . Fr --- 1 ; P., ...1?r .11 g 74 q'''. • ti t • • loggg, ''r. R . 2 -"-: f . . 11 , 1 04 i el' • , .62,,1 t-,i _._ !-,3 F . • P.41 _____,.1.,..A4 P l• lz.. Pal ''gulO 1 tigo! ..___•-.7-.=_:_-_-___________._____..,..---...---•-••• •--- --irot 4.11,4 .t.aility ''.itli -.;;--4. 0.,,,I , to 1 . IIIIP ' — . ITB 2019-140-ND 31 EXHIBIT 1 ·, ##l I 1TB 2019-140-ND 31 EXHIBIT 2 . . . a o fo ... ill 1 riiimmi l.___ ._ , oi l w ;l.,-•-•accriva--- ..a.....--1 1 kt • I . .. . in . .,.. A ........- . . , , • - ill 0. I 0 N it 0 IN g Li 4 • • 11 11 • g•• sac rga. B gl 3. 41 i ill Sm r V . H . . • ' r • .01 „ Aspi• 247 • 1 1 • /.. OP 1 ot, , . . , . • I , Fl , , I ---.-- I 1:111 • P• . .. ,....- -- .. .., -g, .__________. • • • ,. . 7.4‘ • .0 ...,,!L: . ...; ,r , 7 :..--' % 1 . ,,...-4 .11 , tr .. • • A , .. pp III • . . .. .. . .. • . .• . RI' • • , : . ; 1 .-- ii I It A.,4 , • ..014 . o• 'is . • • . % * ../ ,4 \ , 4 R qi r lq. ram. • • • • .it, 11 Itii •J . 1.1 , ' . • ' . • 1 • ' 1 g/ : I 4 R . . • . .. • . . .. IP • VI • , . • • _ •.. - • •,.... MigH,....>.....i.t. 1.• , • g . ,,,••••-•,-• 0. ,,,,..< i41. ' ._.,..._ _ . , .,.. , NI r , . 1. '-'.4.,-,---:-:•,-- — : , • im ' • , • • • rg - .. ___. 1 . 1 __........_:..... • . ,J • • . ... • • .. 441.01 . . : Ei „ „... . virla • iwPd Ylir • • . 11 fil 11 ' , - -1 • g • ' • PKYri • • !log • • • 6 . . • ITB 2019-140-ND 32 EXHIBIT 2 + 'l4 ht+gt+--tut--« op hol d«addlhli [ t fês. È Ww· 1TB 2019-140-ND 32 1,i yn ITB 2019-140-ND 33 EXHIBIT 3 'I - fili-.-- . ~ ~---IL ; %M' # ·¡¡ hood ' I i· #f ' 4?" = #êt. i ##j k #it±t " td if 2$\ %j 1TB 2019-140-ND 33 EXHIBIT 4 • 1 I TB 2019-140-ND 34 EXHIBIT 4 dt If 1TB 2019-140-ND 34 EXHIBIT 5_ W:9 'F qgi ITB 2019-140-ND 35 EXHIBIT5 _ oll.oo ..... ç·•0 ... '. $ . ' ' ' 6 '} 29g 2$ .„ [é$"- .k l {OK, .... l %8 S] e ffl·e .. - ... " ta o +. , ITB 2019-140-ND 35 CITY OF MIAMI BEACH -N., PULL BOX COVER 7-INSCRIBED LETTERS APPROX. 3" K10-1 & 1/4" DEEP MARKED WITH ARROWS SHOWING DIRECTION OF RUN LOCKING DEMEE LOCKING DE44CE- tiQ1L. TYPICAL RUU. BOX WITHOUT LIGHT POLE OR SERVICE PONT' MINiMu1,4 SIZE 13')(24" CUAZITE PULL Box 3" KNOCKOUT (4 PLACES) EXHIBIT 6 EIOX PILLED PAINA(Ukt PEA ROCK 2' I^. PEA Rti • 13"x24" OUAZITE PULL BOX N.T.S, STREET LIGHT DETAILS ix X 24*OLJAZITE PULL BOX ITB 2019-140-ND 36 KWIC WORKS harammamy "e • ••••••• aim • ....OM EXHIBIT 6 INSCRIBED LE TIERS APPROX. JS" HIGH & I/4" DEEP MARKED WTH ARROWS SHOWING DIRECTION OF RUN LOCKING DE CE LOCKING DE WCE J j I i Ox FILLED WIH PEA ROG 2 MIU 0IE. TYPICAL. PULL BOX WTHOUT UGT POE OR SER WC£ PONT MINIMUM S»ZE 13'x24" UA2TE PULL 0X 13'x24" QUAZIIE PULL OX N.I.S. PULc Wo#s tPAanrMENT o e me e tatto STREET LIGH T DETAILS 13 X24 0UA7ITE PULL. BOX sT1 1TB 2019-140-ND 36 INSCRIEIED LETTERS APPROX. 3" HIGH & 1/4" DEEP MARKED W1U4 ARROWS SHINING DIRECTION OF RUN CITY OF MIAMI BEACH---., PULL BOX COvER '--LOCKING PENCE LOCKING D 17)130 01JAZI1E PULL. PDX 3" KNOCKOUT (4 PLACES) 130X FILLED Y4111 PEA ROCK r MIN AUR STL.2 4 PUIRLIC 1NONKs DePARtIMINT - _ STREET LIGHT DETAILS IY X 30' ClUAZITE PULL 80X EXHIBIT 7 17"x30" QUAZI1E PULL BOX NT S. ITB 2019-140-ND 37 EXHIBIT 7 CITY O MIAMI BEACH PULL BOX COVER IN SCRB8ED LETTERS APPROX. S" HIGH & '/4" DEEP WARKED WTH ARROWS SHOANG DIRECTCN CF RUN LOCKING CE WC 3" KNCCKOUT (4 PLACES) BOX FILLED WIH PA ROLK 2' wwu L.OCK ING OE CE 17x30 QUA7ITE PULL BOX 17"JG" QUAZIIE PULL BOX N.TS. STREET LIGHT DETAILS Ir Xx 30' 0UUTE PULL 8OX sTL2 1TB 2019-140-ND 37 BOLT PATTERN de ANCHOR OLTS BY MANUFACTURER #5 REINF BAR (TYP.) VC CONOUI T (CAST IN PLACE) 7' PRE CAST CONCRETE BASE FOR ALUMINUM POLE OR CAST IN PLACE IN SPECIAL ORCUM51ANCE TO OETEROAINE0 AI THE tiME OF INS TALLA TION. EXHIBIT 8 CONCRETE. POLE BASE DETAIL N.T,5 PUIUC WORKS OLPARTMINI TIV STREET LIGHT DETAILS CONCRETE POLE BASE DETAIL STL3 •••••14:4, 11/151111 ITB 2019-140-ND 38 EXHIBIT 8 9" 8OLT CIRC 7' I I PVC CONDUIT (CAST IN PLACE) T7 PRE CAST CONCRETE 8AS£ FOR ALUMINUM POLE OR CAST IN PLACE IN SPECIAL CIRCUMSTANCE TO 8£ DE TERMINEDO AI THE TE OF INSTALLA ON I I CONCRE IL POLE BASE Dr IAL N.1.S rent oat hf .4a.at. .Ala.uaa. PULA WOK DtPANTMtNT Lula4i. 4uuau_ «] oroore nonwre, eea, no ii.. STR EET LIGHT DETAILS CONCRETE POLE 8ASE DOE TAIL STL3 1TB 2019-140-ND 38 7"-12" D4A. BOLT CIRCLE PER MANUFACTURER'S SPECIFICATIONS 6— REINF, BARS EQUALLY SPACED 24" DIA. 1.11AMI-1: EXHIBIT 9 R n ELEVATION VIEW PLAN MEW 9 :11 II ANCH,. (F. Hi'.4 2" Pyc coNno I ICI 0,0•JACENT PI.ILLBOg. —PRE— CA51- COKRE TF E UGH T - — ci I;1 iii Iy 7.1 -.1 r. 65 TI[; A I 1_11.1,.., I, I -1 ,0 • ry:1 9-IN' H ,`,14 CONCIVTE POLE BASE DETAIL N, STL3a '.A BEACH FUSIJO WORKS OSPARTPAINI MVP WW1 WWIttilD nur STREET LIGHT DETAILS CONCRETE POLE BASE DETAIL ITB 2019-140-ND 39 EXHIBIT 9 7"-12" DIA. 8OLI CIRCE PER WNUF AC TURE.R'S SPECIFICATIONS 8-6 REINE, BARS EOUALLY SPACEDO I i ! I [ 24" [4. ... PLAN WE'W --ll--4 1 11 I I 11 I I 11 I I 11 I 1 II I I 11 I i-_L_Lu-Lu+ i ![!! i j Hl !l-+ L Il l+-¢ i--L-Lu+ I II 11 1 I 11 11 I I II 11 I I-l)--l!- 1- i [ J] i i • i I I b e e me me , ·, I I I I k» e e I I I I I r h m o o 01 1 PA'I}HN MN t4CHE BC I, E R '9E !4#UE IURE F 2" PW COND IT TO A0JACEMT PULLE PRE-CAST ENCRE TE BASE FOR LIGHT PE 6 INF HR {TY } ELE VA TION VEW CONCRETE POLE BASE DE TAIL N.T.S. STL3a 1TB 2019-140-ND 39 PUMA, from166 IMPARTMOIT Til STREET LIGHT DETAILS TYPICAL GROUND DETAIL FOR STREET LIGHTING LUMINARIES STL4 / re , „,— WIRE SPLICE ."' pc) GROUND aRE CR MANUFACTURER CRCOND ME GOING TO FIXTURE All 5PLICIES WALL --\\ BE lane IN PULLSCRI Wit ESCIS 2A) MINNOW GRUM VAC ENO Cf CONDUIT SHALL Et SEALED 'tiff ELECTRICAL PATTY 4 IN Putkaox. CONDUIT SH GE 6' Fl ION CCP&R FIOX Flag) yolH PEA ROD< r .r MINNIUM IV PEA ROCK SCHEDULE 40 V Plat 00N0o1/1 (TYPICAL, METAL PORTICN OF LUMINAIRES RASE -PULL BOX / (SEE DETAIL STL1 DR sro) I CONTINUOUS MINIMUPA 6 GROUND, WARE /— MECHANICAL (ROUND MOUND ROD AND GROUND ROO CLAMP St4ALL DE DRIVEN IN CORNER OF PULL BOX NO NOTE THAN 3* FROM EITHER INSIDE WALL GROW* ROD SHALL BE 3/4" (WIN) COPPER WIELD (OR ECAAV,) USE 3/4' x 20' GRINIIID KO FOR SERIACE POINT CONNEO1lott. NM: NO SPLICES PERNIT1E0 CADAELIVEXOtIERNIO NOTE FOR PURPOSE OF cAoKLDINcl, ALL GROUND *RES MUST BE Cf AWD WININLIM AIRING COLOR CODE TO BE USED, SEE SHEET S1L17 TYPICAL. GROUND DETAIL FOR ALL, STREET LIIGHTING LUMINARIES 4 T,I, EXHIBIT 10 ITB 2019-140-ND 40 EXHIBIT 10 ALL SPLICES SHALL eE VADE \ ±.A WECH ANICAL GR OUND LUG MIN4UM 6 GROUND WRE ·METAL PORTION OF END CF CONUIT 5HALL '\ LUMINAIRES BASE _uM r,tir,r' Il' ELECTRICAL PUTTY 7 IN PULL.BOX. CCNDLIT HAL S' BELCON C08 HOX FILLED 'MTH FEA RO 2" MINIUM 12' PEA ROCK SCHEDULE 40 2' PW; CC#DUI (TPI CA.) GROUND ROD MD GROUND RO CLAMP SM+MLL OE DRIEN IN CORNER OF PULL BOX O WORE THAN 3" FRCOM EITHER INSI DE€ 'WAL GRON RCO SHALL BE 3/4° ¥ 10 (IM} CPPER WLO (OR EOW) USE 3/4' ¥ 20' GRUND RO FOR SER WACE FCIT CCNNECTCN. QIE; MO SPLICES PERWITTE 10 GROUND W.RE ' OR MANUFACTURER CR CUND WRE GOING TO FIXTURE .- WRE 5P UCE CON TINUOJS MINIMUM 6 GRUND 'WRE M0IE; FOR PURPOSE CF CAO'WELDIG. AL GRCUND 'WRES MUST BE 0F 96 ANG WINI!UM RG CCR CODE TO BE USED, EE SHEET ST17 TYPICAL GROUND DIAL FOR LL STREET LIGHTING LUMINARIES 414 BEAI PULtC WOR KS DEPAR TMENT roer nen trepa raer mee e ntre «ii ht:. STREET LIGHT DETAILS TVPICAL GROUND E TAIL FOR STREET LIGHTING LUMINARIES STL4 1TB 2019-140-ND 40 NOTE: FOR PURKZE QYr cotrourANck ALL OROVKI WRITS 14UST 13. Cf O'S MVO 14114IWUPA WINO COLOR OUSE TO BL USED, SEE SHEET ST1.17 CONTINUOUS MINIMUM 06 GROUND WIRE MECHANICAL GROUND LUO "—METAL PORTION OF BOLLARD LIGHT BASE OAD'AELLVEXOTERVIC- NELDING ENO OF CONDUIT SHALL ELECTRICAL PUTW BE WiALED W/ \ PULLBOX. CONDUIT SMALL I E 5 El a OA' C OER ALL SPLICIE Si4,ALL BE WADE VA PULIAO: riV/ ES‘1,PS 2/0 P "1' • WINNILIM 615-N. (MOUND WIRE Ns, #10 GROUND ME .OR MANUFACTURER. /GROUND WIRE GOING TO FIXTURE WIRE. SPLICE BOX FILLED Y#11-.4 PEA RDO4 b SCRIMULE AO 2' PVC CCNDUITI PEA ROCK--r (TYPICAL) \ / MOUND NCLE /-1301LAPID BODY GRO.ND ROD (AMR INTO PIE BOLLARD CONCRETE BASE, ROD BOAC. OE 4/4" X 10' (MN) COPPER WELD (OR EQUIV.) KM; NO SPUCES PCMITTED PULL BOX (EU DETAIL S1LI OR ST1.2) _GROMD DETAIL FOR DOLLARD LIGHTS .T. WA? CD MAMIBEACH STL4a --22SSOL— PUBLIC %IOUS DIVAIRTMINT MMONWMINIMONKMARMOMMO STREET LIGHT DETAILS TYPICAL GROUND DETAIL FOR BOLLARD LIGHTS 41 ITB 2019-140-ND EXHIBIT 11 EXHIBIT 11 END OF COIIT SILL E€ SEALED WY ELECTRICAL PUTTY \ N PULLBOX. CCNDJIT SMLL EE 6' BELON COR Au. SseLIS SHALL BC ADE W PUL.LSOX W/ £s3rs 2/9 00x FILLED WTH FA R0 { ?' IM4uM g, - W10 GROUND 'WRE / CR uF AC TUHER / CROUD W.RE. GONG / IO FXTURE I -----r - IRE SPLICE CN»ELD /EX«OTER I ;- F wG \ WINIUM B" \ GCUNDO 'WRE /- MECH ANICAL GROUND LUG ' --WE IAL PCR TION OF BOLLARDO LIGHT 84SE I 12' PEA ROCK-" SCHED ULE 40 2 PWC CCNDUIT- (TYPICAL.} ~PULL BO:< -::::r (EE DETAIL ST! 0R ST2) CON TINUOUS MINIMUM 6 GRON WRE + r;1, ,', GRO N ROD DI'EH INTO THIE BOLLARD COCRE IE BASE. ROD SHALL BE 3/4" X10' (IN} COFER WELD (CR ECUI'.) MCIE; HO SLICES PERMITTED ,- DOLLARD BODY \ / \//,.,. illlù.Jr{D Hct.E r.t""Kl,=:JE"'": , FOR PURPOS E O CA'NEL IE:NG, ALL GROG IRES AUST BE CF 5 AWG NI!IM WING COL. XOE TO BE USED, SEE SHEET 5n!7 TYPICAL GROUND DE IL FOR 80LL4D0 LGH IS .r.. MIAMI'BEACH PUBLIC WORKS DEPARTMENT -.a3u-e g te pe pe, oe ,ar.m lo [ STREET LIGHT DET AILS TYPICAL GRO UND OE TAIL FOR DOLLARD LIGHTS $TL4a 1TB 2019-140-ND 41 EXHIBIT 12 COBRA WEI LED CLASIC STANDARD MUM 11 7 PM RCPT w/ STANDARD CONTROL 1201 LED 120/277 OR 480 wa,Ts POPO SUPPLY CATALOG 11 CAL2RIBASSOEGRAY FOR 480 YOLTS CATALCG # ERL20164LiSDEERAY FOR 120/277 VOLTS STL5 PusLiO *Ks oBOARYPAitiF 1 n IMANIMIC _aiSaaual- 411f STREET LIGHT DETAILS COBRA LIGHT FIXTURE OETAIL 7x30* goal TE NU. BOY (SEE DETAL STL2) Poi ER TO TYPICAL °ROAD DETRL FOR ALL MONO *PRA (SEE OCTAL STLA) I cotocRETE pou BASE (TYPE 131 (SEE oETAL s7L6) APf.REM 9RACXE7 ARM 2 SUPFITIER EGIAPAITGLE WITH POLE DESKAL 'MN STRENGTH ADEQUATE FOR 1 SO ft OF PROJECTED MCA AT ENO OF POE FOA 120 MPH ivilhO xTILRE WIRING 3 00 AIM; STRAKIED THW, rat, orREs (SEE MIRING DIAGRAM FOR WARE 92ES) 1APCO 0.11,041A4 POLO 23-5137 OR ECUAL ENRG IN BASE BrargirlAGR. LOCATED °PROVE APPROACHING TRAFFIC um COVER FAS117+ED KITH STARLESS STEEL SCRERS POLE BAS troBrar NIGH LiGHT FIXTURE DETAIL N, TS. ITB 2019-140-ND 42 EXHIBIT 12 CORA HEAD ED CLASS«C ST#DARO FXTJRE w! 7 PN RCPT W/ STAND ARD CON TRO '20 LED 120/277 0R 480 O T3 PO8 SUPRY CATALG } ERL216ASOECRAY FOR 4A0 VOLTS CAIALG W ERL216ASOEGRAY FOR 120/277 VCTS 1 NPLRED RACKET A 2" SLIPFIT TER COWPAT8LE WT POLE DEON, WTH STRENGTH ADEQUATE FOR 1 $0 FI, O PROECTEO MEA MT EN Or L FO 12O WPH WND xTURE WRIM; 3 10 AW; $TRANOLD nw, U. wRtS (SL WRING DIAGRAM FOR WRt 92£$) e ENNG IN 8AS£ 8? 9{'.3HICH4, LOCATED PP0STE 4PPOACONG TRAFFIC WTH COVER FASTENED WT STAN LES S STEE L SCRES '6 I 9 rs aa.5er#pp. PULL. Ox (SEE D€TAt $1L2) I \ I I fui~~ TO IY1'1CJ,L (;R~D DETWL FR ALL GROUN D '~ \ffi lM(l (SEE DETNL SîU) ~"" ..., '"' (""' ... , (SEE DET AL STL6 ) I LuGHI FIXTURE DE IAII N.1.S. Putuc wonks otPARrMENT , oro o e ea o, Mp re STREET LIGHT DE TAILS CO RA LIGHT FIXTURE DET AIL STL5 1TB 2019-140-ND 42 1rx30. COADTE PULL eox (SEE DETAIL S1L2) WM_ REFER TO riviCAL GROW OETAL FOR ALL CROUP.) Aveuc (5LT OLTAI, $114) /-C w/ 100w A/M.1E I LEO CLASSIC SIANOARO Axton MHO SENSING VCILTAGE (34? TM; 240A) BLACK IES TYPE. III OISTIMUTION 5k SII,WLE STYLE CASTING LAMP fiGVERKOKAR5eR1 DERGLASS POLL (MAWSTRLET teNDSOR SERIES POLE CATALOG FF1103) IXTticie MIRING 3 /10 AVA1 STRANOED Tllw. COCO MIRE (SEE DETAIL) SEE DETAIL STU CRETE RUC BASE (TYPE "A") GRANVILLE II LED CLASSIC STANDARD LIGHT FIXTURE DETAIL N.T S, 17111 • • F 4 0 -1H PUOUC WORKS DEPARTMENT , • . 41411N... nil Fe •.(11.11 STREET LIGHT DETAILS GRAIW1LLE II LED UGH? FIXTURE DETAK. STL7 I EXHIBIT 13 ITB 2019-140-ND 43 EXHIBIT 13 ER GAS S POE (MN6STREET WND SOR SERES POLE CATALOG WFF103) b ANLE A LED CASSIC STANDARD Fx TURE w/ 1cOw AUTO SENSING VOLTAGE (347 T RU 240) LA O ES TYPE I OS TR 6UTON SK SIPLE 5TE CASTING LAMP #GOA0JKA+SB.JW IX IURE WRNG 3 410 AWG STRAND ED M W. COP PER WRE (SEE OETN) CRETE POE BASE (TYPE 'N') SE DETAIL ST3 roo auoa ;'r h PULu BOX (SEE DE TAIL S12) J 7 OIE REFER TO TY CAL GROUNO OE TAIL FOR AL GROUND WING (SEE ETA 5714) GRAN L LE I LED CLASSIC STAND ARD LIGH I FIXTUR E DE LAL N.I.S. A '"" STREET LIGHT DETAILS PUL u c WO RKS OEPARTMENT JAIauu. GRANVLLE IV LED LIGH T FIXTURE DE TAIL l Isl STL7 1TB 2019-140-ND 43 EXHIBIT 14 POST TOP MOUNT LEO FIXTURE W111-1 BUTTON PHOTOCTE, LOUTS PCULSEN, MILL ALDERTSWND MAXI POST (112M1 LED/4000k) OR APPROVED EOUAL CONCRETE POLE BkSE (TYPE SEE DETAIL 5TL3.A. NOTE: REFER TO TrICAL GROUND DETAIL FOR ALL <WOUND VAR (SEE DETAIL STL4) ROUND STRAP:MT ALLAMINUM POLE, LOUIS ROULSEN MOQEL RSA- 4.,3 OR APPROVED EQUAL 1 ?` ',!r QIUAZITE PULL BOX (SEE DETAIL S1L2) ALBERTSLUND MAXI POST STANDARD LIGHT FIXTURE DETAIL N. La 1 1, 4.1,18141111 iffifinLit WORKS 011PAPIIPANIT STREET LIGHT DETAILS ALEVERTSLUND LED LIGHT FIXTURE DETAIL STL7a ITB 2019-140-ND 44 EXHIBIT 14 -osr roP OUT LEO FIXTURE WT BUTTON PHOTCEYE, LOUIS PCULSEN, MWCEL ALBER TSLUND WAXI POST (112W LED/AOCCK) CR APPROED EQUAL ROUND STRAIGHT ALUMINUM POLE, LOUIS POULS5EN MCE L RSA-4.5 OR APPROVED EOUAL 1PE 'A l],r: aure- PULL BOX (SEE DETAIL STL2) I t r CO~CRHE POLE BASE (TYPE •.,\ ") SE DETAIL ST3A / I IE. REFER TO TYPICAL GROUND OE TAIL FOR ALL GRCUNDO WRANG (SEE DETAIL ST4) ALBER ISLUND MAX POSI SIANDARD LIGHI FIXTURE DE TAIL N.TS. rep vp tin j /\/\AM/BEACH [] srREr uor oeTAts sr7a :y PuLuc wonks DEPARTMENT sauu. uauL ALBERTSLUND LED LIGHT FIXTURE DE TAIL¡ Ls=l' 1TB 2019-140-ND 44 ELEVATION FOOT TYPE P II DURA - STRESS IN (SERVICE POLE) PRESTRESSED CONCRETE POLE PANELBOARO BOTTOM 4OUNTED MAIN BREUER, SEE SERVICE RISER FOR SI ZE, 3/4" C, #6G PULL BOX 5' X5' MAINTENANCE CON CRETE SLAB FINISHED GRADE SEE PLAN SHEE FOR CONDUIT & CONDUCTOR SIZE 111!1! ME TER 2" 316 STAINLESS STEEL HI CHANNEL & MOUNTING HARDWARE ( TYP.) PAINT METAL CONDUIT TH GILFLEX 205- I I ,-NEW FP&L SPLICE BOX/ EXISTING PAD MOUNT TRANSFORMER. EXISTING FP &L POLE APPROVED GROUND CLAM FOR CONNECTING BARE BOND. POLE GROUND WIRE, ROUND ROD AND SERVICE MOVN TED GALVANIZED STEEL CONDUIT. BED OF PEAR I--- OR CRUSHED STONE FOR DRAIN AGE 1- FRONT ELEVATION CAD-WELD NO'TES- CONNECTIONS CD 1, CONTRACTOR SHALL VERIFY POLE SIZE AND LOCATION 2. F,0,0, T. APPROVED POLES, S641-0700, & 5641-0100, 3. WIRING COLOR CODE TO BE USED (SEE SHEET STL 17). CONTRACTOR SHALL VERIFY FLOOD ELEVATION 5I 0C WITH -- GROUND ROO 3/4'0 X 20' SEE RISER FOR CONDUIT AND CONDUCTOR SIZE PRIOR TO INSTALLA DON, OWNER NDLOAD ING NC? TE- 1. ALL POLE INSTALLATIONS SHALL 9E SUITABLE FOR 150 MPH WIND WITH EXPOSURE "C", IMPORTANCE FACTOR 1.15 AND APPROPRIATE GUST FACTOR PER APPLICABLE ZONE OF INSTALLATION AS DEFINED IN THE FLORIDA BUILDING CODE. THE CON TRACTOR SHALL INCLUDE IV TH THE SHOP DRAWING SUBMITTAL, A POLE WIND LOADING CALCULATION SONE() AND SEALED BY A STRUCTURAL ENGINEER REGISTERED IN FLORIDA SHOWING THAT THE PROPOSED INSTALLATIONS WILL MEET THE GIVEN WIND LOAD REQUIREMENT. CONTRACTOR SHALL AD.UST THE StZE Or BASE AND DEPTH OF POLE AT NO ADDITIONAL COST TO MEET THE REQUIRED Wir•ICILOADIN G. SERVICE POINT DETAIL N,.S. CI N -0i 7 1. -- 6 1 . 0Z 9 11 Oi --l 0O N) o .,. O 4 I ~ À 4 O I t z I o 3 4 £ ]1 lt; i n #z 3i i o O ± 2 u n 3 0o ME TER APPROVED GROUND CLAM FOR CONNECTING BARE 8ON, POLE GROUND WRE, GRUND ROD AND SERCE MOUNTED GALVANIZED STEEL CONDUIT. 'N FDOT TYPE P I DURA-STRESS IN (SERCE POE) PRE STRESSED CONCRETE POE PANELBOAR -] 8OTTO MOUN TED WAN BR EAK ER. SEE SER WCE RISER FOR SIZE. 3/4" c, #6G PU BOX 2" J6 STAINLE SS STEE CHANNEL & MOUNTN G HARO WARE (TYR.) PAINT METAL CON DU IT wTH GAL FL E X 205. FINISHED GRADE .." Y I SEE PLAN SHEE - • ~ .... - F'OR CON OUIT & · COND UCTOR SIZE BED OF PEAROCK l GROUND ROD OR CR US»ED STON E 3/4'» x20 FOR DRAINAGE ERONTELEYAION cAD-wLD CONNE C TINS D OIES 1. CONTRACTOR SHALL VERIFY POLE SIZE AND LOCATON WTH OWNER PRIOR TO INSTALLATON. .-\NEW F'P&L SPLICE BOX/ XIS TING PAD MOUNT m:MER. EXIS TING FP L POLE E= = SEE RISER FOR CONDUIT ANDO CONDUCTOR SIZE SDE ELEVA TON 2. F.DO.OT, APPROVED POLES, S641-0700 & S641-0100. 3. WRING COL OR COD E TO BE USED (SEE SHEET ST17). • CONTRACTOR SHALL VERIFY FLOO ELEVATION 'VINOL OADIN G. NOIE t. ALL POLE INSTALLATIONS SMALL BE SUITABLE FOR 150 MPH WINO WT EXPOSURE "C", IMPORTANCE FACTOR 1,15 AND APPROPRIATE GUST FACTOR PER APPLICABLE ZONE OF INSTALLAnON AS DEFINED IN THE FLORIDA BUILDING COOE . TE CONTRACTOR SH ALL INCL UDE W T THE SHOP DRAWING SUBMITTAL, A POLE WIND LOADING CAL CULA TION SIGNED AND SEALED BY A STRUCTURAL ENGINEER REGISTERED IN FLORIDA SHOWNG THAT TH E PROPOSED INSTALL A TIONS WLL MEET THE GIVEN WND LOAD REQUIRE MEN T. CONTRACTOR SHALL ADJUST THE SIZE OF BASE AND DEPTH OF POLE AT NO ADDITONAL COST TO MEET THE REQUIRED WNOOADING. 9£,g CE POINT DETAIL MN, .S. m >< r 0 :::¡ ..... n l O TO EXISTING FP&L SPLICE BOX/TRANSFORMER 2 #1, 1 #1 NEW/ GROUND, 2°C CAD WE CONNECTIONS. 2' PVC WNDUIT AIN 6 APART "-d; 24 QuAzITE PULL 80)IES 3 #1, 1 OEG, 2-.0 16 GROUNDING CABLE TT) 2-3/ef y. 20' COPPER CLAD GROUND RODS, SEE DETAIL SEE PLAN SHEETS FOR CoNDIAT AND CONDUCTOR SIZES, QUANTITY AND LOCATIONS SUNCE POINT INSTALLATICN NOTE'5; (7), CONTRACTOR SHOULD PROMDE AND INSTALL 1-NEW 100 AMP, 120/240V METER IN A NEMA 3R ALUMINUM ENCLOSURE MOUNTED ON THE NEW CONCRETE POLE PER FP&L STANDARDS AND REQUIREMENTS, CONTRACTOR SHALL MAKE ALL CONNEC11ONS NECESSARY FOR A COMPLETE WORKING SYSTEM IN PLACE, SEE DETAILS FOR ADDITIONAL INFORM ATION, 0 CONTRACTOR SHALL PROVIDE AND INSTALL 1 -NEW 10.0A RATED, 120/240V SINGLE PHASE SERVICE 'RATED PANELBOARD MTh A BOTTOM MOUNTED 100A MAIN BREMER IN A NEMA 4X 316 STAINLESS STEEL LOCKABLE ENCLOSURE MOUNTED ON THE NEW CONCRETE POLE. CONTRACTOR SHALL MAKE ALL CONNECTIONS NECESSARY FOR A COMPLETE WORKING SYSTEM IN PLACE, SEE DETAILS AND SCHEDULES FOR ADDITIONAL INFORMATION, 0 CONTRACTOR SHALL PROVIDE AND INSTALL I-NEW EXTERNAL MOUNTED 5JOKA, SURGE PROTECTIVE DEMICE (SRO} IN A NEMA 4X 316 STAINLESS SIk.EL ENCLOSURE, CONTRACTOR SHALL INSTALL SfID PER MANUFACTURE RECOMMENDATION FOR A COMPLETE WORKING SYSTEM, 0 PHOTO CELL LIGHT CONTROLS. ® L1OHTIN G CONTACTOR. NEW SERVICE POINT RISER N,T,S, EXHIBIT 16 I I PUOLIC WORKS 0111PArITMWO .4...4901 II 414020{11 eir1/11 1.itehd mu STREET LIGHT DETAILS NEW SERVICE POINT RISER STLOa ITB 2019-140-ND 46 EXHIBIT 16 TO EXISTN G FP L SPLICE BOX /TR ANSF ORMER 2 #1, 1 41 NE GROUND, 2"C NEW o O I J I i NEW E1G ·ANELBO AR I;]"/ " - - - +5í24au»at PULL 80XES SE E PLAN SHEETS FOR . -. CONDUIT ANDO CONDOUC TOR -JW1, 1 46EG, 2' C SIZES, QUANTY AND -p46 GROUNDING CALE LOCATIONS T0 2-3/4'» x 20' COPPER CLAD GROUND RODS, SEE DETAIL SER8 CE POINT INS IL-A IO. NOTES» © CONTRACTOR SHOULD PROWDE AND IN$TAl.l. 1-NEW 100 AMP, 120/240V METER IN A NEMA JR ALUMINUM ENCLOSURE MOUNTEDO ON THE NEW CONCRETE POLE PER FPL. STANDARDS AND REQUIREMENTS. CON TRAC TOR SHALL MAKE ALL CONNEC TONS NECESSARY FOR A COMPLETE WORKING SYSTEM IN PLACE. SEE DE TAILS FOR DDITIONAL INF ORM A TION. (2) CONTRACTOR SHALL PRODE AND INSTALL '-NEW 100A RATED, 120/240V SNGLE PHASE SER'WCE RATED PANELBOARO WITH A BOTTOM MOUN TED 10OA MWAIN BREAKER IN NEMA 4X 316 STAINLESS STEEL LOCKALE ENCLOSURE MOUNTEDO ON THE NEW CON CRETE POLE. CON TRACTOR SH ALL MAKE ALL CONNECTIONS NECESSARY FOR A COMPLETE 'WORKING SYSTEM IN PLACE. SEE DETAILS AND SCHEDULES FOR ADDITIONAL INFORMA TION. (3) CONTRACTOR SHALL PROVIDE AND INSTALL '-NEW EXTERNAL MWOUNTED 50KA SURGE PROTEC TE DEWCE (SP) IN A NEMA 4X 316 STAINLESS STEEL ENCLOSURE CONTRACTOR SHALL INSTALL SP PER MANUFACTURE RECOMMENDATION FOR A COMPLETE WORKING SYSTEM. (@) PHOTO CELL UGH T CONTR OL S. @) ucc CONTACTO. I EW SERGE POINT RISER N.T.S. A BE ACI PUL.Ac WORMS DEPARTMrNT ·rs on on r pare aan or4no rr airs act4.-- _±a.at- STREET LIGHT DETAILS NEW SER'VICE POINT RISER STL 8a 1TB 2019-140-ND 46 EXHIBIT 17 0,1114t,moo POST roof 0304ING RNW ..POD WOO- ARIA43403 00 AFFMED EWA/ LED PENDANT REIM 10111 MORN PIOOTECEE, ICS ME 3 01317SSulON, STESMPERO tICHENG mom (1141ZWY (1070LE0-FIF-12-50-10ARCAST3) OP APPROVED EQUAL TYPE "B" Ram SiWipe Awkonito Ku. 'WOO W000. 07.42600-4 00 APPOC4t0 Com. <mown POLEAse (TYPE Y) SEE OETA4 $1130 nair Want FLHL Boi NEE otIABL IOW TO 11PiCAl. PROVO CCM Fat ALL COMM MONO (SEE DOA 311.4) STERNBERG LIGHT FIXTURE DETAIL N. T.S. STREET LIGHT DETAILS STERNBERG LIGHT FIXTURE DETAIL SIL5a Pull'. it *ORM 0OPAPTPAINT • .1.1.1 -.NR ITB 2019-140-ND 47 EXHIBIT 17 ED PENDANT nXTUPE WT UTT Poto t, its nt $ Dr5Runco, s tNrG uc+ tc von. a4trnY 1970a E D (@197ED -FBF -EZ-SG-10R C4T3) k APPRODO EOUAL Ir 'G' CUN STRIGHT MANIN PCOE, MAPCO 4000, 8$A2506-4 0 4nOWD (GUA. CCNR TE POE BAS (TY '9") 9t Ott sns 7¥30 0uM2 -_ ' FUL BOY (SEE ottA sn2) I i ·. I· ··1·• ·. :· · • 4 '!êlli + nc aooo CE TAL FR ALL GRUND w3 (SE DTL, ST) I S1ERNBERG LIGHT FIXTURE DE TAIL N.1.S PULuc WORKS DEPARTMENT ] oat a tee pare ea tr ST REET LIGHT DE TAILS STERNBERG LIGHT FIXTU RE DETAIL STL5a 1TB 2019-140-ND 47 ' CONCRETE BASE W/ POLE 6c STAN 0. .5 CURB & GUTTER --SIDEWALK-A P ULL BC* PLAN VIEW C-C N. t S. re -1 01 HEDIXE 40 2"PVC CONDUI TS. FIELD LOCATE TO MAINTAIN 2' MIN. CLEARANCE WITH OTHER UTILITIES I 5*4 BOLT CI RCL PROJECTION AS PER POLE MANUFACTURER SPECS sgCTIQN A-A EXHIBIT 18 ANCHOR BOLT-49' LONG W1111 TOP 6" HOT DIPPED GALV BOLT DIA, AS REO, PER POLE DIMENSIONS AND SHOE BASE TYPE CONCRETE POLE BASE DETAIL N. T.S, POR4.10 WOOK1 DEPANYWillter STREET LIGHT DETAILS CONCRETE POLE BASE DETAIL STL6 0140.110 ITB 2019-140-ND 48 EXHIBIT 18 \ CONCRETE BASE / PLE & S14N0.l I ~IOEWAL~ r•• d t PULLBOX l [«+'.s] -ln l PLAN VEW C-C N.T.S. rt 1:n 80l. l Ct~CL~,--..._ J l s PRO.C TON AS PER POLE · \g { MANUFACTU RER SPECS I .5' CURB & GUTTER CHE DULE 40 2"PVC CONDUITS. FIELD LOCATE TO MAINTAIN 2' MIN. CLEARANCE W.TH OTHER UTUTIES ANCHOR BOT-48" LONG WITH TOP 6" HOT DIPPED GALY. 8OLT DIA. AS REO. PER POLE OMMEN'SIONS AND SHOE BAS TYPE A I I SECIIN.A-A ¿ ·' 1 0 ' 7 A CONCRETE POLE BASE DE IAIL N.I.S. Pruitc wonks DEPARTMENT í] poor ere net tar. ea # rio ans nt 4a4.- 444a.ud... uLAL. aa42au.. STREET LIGHT DETAILS CONCRETE POLE B8ASE DE T AIL sTL6 1TB 2019-140-ND 48 APPENDIX D MIAM Special Conditions ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND 49 APPENDIX D MIAMIBEACH Special Conditions 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND 49 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. 1.1 Providing the Contractor(s) will agree to maintain the same price, terms and conditions of the current contract, this contract may be renewed at the sole discretion of the City, through its City Manager, for two (2) additional one (1) year terms, if mutually agreed upon by both parties. 1.2 In the event that the contract is held beyond the term herein provided it shall only be from a month-to month basis only and shall not constitute an implied renewal of the contract. Said month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. 2. PRICES SHALL BE FIXED AND FIRM. All prices quoted in the awardee's bid submittal shall remain firm and fixed, unless amended in writing by the City. 2.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement. During the renewal term, the City may consider prices increases not to increase the applicable Bureau of Labor Statistics (www.bls.gov) CPI-U index or 3%, whichever is less. The City may also consider increases based on mandated Living Wage increases. In considering cost escalation due to Living Wage increases, the City will only consider the direct costs related to Living Wage increases, exclusive of overhead, profit or any other related cost. 3. SHIPPING TERMS. Prices shall include prepaid freight by the bidder to City premises and shall be F.O.B. Destination. The Contractor shall hold title to the goods until such time as they are delivered and accepted by an authorized City representative. 4. METHOD OF PAYMENT. The Contractor(s) shall submit monthly invoices. These invoices shall be submitted to the City user department(s) that requested the service through a purchase order and shall include the applicable bi-weekly (every two weeks) inspection reports pursuant to Appendix C, Minimum Requirements and Specifications, C3. Specifications, 1.1 Inspection. Contractor(s) will be paid unit cost, pursuant to Appendix E, Cost Proposal Form, per location. 5. WARRANTY REQUIREMENTS. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material, for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days and 30 calendar days for underground faults, after the City notifies the bidder of such deficiency in writing. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are ITB 2019-140-ND 50 1. TERM OF CONTRA CT. This Contract shall remain in effect for a period of three (3) years from date of contract execution by the M ayor and C ity C lerk. 1.1 P rovidi ng the C ontractor(s) w ill agree to m aintain the same price, terms and conditions of the current contract, this contract m ay be renew ed at the sole discretion of the C ity, thro ugh its C ity M anager, for tw o (2) additional one ( 1) year term s, if m utually agreed upon by both parties. 1.2 In the event that the contract is held beyond the term herein provided it shall only be fr om a m onth-to m onth basis only and shall not constitute an implied renewal of the contract. S aid m onth-to-m onth extension shall be upon the sam e term s of the contract and at the com pensation and paym ent pro vided herein. 2. P R IC ES SH A L L B E F IX ED A N D FIR M . A ll prices quoted in the aw ardee's bid subm ittal shall rem ain firm and fixed, unless am ended in w riting by the C ity. 2.1 C O ST E SC A LA TIO N . P rices m ust be held firm during the initial term of the agreem ent. D uring the renew al term , the C ity m ay consider prices increases not to increase the applicable B ureau of Labor S tatistics (www .bls.gov) C PI-U index or 3%, w hichever is less. The C ity m ay also consider increases based on m andated Li ving W age increases. In considering cost escalation due to Living W age increases, the C ity w ill only consider the direct costs related to Li ving W age increases, exclusive of overhead, pro fit or any other related cost. 3. SH IP PIN G TER M S . P rices shall incl ude prepaid fr eight by the bidder to C ity prem ises and shall be F.O .B . D estination. The C ontractor shall ho ld title to the goods until such tim e as they are delivered and accepted by an authorized C ity representative. 4. M ET H O D O F PA Y M EN T . T he C ontractor(s) shall subm it m onthly invoices. T hese invoices shall be subm itted to the C ity user departm ent(s) that requested the serv ice through a purchase order and shall incl ude the applicable bi-w eekly (every tw o w eeks) inspection report s pursuant to A ppendix C , M inim um R equirem ents and Specifications, C 3. Spe ci fication s, 1.1 Insp ect ion . C ontractor(s) w ill be paid unit cost, pursuant to A ppendix E , C ost P ro posal Fo rm , per location. 5. W A R RA N TY R EQ U IR EM E N T S. In addition to all other w arranties that m ay be supplied by the bidder, the bidder shall w arrant its products and/or serv ice against faulty labor and/or defective m aterial, fo r a m inim um period of one (1) year after the date of acceptance of the labor, m aterials and/or equipm ent by the C ity . This w arranty requirem ent shall rem ain in fo rce fo r the full one (1) year period; regardless of w hether the bidder is unde r contract w ith the C ity at the tim e of defect. A ny paym ent by the C ity on behalf of the goods or serv ices received fro m the bidder does not constitute a w aiver of these w arranty pro visions. T he bidde r shall be responsible for pro m ptly correcting any deficiency, at no cost to the C ity, w ithin five (5) calendar days and 30 calendar days fo r underground faults, after the C ity notifies the bidder of such deficiency in w riting . If the bidder fails to satisfy the w arranty w ithin the period specified in the notice, the C ity m ay (a) place the bidder in default of its contract, and/or (b) pro cure the pro ducts or serv ices from another vendor and charge the bidder fo r any additional costs that are 1TB 2019-140-ND 50 incurred by the City for this work or items; either through a credit memorandum or through invoicing. 6. EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE. The equipment being offered by the vendor shall be the most recent model available. Any optional components which are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete unit. The unit shall conform to all applicable OSHA, State, and Federal safety requirements. The engineering, materials, and workmanship associated with effort performed hereunder shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney's fees) or claims for injury or damages arising out of its failure to comply with this requirement. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program. Contractor's personnel must wear photo identification at all times. 8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the Contractor's expense, and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 9. WORK ACCEPTANCE. This project will be inspected by the City Representative. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 10. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successful bidder(s) under this contract shall be invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest ITB 2019-140-ND 51 incurred by the City for this work or items; either through a credit memorandum or through invoicing. 6. EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE. The equipment being offered by the vendor shall be the most recent model available. Any optional components which are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete unit. The unit shall conform to all applicable OSHA, State, and Federal safety requirements. The engineering, materials, and workmanship associated with effort performed hereunder shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this 1TB or any resulting Agreement prior to the commencement of said services. No contractor employee shall be eligible to perform services, pursuant to this 1TB or resulting Agreement if he or she: ( 1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, w eapons, or violent crim e including but not lim ited to homicide; attempted homicide; rape; child m olestatio n; extortion; terro rism or terro rist threats; kidnapping; assault; battery; and illegal w eapon possession, sale or use. T he contractor shall defend , inde m nify and ho ld the C ity, its officers, em ployees, and agents harm less from and aga inst any and all liability, loss, expense (including reasonable attorn ey's fees) or cl aim s fo r injury or dam ages arising out of its fa ilure to com ply w ith this requirem ent. C ontractor shall em ploy personnel com petent to perf orm the w ork specified herein. T he C ity reserv es the right to request the rem oval of the C ontractor's em ployee's fr om performing m aintenance on the C ity's grounds w here the em ployee's perf orm ance or actions are obviously detrim ental to the program . C ontractor's personnel m ust w ear photo identification at all times. 8. U N IF O R M S . A ll personnel furn ished to the C ity of Miami Beach must be uniformed. Each em ployee supplied by the C ontractor w ill w ear a unifo rm bearing the C ontractor's nam e . U nifo rm s m ust be pro vided at the C ontractor's expense, and m ay not be charged to the em ployee or deducted fr om the em ployees' paycheck, therefo re reducing the ho urly pay rate to less tha n the living w age rate required by this solicitation. 9. W O R K A C C EPTA N C E . T his pro ject w ill be inspected by the C ity R epresentative. This inspection shall be perf orm ed to determ ine acceptance of w ork, appro priate invoicing, and w arranty conditions. 10 . A D D ITIO N S/D E LET IO N S O F FA C ILITIES. Although this Solicitation identifies facilities to be serviced, it is he reby agreed and understood that any faci lity m ay be added/deleted to/fr om this contract at the option of the C ity. W hen an addition to the contract is required, successful bidder(s) under this contract shall be invited to subm it price quotes fo r these new faci lities. If these quotes are com parable w ith prices offered for sim ilar serv ices, the aw ard(s) shall be m ade to the low est 1TB 2019-140-ND 51 responsible bidder(s) meeting specifications in the best interest of the City and a separate purchase order shall be issued by the City. 11. SUBSTITUTION OF ITEMS DURING TERM OF CONTRACT. Substitute brands or models may be considered during the contract period for discontinued models. However, the Contractor may not substitute brands or models without the express written consent of the City Representative. Substitute brands or models must be of equal or better quality. 12. ROADMAP FOR PROJECTS AWARDED ON A TIME AND MATERIALS BASIS (Group 2). The City may award work on a time and materials basis in accordance with Section 0200, General Condition 15, entitled Multiple Awards. City departments may request Purchase Orders to be issued to the primary Contractor for any group on a time and material basis (bid hourly charges plus parts or materials) for a specific request or for a pre-need encumbrance (blanket order). Pursuant to Section 0200, General Condition 15, entitled Multiple Awards, secondary and primary Contractors may also be considered. 12.1 Work Day. For billing purposes, regular working hours are from 7:00 a.m. to 5:00 p.m., Monday through Friday. Calls outside these hours and days will be considered non-regular. 12.2 Scheduling/Response Time. Response time requirements shall be as follows: 12.2.1 Emergency Repairs/Service. When the Contractor is notified of an emergency, the Contractor is expected to secure or fix the problem within a total of 6 hours, 2 hours to return the call and 4 hours to secure or fix the problem. 12.3 Administrative Mark-up for Parts. For parts and materials ordered under this option, Contractors shall provide a quote or invoice, as determined by the Contract Manager, based on the cost of parts and materials plus the agreed to mark-up. In determining cost of materials to which the mark-up may be applied, the Contract Manager may: i. require the Contractor to provide actual cost of parts and materials (e.g., contractor's invoice, MSRP, etc.) prior to the issuance of a Purchase Order or approval of an invoice; or ii. require the Contractor to seek and document competition from its sources for the required parts or materials; or ii, obtain data available from primary or other secondary sources and use that data in determining a fair and reasonable price. The cost of any ancillary third-party services that are provided by the Contractor, with prior approval of the Contract Manager, may be determined in the manner prescribed above. 12.3 Estimates. The City Representative may require the Contractor to provide an estimate prior to the commencement of work. Any actual charges that exceed estimate amounts must be pre-approved by the City Representative. 13. USE OF PREMISES. The Contractor shall confine ITS equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. ITB 2019-140-ND 52 responsible bidder(s) meeting specifications in the best interest of the City and a separate purchase order shall be issued by the C ity. 11. SU B ST IT U TIO N O F IT EM S D U R IN G T ER M O F C O N TRA C T. S ubstitute brands or m odels m ay be considered during the contract period fo r discontinued m odels. H ow ever, the C ontractor m ay not substitute brands or m odels w ithout the express w ritten consent of the C ity R epresentative. S ubstitute brands or m odels m ust be of equal or better quality. 12 . R O A D M A P FO R P R O JE C TS A W A R D ED O N A T IM E A N D M A TER IA L S B A SIS (G ro up 2). T he C ity m ay aw ard w ork on a tim e and m aterials basis in accordance w ith S ection 0200, G eneral C ondition 15 , entitled M ultiple A w ards. C ity departm ents m ay request P urchase O rders to be issued to the prim ary C ontractor for any gro up on a tim e and m aterial basis (bid hourly charges plus part s or m aterials) fo r a specific request or for a pre-need encum brance (blanket order). P ursuant to S ection 0200, G eneral C ondition 15 , entitled M ultiple A w ards, secondary and prim ary C ontra ctors m ay also be considered. 12 .1 W o rk D ay . For billing purposes, regular w orking ho urs are fr om 7:00 a.m . to 5:00 p.m ., M onday thro ugh F riday. C alls outside these hours and days w ill be considered non-regular. 12 .2 S c h edu ling/R espo nse Tim e. R esponse tim e requirem ents shall be as follow s: 12 .2.1 E m ergency R epairs/Serv ice. W hen the C ontractor is notified of an em ergency, the C ontractor is expected to secure or fix the pro blem w ithin a total of 6 hours, 2 hours to return the call and 4 hours to secure or fix the problem . 12 .3 A dm in istrati v e M ark-u p for P art s. For parts and m aterials ordered under this option, C ontractors shall provide a quote or invoice, as determ ined by the C ontract M anager, based on the cost of parts and m aterials plus the agreed to m ark-up. In determ ining cost of m aterials to w hich the m ark-up m ay be applied, the C ontract M anager m ay: i. require the C ontractor to provide actual cost of part s and m aterials (e.g ., contractor's invoice, M S R P, etc.) prio r to the issuance of a P urchase O rder or appro val of an invoice; or ii. require the C ontractor to seek and docum ent com petitio n fr om its sources for the required part s or m aterials; or ii. obtain data available fr om prim ary or other secondary sources and use that data in determ ining a fair and reasona ble price. T he cost of any ancillary third-part y serv ices that are pro vided by the C ontractor, w ith prior approval of the C ontract M anager, m ay be determ ined in the m anner prescribed above. 12 .3 Estim ates. The C ity R epresentative m ay require the C ontractor to provide an estim ate prior to the com m encem ent of w ork. Any actual charges that exceed estim ate am ounts m ust be pre-appro ved by the C ity R epresentative. 13 . U S E O F P R EM IS ES . T he C ontractor shall confine IT S equipm ent, apparatus, the storage of m aterials, and the operation of his/her w orkm en to the lim its indicated by law , ordinance s, perm its, or direction of the authorized C ity representative, and shall not unreasonably encum ber the prem ises w ith his/her m aterials. 1TB 2019-140-ND 52 14. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 15. LIQUIDATED DAMAGES. Failure to make repairs within the time specified may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all costs associated with the services performed by a secondary vendor. 16. LIVING WAGE. The living wage requirement as described in Appendix A, Section 8, and pursuant to Section 2-408 of the City of Miami Beach Code is only applicable to Group 1, Inspection and Maintenance Services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-140-ND 53 14. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 15. LIQUIDATED DAMAGES. Failure to make repairs within the time specified may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all costs associated with the services performed by a secondary vendor. 16. LIVING WAGE. The living wage requirement as described in Appendix A, Section 8, and pursuant to Section 2-408 of the City of Miami Beach Code is only applicable to Group 1, Inspection and Maintenance Services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 1TB 2019-140-ND 53 APPENDIX E MIAMIBPA,C Cost Proposal Form ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND 54 A P P E N D IX E MIAMIBEACH Cost Proposal Form 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND 54 Item 1 Net Cost (Dealer Invoice Cost_X_% Mark-up) $ $ APPENDIX E 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 being rejected. Bidder affirms that the prices stated on the cost proposal 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 (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Group 1 — INSPECTION AND MAINTENANCE SERVICES (B) (A) Estimated (C) (D) Unit Cost (Per Quantity (No. Inspections Per Estimated Annual Cost Item Description Light Fixture) of Lights)1 Year (A_X_B_X_C) I Inspection and maintenance of 1 various City owned parking lots EA I 642 26 $ Group 2 EMERGENCY REPAIRS AND CITYWIDE UPGRADES Estimated Annual Total Descri •tion Quantity1 U / M Unit Cost +Quantit _X__Unit_ Cost Hourly Rate — Regular (7:00 a.m. to 5:00 p.m., Monday through Friday) 260 Hourly Rate Hourly Rate — Non Regular (After 5:00 p.m., Monday through Friday, Weekends, and Holida s 80 Hourl Rate SUB-TOTAL — LABOR Items 1 — 2 Mark-up Estimated Annual Gross Costs (See Appendix D Item Description (Dealer Invoice Cost) Section 12.3) Administrative Mark-up for Parts 3 and Supplies SUB-TOTAL — PARTS & EQUIPMENT GRAND TOTAL (Items 1 — 3) $75,000 1The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than the estimated amounts. Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITB 2019-140-ND 55 APPENDIX E 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 being rejected. B idder affirm s that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance w ith the requirem ents of this 1T B, inclusive of its term s, conditions, specifications and other re quirem ents stated herein, and that no claim w ill be m ade on account of any increase in w age scales, m aterial prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation pro vision is allow ed herein and has been exercised by the C ity M anager in advance. The C ost P ro posal Form (A p pen dix E ) shall be com pleted m echanically or, if m anually, in ink. C o st P roposal Forms (Appendix E) co m pleted in penc il shall b e d eem ed non-resp on siv e. A ll corrections on the Cost Proposal Form (A pp endix E ) shall be initialed. Item • Description Group 1-INSPECTION AND MAINTENANCE SERVICES (B) Estimated Quantity (No. of Lights)1 Inspection and maintenance of various Cit owned arkin lots $ EA 26 Gr o up 2- EM ERGENCY REPAIRS AND CITYWIDE UPGRADES Estimated Annual Total Item Description Quantity' U / M Unit Cost (Quantity_X_Unit_Cost) Hourly Rate - Regular (7:00 a.m. to 5:00 p.m ., Mon day through Frida 260 Houri Rate $ $ Hourly Rate - Non Regular (After 5:.00 p.m., Monday through Friday, W eekends, and Holida s AIEEIIEEEEEJGEISE3 SUB-TOTAL - LABOR Items 1-2 Item • Description Administrative Mark-up for Parts and Su lies Estimated Annual Gross Costs (Dealer Invoice Cost) $75,000 % Mark-up (See Appendix D Section 12.3) Net Cost (Dealer Invoice Cost_X_% Mark-up ) SUB-TOTAL - PARTS & EQUIPMENT GRAND TO TAL (Items 1-3) 1The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than the estimated amounts. Bidder's Affir mation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 1TB 2019-140-ND 55 APPENDIX F NAIAMIBFACH Insurance Requirements ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND 56 A P P E N DI X F MIAMIBEACH Insurance Requirements 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND 56 MIAMI BEACH INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. ITB 2019-140-ND 57 M IA M I BEACH INSURA NCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation - Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers - Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage - Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. 1TB 2019-140-ND 57 CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-140-ND 58 CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668- ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: C ertificate s-mi am i be ach @r isky ork s._com Special Risks or Circumstances - Th e C ity of M iam i B each reserv es the right to modify these requirements, incl uding lim its, based on the nature of the risk, prior experience, insurer, covera ge , or other special circumstances. C om pliance w ith the foregoing requirem ents shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreem ent. [TH E R EM A IN D E R O F T H IS P A G E IS L EFT IN T EN T IO N A L L Y B LA N K ] 1TB 2019-140-ND 58 ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) A TT A C H M E N T C C O N S U LT A N T S R E S P O N S E T O TH E (ITB ) Detail by FEI/EIN Number Page of Florida Department of Slate Osrs,:rdf )." tu, Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation R & D ELECTRIC, INC. Filing Information Document Number P02000103457 FEI/EIN Number 61-1428335 Date Filed 09/25/2002 State FL Status ACTIVE Principal Address 7447 NW 48th Street MIAMI, FL 33166 Changed: 05/01/2014 Mailing Address 7447 NW 48th Street MIAMI, FL 33166 Changed: 05/01/2014 Registered Agent Name & Address ECHARRI, RAFAEL 7447 NW 48th Street MIAMI, FL 33166 Address Changed: 05/01/2014 Officer/Director Detail Name & Address Title P ECHARRI, RAFAEL 7447 NW 48 St MIAMI, FL 33166 Title VP ECHARRI, DANIEL 7447 NW 48 St MIAMI, FL 33166 httn•//cParr.h ciinhi 7 nraffnniiirv/CnrnnratinnSearo.1-1/Sparr:hR PcultnAtai 1 9inniiirvi-vne.=FetiN 1'2/11 /9(11 0 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS Department of State I Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation R & D ELECTRIC, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Principal Address P02000103457 61-1428335 09/25/2002 FL ACTIVE 7447 NW 48th Street MIAMI, FL 33166 Changed: 05/01/2014 Mailing Address 7 44 7 NW 48th Street MIAMI, FL 33166 Changed: 05/01/2014 Registered Agent Name & Address ECHAR RI, RAFAEL 7447 NW 48th Street MIAMI, FL 33166 Address Changed: 05/01/2014 Officer/Director Detail Name & Address Title P ECHARRI, RAFAEL 7447 NW48 St MIAMI, FL 33166 Title VP ECHARRI, DANIEL 7447 NW48 St MIAMI, FL 33166 httn·//search cnmnhiz oro/Inanirv/Crnoration.Search/Sear·hR oenlt)eta¡[inanirvtvne==Fi] 19/11/9010 Detail by FEI/EIN Number Page 2 of 2 Annual Reports Report Year Filed Date 2017 05/09/2017 2018 01/15/2018 2019 02/08/2019 Document Images 02/08/2019 -- ANNUAL REPORT View image in PDF format 01/15/2Q18 -- ANNUAL REPORJ 05/09/2017 -- ANNUAL REPORT 05/31/2016 -- ANNUAL REPORT 05/01/2014 -- ANNUAL REPORT 04/15/2011.2, ANNUAL REPORT 04/26/2012 -- ANNUAL REPORT 04/19/2011 -- ANNUAL REPORT 04/29/2010 -- ANNUAL REPORT 03/25/2009 --ANNUAL REPORT 05/01/2008 T, ANNLIALIREPORT 04/24/2007„ -._ANNUAL„REPORT 04/29/2006 -- ANNUAL REPORT 03/29a005 -- ANNULI LEP QE21-, 03/23/2004 -- ANNUAL REPORT 01/24/2003 -- ANNUAL REPORT 09/25/2002.-,-„ DomesticwProfit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Div,Si011 of Corporations httn•//cenrcli qunhi 7 nra/Tnruiirv/CnrnnratinnS rr.h/SP.2rrhl2pcultnetail7innnirvi-vnA=F4piN 17/1 1 /7(11 Detail by FEI/EIN Number Page 2 of2 Annual Reports Report Year 2017 2018 2019 Filed Date 05/09/2017 01/15/2018 02/08/2019 Document Images 02/08/2019 -- ANNUAL REPORT' l 01/1_5/2018 --ANNUAL REPORT' ::===========:::: 05/09/2017 --ANNUAL REPORT' E; 05/31/2016 --ANNUAL REPORT' View image in PDF format View image in PDF format View image in PDF format View image in PDF format 01/12/2015-- ANNUAL __ REPORTI E 05/01/2014 --ANNUAL REPORT' View image in PDF format View image in PDF format 04/15/2013_--AN_NUAL REPORT' E; 04/26/2012.- ANNUAL REPORT] , 04/19/2011-_- ANNUAL REPORT] View image in PDF format View image in PDF format View image in PDF format 04/29/2010.- ANNUAL REPORT] View image in PDF format L , osos aso ero[ """""" y 05/0 1/2008-- ANNUAL REPORT] ::=========:::: 04/24/2007 .- ANNUAL REPORI] - 04/29/2006 -- ANNUAL REPORT I ; 03/29/2005 -- ANNUAL REPORT I E; 03/23/2004 -- ANNUAL REPORT' E; 01/24/2003 -- ANNUAL REPORT I ! 09/25/2002 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations httn://search nnhiz oro/Inairv/(Cornoration.Search/Soar·hR oenl#Detail7nirvtvno=Toi] 19/11/9010 ITB No.: 2019-1-40-ND Inspection nd maintenance of Parking Lot Lighting BID DOCUMENTS CONTRACTOR: R & D Electric, Inc 7447 NW 48 Street Miami, Fl 33166 305 403 7841 Tel 305 403 7842 Fax State License EC -13001534 1TB No.: 2019-1-40-ND Inspection nd maintenance of Parking Lot Lighting BID DOCUMENTS CONTRACTOR: R & D Electric, Inc 7447 NW 48 Street Miami, Fl 33166 305 403 7841 Tel 305 403 7842 Fax State License EC -13001534 APPENDIX E MIAMI BEACH Cost Proposal Form ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND R & D Electric, Inc 54 A P P E N D IX E MIAM I BEACH Cost Proposal Form 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-N D [R & D Electric, Inc ] 54 U I M Unit Cost Group 2 - EMERGENCY REPAIRS AND CITYWIDE UPGRADES Estimated Annual Description Quantity1 Total (Quantity_X_Unit_Cost) Item 10% Administrative Mark-up for Parts and Supplies $75,000 $ 7,500.00 Description Hourly Rate - Regular (7:00 a.m. to 5:00 p.m., Monday through Friday) - Hourly Rate - Non Regular(After 5:00 p.m., Monday through Friday, Weekends, and Holida s 260 % Mark-up Estimated Annual Gross Costs (See Appendix (Dealer Invoice Cost) Section 12.3) Net Cost (Dealer Invoice Cost_X_% Mark-up) SUB-TOTAL - PARTS & EQUIPMENT GRAND TOTAL Items 1 - 3 Rate Hourl $ 45.00 80 Hourl Rate $ 65.00 1 $ 11,700.00 $ 5,200 00 $ 16,900 00 $ 7,500 00 $ 24,400 00 APPENDIX E 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 • ro• •sals will result in • ro losal bein • deemed non-res • onsive and bein• re'ected. Bidder affirms that the prices stated on the cost proposal 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 (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Group 1 - INSPECTION AND MAINTENANCE SERVICES (B) (A) Estimated (C) Unit Cost (Per Quantity (No. Inspections Per Light Fixture) of Lights)l Year (D) Estimated Annual Cost (A X_B_X_C) Item Description Inspection and maintenance of various City owned parking lots $ 6.78 EA 642 26 $ 113,171 76 1The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than the estimated amounts. Bidder's Affirmation Company: R&D Electric, Inc Authorized Representative: Rafael Echarri Address: 7447 NW 48 Street, Miami, Fl 33166 Telephone: 305 403 7841 305 303 6450 Cell Email: rafael@rdelectricinc.com Authorized Representative's Signature: ezia.de-----zi„,u; ITB 2019-140-ND 55 R & D Electric, Inc APPENDIX E 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 being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this 1TB, 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 (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Item • Description Group 1- INSPECTION AND MAINTENANCE SERVICES (B) Estimated Quantity (No. of Lights)1 Inspection and maintenance of various Cit owned arkin lots $ 678 EA 26 $113,171.76 Group 2- EMERGENCY REPAIRS AND CITYWIDE UPGRADES Estimated Annual Total Item Description Quantity1 U/ M Unit Cost (Quantity_X_Unit_Cost) Hourly Rate - Regular (7:00 a.m. to 5:00 p.m., Monday through Frida 260 Houri Rate $ 45.00 $ $11,700.00 Hourly Rate - Non Regular (After 5:00 p.m., Monday through Friday, Weekends, and Holida s h s} (@]¢ $5,200.00 SUB-TOTAL- LABOR ltems 1-2 Item • Description Administrative Mark-up for Parts and Su lies Estimated Annual Gross Costs (Dealer Invoice Cost) $75,000 % Mark-up (See Appendix D Section 12.3) 10% % h e]@lo] Net Cost (Dealer Invoice Cost_X_% Mark-up) $7,500.00 SUB-TOTAL- PARTS & EQUIPMENT GRAND TOTAL (Items 1-3) $ 7,500.00 $ 24,400.00 1The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than the estimated amounts. Bidder's Affirmation Company: R&D Electric, Inc Authorized Representative: Rafael Echarri Address: 7447 NW 48 Street, Miami, FI 33166 Telephone: 305 403 7841 305 303 6450 Cell Email: rafael@rdelectricinc.com Authorized Representative's Signature: 0, L,„,,,4„, U - 1TB 2019-140-ND [R & D Electric, Inc 55 APPENDIX A MIAMI BEACH Proposal Certification, Questionnaire & Requirements Affidavit ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140.-ND R & D Electric, Inc 16 A P P E N D IX A MIAM I BEA CH Proposal Certification, Questionnaire & Requirements Affidavit 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND [R & D Eiectric, Inc ] 16 Solicitation No: 2019-140-ND Solicitation Title: Inspection and Maintenance of Parkin Lot Lighting Procurement.Contact: Natalia Delgado Tel: 305-673-7000 x6263 Email: nataliadelgado@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. 1. General Proposer Information. FIRM NAME: R & D Electric, Inc. NO. OF YEARS IN BUSINESS: 17 Years (since 9/25/2002) NO. OF YEARS IN BUSINESS LOCALLY: 17 years NO. OF EMPLOYEES: 32 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: n/a FIRM PRIMARY ADDRESS (HEADQUARTERS): 7447 NE 48 ST CITY: Miami STATE: Florida ZIP CODE: 33166 TELEPHONE NO.: 305 403 7841 TOLL FREE NO.: FAX NO.: 305 403 7842 FIRM LOCAL ADDRESS: 7447 NW 48 St CITY: Miami STATE: Florida ZIP CODE: 33166 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Rafael Echarri ACCOUNT REP TELEPHONE NO.: 305 303 6450 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: Rafael@RDElectriclnc.com FEDERAL TAX IDENTIFICATION NO.: 61-1428335 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 2019-140-ND 17 R & D Electric, Inc Solicitation No: Solicitation Title: 2019-140-ND Inspection and Maintenance of Parkin Lot Lighting Procurement.Contact Tel: Email: Natalia Delaado 305-673-7000 x6263 nataliadelaado@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. 1. General Proposer Information. FIRM NAME: R & D Electric, Inc. NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS LOCALLY: I NO. OF EMPLOYEES: 17 Years (since 9/25/2002) 17 years 32 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS nia FIRM PRIMARY ADDRESS (HEADQUARTERS): 7447 NE 48 ST CITY Miami STATE: I ZIP CODE: Florida 33166 TELEPHONE NO.: 305 403 7841 TOLL FREE NO.: FAX NO.: 305 403 7842 FIRM LOCAL ADDRESS: 7447 NW 48 St CITY: Miami STATE: I ZIP CODE: Florida 33166 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Rafael Echarri ACCOUNT REP TELEPHONE NO.: 305 303 6450 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: Rafael@RDElectriclnc.com FEDERAL TAX IDENTIFICATION NO.: 61-1428335 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. 1TB 2019-140-ND [R & D Electric, Inc 17 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES x 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 DO at: https:11supplierportal.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 three (3) 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- erformance by an ublic 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 Department 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 Miami Beach and Miami Dade County. n/a 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 http://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and-procedures/ R&D Electric will adopt the City of Miami BEach Code of Business Ethics ITB 2019-140-ND R & D Electric, Inc 18 1. Veteran Owned Businessj Is Prof°ser claiming a veteran owned business status? rs Jo SUBMITT AL 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. Fin anc ial C ap acity . W hen requested by the C ity, each P roposer shall arrange for Dun & Bradstreet to submit a Supplier Q ualification Report (S QR ) dire ctly to the P rocurem ent C ontact named herein. No proposal will be considered without receipt, by the C ity, of th e S OR dire ctly from Dun & B radstreet. The cost of the preparation of the S Q R shall be the responsibility of the P ro poser. T he P roposer shall request the SQR report from D&B at: htt ps://su p p lierpo rt al.d n b .co m /w eb ap p/w cs/stores/servlet/SupplierPortal?storeld=11696 P rop o sers are respo nsib le fo r the accuracy of the info rm atio n co ntain ed in its SQR. It is highly recommended that each P rop o ser rev iew the info rm ati o n co ntained in its S QR for accu racy prio r to sub m itt al to the C ity an d as early as po ssib le in the so lic itatio n process. Fo r assistan ce w ith any po rt io n of th e S QR sub mi tt al process, co ntact Du n & Brads treet at 800-424-2495. S U B M ITT A L R E Q U IR E M E N T: P roposer sha ll request that Dun & B ra dstreet subm it ils S upplier Q ualifie r Report directly to the City, w ith bid or w ithin three (3) days of reque st. 3. C o nfli ct of Interest. A ll P roposers m ust disclose, in their P ro posal, the nam e (s) of any officer, director, agent, or im m ediate fam ily m em ber (spouse, parent, sibling , and child) w ho is also an employee of the City of Miami Beach. Further, all Proposers must discl ose the nam e of any C ity em ployee w ho ow ns, either directly or indirectly, an interest of ten (10%) percent or more in the P roposer entity or any of its affiliates. NIA S U B M ITT A L RE Q U IR E M E NT : P ro posers m ust discl ose the nam e(s) of any offi cer, director, agent, or im m ediate family member (spouse, parent, sibling, and child) w ho is also an em ployee of the C ity of M iam i B each. P roposers m ust also discl ose the nam e of any C ity em ployee w ho ow ns, either directly or indirectly, an interest of ten (10%) percent or m o re in the P roposer entit y or any of its affiliates. 4. References & P ast P erf o rm a nce. P roposer shall subm it at least thre e (3) refere nces fo r w ho m the P roposer has com pleted w ork sim ilar in size and nature as the w ork referenced in solicitation. en clo se d S U B M ITT A L R E Q U IR EMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individ ual Nam e & Title , 3) A ddress, 4) Telepho ne , 5) Contact's E m ail and 6) Narrative on Scope of Services Provided. 5. S usp ens io n , Deb arm ent or Co ntract C anc ellation. Has P ro poser ever been de barred, suspended or othe r legal violatio n, or had a contract cancelled due to¡"on-p¡r fo rm ance by any public sector agency? YEes L" JNo S U B M ITT A L R E Q U IR E M E N T: If answ er to above is "Y E S ," P ro poser shall subm it a statem ent detailing the reasons that le d to act io n(s). 6. V en d o r C a m paig n C o ntributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform law s, as codified in S ections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable pro visio ns of the City's Cam paign Finance Refo rm law s are com plied w ith, and shall be subject to any and all sanctions, as prescribed there in, including disqualification of their P roposals, in the event of such non-com pliance. n/a S U B M ITT A L R E Q U IR E M E N T: S ubm it the nam es of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitatio n. For each individual or entity w ith a contro lling financi al interest indicate whether or not each individual or entity has contributed to the cam paign either directly or indirectly, of a candidate w ho has been elected to the office of M ayor or C ity Com m issioner fo r the C ity of M iam i B each. 7. Co de of B u s in ess E thics. P ursuant to C ity R esolutio n No .2000-23879, each person or entity that seeks to do business with the C ity shall adopt a Code of B usine ss E thics ("C ode ") and subm it that Code to the Procurement Department 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 Miami Beach and Miami Dade County. nia SUBMITT AL 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 http://uyyw._miamibeachtl.gov/city-hall/procurem ent/procurem ent-related-ordinance_ and-procedures] R&D Electric will adop The City 67 Miami BEaf Code oT' usiness tmhles 1TB 2019-140-ND 18 fR & DEecric, Inc ] 8. Living Wage . Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.ciov/city-hall/procurement/procurement-related-ordinance-and-orocedures/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). 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 X Sick Leave X Family Medical Leave X Bereavement Leave X 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 htto://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and- procedures/. ITB 2019-140-ND 19 R & D Electric, Inc 8. Living Wage . Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.7 8 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://ww w.miamibeachfl.gov/city-hall/procuremenUprocurement-related-ordinance-and-procedures/. SUBMITT AL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). 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? ls L Jo B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) dom estic partners" or to domestic partners of employees? tJs L Jo 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 Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X Sick Leave X Family Medical Leave X Bereavement Leave X 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 http://ww w.miamibeachfl.gov/city-hall/procuremenUprocurement-related-ordinance-and- procedures/. 1TB 2019-140-ND [R & D Electric, Inc ] 19 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addenda released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Rafael Echarri If a Initial to Confirm Recei 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 dditional confirmation of addendum is reauired. submit under separate cover. ITB 2019-140-ND R & D Electric, Inc 20 1 O. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity fo r 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 am ount provided in s. 287.017 fo r CATEGORY TW O fo r a period of 36 months fo llowing the date of being placed on the convicted vendor list. S U B M ITT A L R E Q U IR E M E N T: No additional subm ittal is required. By virtue of executing this affidavit docum ent, Proposer agrees with the requirem ents of Section 287.133, Florida Statutes, and certifies il has not been placed on convicted vendor list. 11. No n-D iscrim inatio n. 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 otherw ise 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 fam ilial status, age or disability. S U B M ITT A L R E Q U IR E M E N T : No additional subm ittal is required. By virtue of executing this affi davit docum ent, Proposer agrees it is and shall rem ain in full com pliance with Section 2-375 of the City of Miam i Beach City Code. 12. M o rato riu m on T ravel to and the P u rch ase of G o o d s o r S erv ic es fr om No rt h C arolina and M iss issip p i. Pursuant to Resolution 2016-29375, the City of Miam i Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or servi ces 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 servi ces it provides to the City be sourced from these states. S U B M ITT A L RE Q U IR E M E N T : No additional subm ittal is required. By virtue of executing this affidavit docum ent, Proposer agrees it is and shall rem ain in full com pliance with Resolution 2016-29375. 13. Fair C h ance Req u irem ent. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a com petitive solicitation, unless the proposer certifies in writing that the business has adopted and em ploys written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set fo rth in Article V of Chapter 62 of the City Code ("Fair Ch an ce Ordinance"), and which, am ong other things, (i) prohibits City contractors, as an em ployer, from inquiring about an applicant's crim inal history until the applicant is given a conditional offer of em ploym ent; (ii) prohibits advertising of em ploym ent positions with a statem ent that an individual with a crim inal record may not apply fo r the position, and (iii) prohibits placing a statem ent on an em ploym ent application that a person with a crim inal record m ay not apply fo r the position. S U B M ITT A L R E Q U IR E M E N T: No additional subm ittal is required at this tim e. 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 docum entation evidencing its com pliance upon request. Proposer further agrees that any breach of the representations m ade herein shall constitute a material breach of contract, and shall entitle the City to the im m ediate term ination fo r cause of the agreem ent, in addition to any dam ages that may be available at law and in equity. 14. A cknow ledg em e nt of A dd e nd u m . After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional info rm ation to Proposers or alter solicitation requirem ents. The City will strive to reach every Proposer having received solicitation through the City's e-procurem ent system , PublicPurchase.com . However, Proposers are solely responsible fo r assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgem ent of Addendum section certifies that the Proposer has received all addenda released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. R a fa e l E ch a rri Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt O 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 Adden dum 15 . . lf addition al con firm ation of adden dum is require d, submit und er sep arat e cover. 1TB 2019-140-ND [R & D Electric, Inc 20 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2019-140-ND 21 R & D Electric, Inc DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10 ,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 1TB 2019-140-ND [R & D Electric, Inc ] 21 Name of Proposer's Authorized Representative: RAFAEL ECHARRI Title of Proposer's Authorized Representative: PRESIDENT Signature of Proposer's Authorized Representative: /eetoa.g1C3/taAA. Dater 10/3/2019 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. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-140-ND R & D Electric, Inc 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to com ply w ill 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 P ublic R ecords Law s; all responses, data and info rm ation contained in this proposal, inclusive of the Pro osai Certification, Questionnaire and Re uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: RAFAEL ECHARRI PRESIDENT Signature of Proposer's Authorized Representative: Date, a„Glaoui 10/3/2019 /----_ V [TH E R EM A IN D E R O F TH IS PA G E IS L EF T IN T EN T IO N A L L Y B L A N K ] 1TB 2019-140-ND [R & D Electric, Inc 22 APPENDIX C MIAMIBEACH Minimum Requirements & Specifications ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND R & D Electric, Inc 25 A P P E N D IX C M IAMI BEAC H Minimum Requirements & Specifications 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND [R & DEIectric, Inc ] 25 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposers that fail to comply with the minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County Licensed Master Electrician (and maintain same throughout the duration of the contract). 2. Bidder must demonstrate experience in parking lot, right of way, or other forms of large- scale lighting projects. Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, and project contact information (phone and email). C2. Statement of Work Required. The prospective bidder shall provide all personnel, equipment, tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and maintain approximately 600 light fixtures located in various City owned surface parking lots. When providing services, the prospective bidder shall maintain and replace head fixtures, bulbs, photo cells, wires, fuses, and repair the underground fault. These services include but are not limited to repairing connections, wiring, fuses, and/or service points. C3. Specifications GROUP 1— Inspection and Maintenance Services 1.1 Inspection. Contractor shall perform bi-weekly (every two weeks) night inspections of the following parking lots and light fixtures: LOT# ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE P1 South Pointe Park - Public Parking 24 480 175 Shoe Box LED P2 South Pointe Drive & Ocean Drive Under Construction P4 100 block Washington Ave. 10 240 175 Deco P5 4th Street & Alton Road 3 480 250 Cobra Head P9 11th Street & Washington Avenue 6 240 250 Shoe Box P10 15 Street & Michigan Ave. (softball lot) 7 120 150 Deco P11 6th Street & Meridian Ave. 1 120 250 Cobra Head P12 9th Street & Washington Ave. 8 120 400 Deco LED P13 10th Street & Washington Ave. 7 120 400 Deco LED P16 13th Street & Collins Ave. W-S 15 120 250 Poulsen P18 Lincoln Lane S. & Meridian 2 120 250 Cobra Head P19 Lincoln Lane S. & Jefferson Ave. E-S 5 120 250 Cobra Head P20 Lincoln Lane S. & Jefferson Ave. W-S 2 120 250 Cobra Head P21 Lincoln Lane S. & Michigan Ave. 1 120 250 Cobra Head P23 16th Street & West Ave. 6 120 250 Cobra Head ITB 2019-140-ND 26 R & D Electric, Inc C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposers that fail to comply with the minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County Licensed Master Electrician (and maintain same throughout the duration of the contract). 2. Bidder must demonstrate experience in parking lot, right of way, or other forms of large- scale lighting projects. Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, and project contact information (phone and email). C2. Statement of Work Required. The prospective bidder shall provide all personnel, equipment, tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and maintain approximately 600 light fixtures located in various City owned surface parking lots. When providing services, the prospective bidder shall maintain and replace head fixtures, bulbs, photo cells, wires, fuses, and repair the underground fault. These services include but are not limited to repairing connections, wiring, fuses, and/or service points. C3. Specifications GROUP 1 - Inspection and Maintenance Services 1.1 Inspection. Contractor shall perform bi-weekly (every two weeks) night inspections of the following parking lots and light fixtures: LOT# ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE P1 South Pointe Park - Public Parking 24 480 175 Shoe Box LED P2 South Pointe Drive & Ocean Drive Under Construction* P4 100 block Washington Ave. 10 240 175 Deco P5 4th Street & Alton Road 3 480 250 Cobra Head pg 11th Street & Washington Avenue 6 240 250 Shoe Box P10 15 Street & Michigan Ave. (softball lot) 7 120 150 Deco P11 6th Street & Meridian Ave. 1 120 250 Cobra Head P12 9th Street & Washington Ave. 8 120 400 Deco LED P13 10th Street & Washington Ave. 7 120 400 Deco LED P16 13th Street & Collins Ave. W-S 15 120 250 Poulsen P18 Lincoln Lane S. & Meridian 2 120 250 Cobra Head P19 Lincoln Lane S. & Jefferson Ave. E-S 5 120 250 Cobra Head P20 Lincoln Lane S. & Jefferson Ave. W-S 2 120 250 Cobra Head P21 Lincoln Lane S. & Michigan Ave. 1 120 250 Cobra Head P23 16th Street & West A ve. 6 120 250 Cobra Head 1TB 2019-140-ND [R & D Electric, Inc 26 P24 17th Street & West Ave. 6 120 250 Cobra Head P25 Lincoln Lane N. & Lenox Ave. W-S 10 120 400 Cobra Head LED P26 Lincoln Lane N. & Lenox Ave. E-S 5 120 250 Cobra Head P27 Lincoln Lane N. & Meridian Ave. 6 120 250 Cobra Head P29 17th Street & Convention Center Dr. 68 240 175 Poulsen P45 Purdy Boat Ramp 7 120 175 Poulsen P46 18th Street & Purdy Ave. 4 120 175 Poulsen P48 21st Street & Park Ave. 5 120 175 Deco P49 21st Street & Collins Ave. 70 120 250 Shoe Box P49A* 21st Street & Collins Ave. 58 N/A N/A Bollards P51 23rd Street & Liberty Ave. E-S 5 120 250 Poison P55 27th Street & Collins Ave. 6 120 250 Cobra Head P56 34th Street & Collins Ave. 4 120 250 Poulsen P57 35th Street & Collins Ave. 13 120 250 Cobra Head P58 40th Street & Royal Palm Ave. 4 120 250 Cobra Head P59 40th Street & Prairie Ave. 8 120 250 Cobra Head P60 40th Street & Chase Ave. 19 120 250 Deco P61 41st Street & Alton Road 18 120 250 Deco P62 42nd Street & Jefferson Ave. 4 120 250 Cobra Head P63 42nd Street & Royal Palm Ave. 18 120 250 Cobra Head P64 47th Street & Pine Tree Drive 2 120 250 Cobra Head P71 46th Street & Collins Ave. 40 120 250 Cobra Head P72 53rd Street & Collins Ave. 21 120 250 Cobra Head P80 71st Street & Byron Ave. 8 240 175 Cobra Head P81 64th Street & Collins Ave. 8 120 250 Cobra Head P82 65th Street & Indian Creek (marina) 7 120 250 Cobra Head P83 71st Street & Harding Ave. E-S 4 120 250 Main St. P84 70th Street & Harding Ave. W-S 5 120 250 Main St. P85 71st Street & Carlyle Ave. S-S 2 120 250 Cobra Head P86 71st Street & Bonita Drive S-S 3 120 250 Cobra Head P87 71st Street & Bay Drive S-S 4 120 250 Cobra Head P88 Normandy Drive & Rue Versailles 2 120 250/400 Cobra Head P89 Normandy Drive & Bay Road N-S 2 120 250 Cobra Head P90 71st Street & Bonita Drive N-S 2 120 250 Cobra Head P91 72nd Street & Carlyle Ave. 6 120 250 Cobra Head P92 72nd Street & Collins Ave. 33 120 250 Cobra Head P106 75th Street & Collins Ave. 15 240 150 Med.Base ITB 2019-140-ND 27 R & D Electric, Inc P24 17th Street & West Ave. 6 120 250 Cobra Head P25 Lincoln Lane N. & Lenox Ave. W-S 10 120 400 Cobra Head LED P26 Lincoln Lane N. & Lenox Ave. E-S 5 120 250 Cobra Head P27 Lincoln Lane N. & Meridian Ave. 6 120 250 Cobra Head P29 17th Street & Convention Center Dr. 68 240 175 Poulsen P45 Purdy Boat Ramp 7 120 175 Poulsen P46 18th Street & Purdy Ave. 4 120 175 Poulsen P48 21st Street & Park Ave. 5 120 175 Deco P49 21st Street & Collins Ave. 70 120 250 Shoe Box P49A* 21st Street & Collins Ave. 58 N/A N/A Bollards P51 23rd Street & Liberty Ave. E-S 5 120 250 Poison P55 27th Street & Collins Ave. 6 120 250 Cobra Head P56 34th Street & Collins Ave. 4 120 250 Poulsen P57 35th Street & Collins Ave. 13 120 250 Cobra Head P58 40th Street & Royal Palm Ave. 4 120 250 Cobra Head P59 40th Street & Prairie Ave. 8 120 250 Cobra Head P60 40th Street & Chase Ave. 19 120 250 Deco P61 41 st Street & Alton Road 18 120 250 Deco P62 42nd Street & Jefferson Ave. 4 120 250 Cobra Head P63 42nd Street & Royal Palm Ave. 18 120 250 Cobra Head P64 47th Street & Pine Tree Drive 2 120 250 Cobra Head P71 46th Street & Collins Ave. 40 120 250 Cobra Head P72 53rd Street & Collins Ave. 21 120 250 Cobra Head P80 71st Street & Byron Ave. 8 240 175 Cobra Head P81 64th Street & Collins Ave. 8 120 250 Cobra Head P82 65th Street & Indian Creek (marina) 7 120 250 Cobra Head P83 71st Street & Harding Ave. E-S 4 120 250 Main St. P84 70th Street & Harding Ave. W-S 5 120 250 Main St. P85 71st Street & Carlyle Ave. S-S 2 120 250 Cobra Head P86 71st Street & Bonita Drive S-S 3 120 250 Cobra Head P87 71st Street & Bay Drive S-S 4 120 250 Cobra Head P88 Normandy Drive & Rue Versailles 2 120 250/400 Cobra Head P89 Normandy Drive & Bay Road N-S 2 120 250 Cobra Head P90 71st Street & Bonita Drive N-S 2 120 250 Cobra Head P91 72nd Street & Carlyle Ave. 6 120 250 Cobra Head P92 72nd Street & Collins Ave. 33 120 250 Cobra Head P10 6 75th Street & Collins Ave. 15 240 150 Med.Base 1TB 2019-140-ND [R & DElectric, Inc 27 P108 80th Street & Collins Ave. 24 120 175 Deco P110 85th Street & Abbott Ave. 2 120 250 Cobra Head P111 84th Street & Collins Ave. 6 120 250 Cobra Head *Contractor must supply the bollards when repairing and/or replacing. Bi-weekly (every two weeks), the Contractor must provide a detailed inspection report to the designated City Representative in the Property Management and Parking Departments. The bi-weekly (every two weeks) report must detail the following: 1) List all parking lots (locations") inspected 2) List total number of outages noted during the inspection by location. 3) List total number of damaged items noted during the inspection by location. 4) State the repairs accomplished during the inspection and number of bulb replacements by location. 5) State any suspected vandalism or suspicious activities related to City property noted during the inspection. 6) Detail any repairs required that have not been previously listed. At any time during the month, the City Representative may request from the Contractor a detailed report summarizing the bi-weekly (every two weeks) night inspections. The Contractor must provide said detailed report within 24 hours of request from the City Representative. Failure to provide this report may result in notice to cure, contract violation, and/or termination of contract. 1.2 Maintenance. The Contractor shall be responsible for the repairs and/or replacements of parking lot lights due to broken parts, corrosion, power outages, and vandalism. When necessary and in order to ensure continued lighting, Contractor is responsible for the temporary running of cables from one light pole to another. The City shall supply the following materials and equipment for repair and/or replacement: • arms • bases • bollards (except for Lot #P49 — 21st Street & Collins Ave.) • concrete bases • decorative light fixtures • handholes • landscape light fixtures • poles (inclusive of aluminum) The Contractor shall be responsible for the following materials and equipment for repair and/or replacement: • All wiring • All electrical components • All non-decorative fixtures ITB 2019-140-ND 28 R & D Electric, Inc P108 80th Street & Collins Ave. 24 120 175 Deco P110 85th Street & Abbott A ve. 2 120 250 Cobra Head P111 84th Street & Collins Ave. 6 120 250 Cobra Head contractor must supply the bollards when repairing and/or replacing. Bi-weekly (every two weeks), the Contractor must provide a detailed inspection report to the designated City Representative in the Property Management and Parking Departments. The bi-weekly (every two weeks) report must detail the following: 1) List all parking lots ('locations") inspected 2) List total number of outages noted during the inspection by location. 3) List total number of damaged items noted during the inspection by location. 4) State the repairs accomplished during the inspection and number of bulb replacements by location. 5) State any suspected vandalism or suspicious activities related to City property noted during the inspection. 6) Detail any repairs required that have not been previously listed. At any time during the month, the City Representative may request from the Contractor a detailed report summarizing the bi-weekly (every two weeks) night inspections. The Contractor must provide said detailed report within 24 hours of request from the City Representative. Failure to provide this report may result in notice to cure, contract violation, and/or termination of contract. 1.2 Maintenance. The Contractor shall be responsible for the repairs and/or replacements of parking lot lights due to broken parts, corrosion, power outages, and vandalism. When necessary and in order to ensure continued lighting, Contractor is responsible for the temporary running of cables from one light pole to another. The City shall supply the following materials and equipment for repair and/or replacement: • arms • bases • bollards (except for Lot #P49 - 21s Street & Collins Ave.) • concrete bases • decorative light fixtures • handholes • landscape light fixtures • poles (inclusive of aluminum) The Contractor shall be responsible for the following materials and equipment for repair and/or replacement: • All wiring • All electrical components • All non-decorative fixtures 1TB 2019-140-ND [R & D Electric, Inc 28 The replacement of non-decorative fixtures must conform to the City's standard equipment. Any substitutions must be approved by the City Representative. Specifically, for Cobra head lighting the Contractor must use General Electric Cobra heads: CONVENTIONAL PART # DESCRIPTION ERS2HH3B15505GRAY 250WHPS & MH -480V ERS20H3B15505G RAY 250WHPS & MH -277V ERS2HH3B11504GRAY 400WHPS & MH -480V Repairs resulting from the inspection report or initiated by a City Representative must be completed within five (5) calendar days. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. Upon completion of the repair the Contractor must remove exposed cables. When major repairs (defined as the replacement of fixtures and the repair of underground faults) are required, the Contractor must notify the City Representative immediately and get approval before proceeding with the repair. These major repairs must be completed within thirty (30) calendar days of the receipt of the inspection report or notice from the City Representative. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. The Contractor must remove exposed cables upon completion of the repair. 1.2.1 Maintenance Plan for Current Condition(s). The Property Management Director will request that the awarded bidder inspect the current condition of City owned surface parking lots and provide a report with its findings and recommendations for each City owned surface parking lot. Repairs resulting from the report must be completed within five (5) calendar days. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. Upon completion of the repair the Contractor must remove exposed cables. Group 2 — Emergency Repairs and Citywide Upgrades 2.1 Emergency Repairs. The removal of knock down poles or parts of a pole, mast arm(s), luminaries(s), and repairs t o the electrical system in such a manner as to prevent electrical shock to the general public must be attended to by the Contractor at all times, including normal work hours and on weekends. The Contractor shall respond and complete work pertinent to emergency notifications received by the City, within 6 hours after receipt of the notification by a City Representative. The Contractor shall also be responsible for responding to all other emergencies determined by the City. This includes circuit outages, lights determined to be high priority and strong winds or hurricane damages. The Contractor must provide two contact names and cell phone numbers for 24 hours a day, 7 days a week, 365 days emergency contacts. ITB 2019-140-ND R & D Electric, Inc 29 The replacement of non-decorative fixtures must conform to the City's standard equipment. Any substitutions must be approved by the City Representative. Specifically, for Cobra head lighting the Contractor must use General Electric Cobra heads: CONVENTIONAL PART# ERS2HH3815505GRAY ERS20H3815505GRA Y ERS2HH3811504GRAY DESCRIPTION 250WHPS & MH -480V 250WHPS & MH -277V 400WHPS & MH -480V Repairs resulting from the inspection report or initiated by a City Representative must be completed within five (5) calendar days. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. Upon completion of the repair the Contractor must remove exposed cables. When major repairs (defined as the replacement of fixtures and the repair of underground faults) are required, the Contractor must notify the City Representative immediately and get approval before proceeding with the repair. These major repairs must be completed within thirty (30) calendar days of the receipt of the inspection report or notice from the City Representative. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. The Contractor must remove exposed cables upon completion of the repair. 1.2 .1 M ain tenan ce Plan for Current Condition(s). The Property Management Director will request that the awarded bidder inspect the current condition of City owned surface parking lots and provide a report with its findings and recommendations for each City owned surface parking lot. Repairs resulting from the report must be completed within five (5) calendar days. If the repair will result in cables being exposed, the Contractor must secure the area and immediately notify the City Representative of the location, time period that the cables will be exposed, and an estimated completion date. Upon completion of the repair the Contractor must remove exposed cables. G ro up 2 -Em ergen cy R epairs and C ityw ide U p g rad es 2.1 E m ergency R epairs. The removal of knock down poles or parts of a pole, mast arm(s), luminaries(s), and repairs to the electrical system in such a manner as to prevent electrical shock to the general public must be attended to by the Contractor at all times, including normal work hours and on weekends. The Contractor shall respond and complete work pertinent to emergency notifications received by the City, within 6 hours after receipt of the notification by a City Representative. The Contractor shall also be responsible for responding to all other emergencies determined by the City. This includes circuit outages, lights determined to be high priority and strong winds or hurricane damages. The Contractor must provide two contact names and cell phone numbers for 24 hours a day, 7 days a week, 365 days emergency contacts. ITB 2019-140-ND [R & DElectric, Inc 29 Note: All emergency work includes immediate action for safety measures at the emergency site. Knock Down: The light poles shall be made safe within 6 hours of notification and shall be installed at the location and in accordance with the details shown on the attached plans. The poles shall be plumbed after erection. Earth shall be thoroughly compacted around the pole base to prevent shifting. This installation shall be completed within 48 hours after notification by a City Representative. The only exceptions are unavailability of the City issued materials or if damage has been done to the foundation that requires underground work. These exceptions must be verified by a City Representative. 2.2 Citywide Upgrades. The City may request, at any time, the replacement of an existing light fixture or set of light fixtures at a parking lot(s) as part of a citywide upgrade. In this scenario, the lights may function properly, however the desire would be to upgrade the appearance or features of the existing fixture(s). 2.2.1 Sea Turtle Friendly Lighting. Whenever pursuing retrofits, sea turtle friendly lighting fixtures and/or bulbs shall be installed within lots that are adjacent and/or visible from the beach utilizing the lighting guidelines approved by the Florida Fish and Wildlife Conservation Commission. 2.2.2 Sea Turtle Friendly Lighting Training. To ensure proper maintenance of sea turtle lighting, the Contractor shall attend an educational sea turtle lighting workshop, hosted by the City's Environment and Sustainability Department, within six (6) months of the execution of the contract. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-140-ND R & D Electric, Inc 30 Note: All emergency work includes immediate action for safety measures at the emergency site. Knock Down: The light poles shall be made safe within 6 hours of notification and shall be installed at the location and in accordance with the details shown on the attached plans. The poles shall be plumbed after erection. Earth shall be thoroughly compacted around the pole base to prevent shifting. This installation shall be completed within 48 hours after notification by a City Representative. The only exceptions are unavailability of the City issued materials or if damage has been done to the foundation that requires underground work. These exceptions must be verified by a City Representative. 2.2 Citywide Upgrades. The City may request, at any time, the replacement of an existing light fixture or set of light fixtures at a parking lot(s) as part of a citywide upgrade. In this scenario, the lights may function properly, however the desire would be to upgrade the appearance or features of the existing fixture(s). 2.2.1 Sea Turtle Friendly Lighting. Whenever pursuing retrofits, sea turtle friendly lighting fixtures and/or bulbs shall be installed within lots that are adjacent and/or visible from the beach utilizing the lighting guidelines approved by the Florida Fish and Wildlife Conservation Commission. 2.2.2 Sea Turtle Friendly Lighting Training. To ensure proper maintenance of sea turtle lighting, the Contractor shall attend an educational sea turtle lighting workshop, hosted by the City's Environment and Sustainability Department, within six (6) months of the execution of the contract. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 1TB 2019-140-ND [R & D Electric, Inc 30 APPENDIX D MIAMIBEACH Special Conditions ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND R & D Electric, Inc 49 A P P E N D IX D MIAMI BEAC H Special Conditions 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND [R & D Eectric, Inc ] 49 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. 1.1 Providing the Contractor(s) will agree to maintain the same price, terms and conditions of the current contract, this contract may be renewed at the sole discretion of the City, through its City Manager, for two (2) additional one (1) year terms, if mutually agreed upon by both parties. 1.2 In the event that the contract is held beyond the term herein provided it shall only be from a month-to month basis only and shall not constitute an implied renewal of the contract. Said month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, 2. PRICES SHALL BE FIXED AND FIRM. All prices quoted in the awardee's bid submittal shall remain firm and fixed, unless amended in writing by the City. 2.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement. During the renewal term, the City may consider prices increases not to increase the applicable Bureau of Labor Statistics (www.bls.gov) CPI-U index or 3%, whichever is less. The City may also consider increases based on mandated Living Wage increases. In considering cost escalation due to Living Wage increases, the City will only consider the direct costs related to Living Wage increases, exclusive of overhead, profit or any other related cost. 3. SHIPPING TERMS. Prices shall include prepaid freight by the bidder to City premises and shall be F.O.B. Destination. The Contractor shall hold title to the goods until such time as they are delivered and accepted by an authorized City representative. 4. METHOD OF PAYMENT. The Contractor(s) shall submit monthly invoices. These invoices shall be submitted to the City user department(s) that requested the service through a purchase order and shall include the applicable bi-weekly (every two weeks) inspection reports pursuant to Appendix C, Minimum Requirements and Specifications, C3. Specifications, 1.1 Inspection. Contractor(s) will be paid unit cost, pursuant to Appendix E, Cost Proposal Form, per location. 5. WARRANTY REQUIREMENTS. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material, for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days and 30 calendar days for underground faults, after the City notifies the bidder of such deficiency in writing. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are ITB 2019-140-ND R & D Electric, Inc 50 1. TERM OF CONTRA CT. This Contract shall remain in effect for a period of three (3) years from date of contract execution by the Mayor and City Clerk. 1.1 Providing the Contractor(s) will agree to maintain the same price, terms and conditions of the current contract, this contract may be renewed at the sole discretion of the City, through its City Manager, for two (2) additional one (1) year terms, if mutually agreed upon by both parties. 1.2 In the event that the contract is held beyond the term herein provided it shall only be from a month-to month basis only and shall not constitute an implied renewal of the contract. Said month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. 2. PRICES SHALL BE FIXED AND FIRM. All prices quoted in the awardee's bid submittal shall remain firm and fixed, unless amended in writing by the City. 2.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement. During the renewal term, the City may consider prices increases not to increase the applicable Bureau of Labor Statistics (www .bls.gov) CPI-U index or 3%, whichever is less. The City may also consider increases based on mandated Living Wage increases. In considering cost escalation due to Living Wage increases, the City will only consider the direct costs related to Living Wage increases, exclusive of overhead, profit or any other related cost. 3. SHIPPING TERMS. Prices shall include prepaid freight by the bidder to City premises and shall be F.O.B. Destination. The Contractor shall hold title to the goods until such time as they are delivered and accepted by an authorized City representative. 4. METHOD OF PAYMENT. The Contractor(s) shall submit monthly invoices. These invoices shall be submitted to the City user department(s) that requested the service through a purchase order and shall include the applicable bi-weekly (every two weeks) inspection reports pursuant to Appendix C, Minimum Requirements and Specifications, C3. Specifications, 1.1 Inspection. Contractor(s) will be paid unit cost, pursuant to Appendix E, Cost Proposal Form, per location. 5. WARRA NTY REQUIREMENTS. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material, for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days and 30 calendar days for underground faults, after the City notifies the bidder of such deficiency in writing. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are 1TB 2019-140-N D [R & D Electric, Inc 50 incurred by the City for this work or items; either through a credit memorandum or through invoicing. 6. EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE. The equipment being offered by the vendor shall be the most recent model available. Any optional components which are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete unit. The unit shall conform to all applicable OSHA, State, and Federal safety requirements. The engineering, materials, and workmanship associated with effort performed hereunder shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney's fees) or claims for injury or damages arising out of its failure to comply with this requirement. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program. Contractor's personnel must wear photo identification at all times. 8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the Contractor's expense, and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 9. WORK ACCEPTANCE. This project will be inspected by the City Representative. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 10. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successful bidder(s) under this contract shall be invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest !TB 2019-140-ND R & D Electric, Inc 51 incurred by the City for this work or items; either through a credit memorandum or through invoicing. 6. EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE. The equipment being offered by the vendor shall be the most recent model available. Any optional components which are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete unit. The unit shall conform to all applicable OSHA, State, and Federal safety requirements. The engineering, materials, and workmanship associated with effort performed hereunder shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this 1TB or any resulting Agreement prior to the commencement of said services. No contractor employee shall be eligible to perform services, pursuant to this 1TB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney's fees) or claims for injury or damages arising out of its failure to comply with this requirement. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program. Contractor's personnel must wear photo identification at all times. 8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the Contractor's expense, and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 9. WORK ACCEPTANCE. This project will be inspected by the City Representative. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 10. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successful bidder(s) under this contract shall be invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest 1TB 2019-140-ND [R & D Electric, Inc 51 responsible bidder(s) meeting specifications in the best interest of the City and a separate purchase order shall be issued by the City. 11. SUBSTITUTION OF ITEMS DURING TERM OF CONTRACT. Substitute brands or models may be considered during the contract period for discontinued models. However, the Contractor may not substitute brands or models without the express written consent of the City Representative. Substitute brands or models must be of equal or better quality. 12. ROADMAP FOR PROJECTS AWARDED ON A TIME AND MATERIALS BASIS (Group 2). The City may award work on a time and materials basis in accordance with Section 0200, General Condition 15, entitled Multiple Awards. City departments may request Purchase Orders to be issued to the primary Contractor for any group on a time and material basis (bid hourly charges plus parts or materials) for a specific request or for a pre-need encumbrance (blanket order). Pursuant to Section 0200, General Condition 15, entitled Multiple Awards, secondary and primary Contractors may also be considered. 12.1 Work Day. For billing purposes, regular working hours are from 7:00 a.m. to 5:00 p.m., Monday through Friday. Calls outside these hours and days will be considered non-regular. 12.2 Scheduling/Response Time. Response time requirements shall be as follows: 12.2.1 Emergency Repairs/Service. When the Contractor is notified of an emergency, the Contractor is expected to secure or fix the problem within a total of 6 hours, 2 hours to return the call and 4 hours to secure or fix the problem. 12.3 Administrative Mark-up for Parts. For parts and materials ordered under this option, Contractors shall provide a quote or invoice, as determined by the Contract Manager, based on the cost of parts and materials plus the agreed to mark-up. In determining cost of materials to which the mark-up may be applied, the Contract Manager may: i. require the Contractor to provide actual cost of parts and materials (e.g., contractor's invoice, MSRP, etc.) prior to the issuance of a Purchase Order or approval of an invoice; or ii. require the Contractor to seek and document competition from its sources for the required parts or materials; or ii. obtain data available from primary or other secondary sources and use that data in determining a fair and reasonable price. The cost of any ancillary third-party services that are provided by the Contractor, with prior approval of the Contract Manager, may be determined in the manner prescribed above. 12.3 Estimates. The City Representative may require the Contractor to provide an estimate prior to the commencement of work. Any actual charges that exceed estimate amounts must be pre-approved by the City Representative. 13. USE OF PREMISES. The Contractor shall confine ITS equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. ITB 2019-140-ND R & D Electric, Inc 52 responsible bidder(s) meeting specifications in the best interest of the City and a separate purchase order shall be issued by the City. 11. SUBSTITUTION OF ITEMS DURING TERM OF CONTRA CT. Substitute brands or models may be considered during the contract period for discontinued models. However, the Contractor may not substitute brands or models without the express written consent of the City Representative. Substitute brands or models must be of equal or better quality. 12. ROADMAP FOR PROJECTS AWARDED ON A TIME AND MATERIALS BASIS (Group 2). The City may award work on a time and materials basis in accordance with Section 0200, General Condition 15, entitled Multiple Awards. City departments may request Purchase Orders to be issued to the primary Contractor for any group on a time and material basis (bid hourly charges plus parts or materials) for a specific request or for a pre-need encumbrance (blanket order). Pursuant to Section 0200, General Condition 15, entitled Multiple Awards, secondary and primary Contractors may also be considered. 12.1 Work Day. For billing purposes, regular working hours are from 7.00 a.m. to 5.00 p.m., Monday through Friday. Calls outside these hours and days will be considered non-regular. 12.2 Scheduling/Response Time. Response time requirements shall be as follows: 12.2.1 Emergency Repairs/Service. When the Contractor is notified of an emergency, the Contractor is expected to secure or fix the problem within a total of 6 hours, 2 hours to return the call and 4 hours to secure or fix the problem. 12.3 Administrative Mark-up for Parts. For parts and materials ordered under this option, Contractors shall provide a quote or invoice, as determined by the Contract Manager, based on the cost of parts and materials plus the agreed to mark-up. In determining cost of materials to which the mark-up may be applied, the Contract Manager may: i. require the Contractor to provide actual cost of parts and materials (e.g., contractor's invoice, MSRP, etc.) prior to the issuance of a Purchase Order or approval of an invoice; or ii. require the Contractor to seek and document competition from its sources for the required parts or materials; or ii. obtain data available from primary or other secondary sources and use that data in determining a fair and reasonable price. The cost of any ancillary third-party services that are provided by the Contractor, with prior approval of the Contract Manager, may be determined in the manner prescribed above. 12.3 Estimates. The City Representative may require the Contractor to provide an estimate prior to the commencement of work. Any actual charges that exceed estimate amounts must be pre-approved by the City Representative. 13. USE OF PREMISES. The Contractor shall confine ITS equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. ITB 2019-140-ND [R & D Electric, Inc 52 14. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 15. LIQUIDATED DAMAGES. Failure to make repairs within the time specified may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all costs associated with the services performed by a secondary vendor. 16. LIVING WAGE. The living wage requirement as described in Appendix A, Section 8, and pursuant to Section 2-408 of the City of Miami Beach Code is only applicable to Group 1, Inspection and Maintenance Services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-140-ND 53 R & D Electric, Inc 14. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 15. LIQUIDATED DAMAGES. Failure to make repairs within the time specified may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all costs associated with the services performed by a secondary vendor. 16. LIVING WAGE. The living wage requirement as described in Appendix A, Section 8, and pursuant to Section 2-408 of the City of Miami Beach Code is only applicable to Group 1, Inspection and Maintenance Services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 1TB 2019-140-ND [R & DElectric, Inc 53 MIAMIBEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov R & D Electric, Inc. ADDENDUM NO. 1 INVITATION TO BID NO. 2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING (the ITB) September 26, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, 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. ATTACHMENTS. Exhibit A: Pre-Bid Sign-in Sheet II. RESPONSES TO QUESTIONS RECEIVED. Q1: In Appendix C, Minimum Requirements and Specifications, Section C3. Specified the light fixture type for every location. However, not all details and specifications (make and model) are provided in Exhibits 1 through 18. Please provide part numbers, make and model of the existing light fixtures listed on the table for Group 1, page 28 and 29 (Deco, Shoe Box, Main St., Med. Base, bollards). Al: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2 Maintenance, the Contractor is only responsible for replacing the non•decorative General Electric Cobra heads. The part numbers for these fixtures may be found on page 29 of the ITB. Q2: Is there a sign-in sheet available from the pre-bid meeting? A2: Please refer to Exhibit A. Q3: Is there an estimated budget for this? A3: There is no established budget, Q4: CMB parking lots have many feed points and lights that are fed with direct buried cable. This cable is very old and deteriorated needing to be reconditioned in conduit. Does this maintenance bid include these re-conductor costs? A typical reconductor of boring In conduit and pulling cable in CMB costs as much as the monthly maintenance paid to the contractor in the past contract. There is no way of estimating how many sections will need reconductoring. Can CMB include a line item price per foot for these reconductors? If so, will this include restoration as well? A4: The reconditioning of cables in conduit is part of the inspection and maintenance services and the cost will need to be incorporated into the per light fixture unit cost. Q5: MB is replacing the Cobra head fixture in many parking lots with LED fixtures. The Cobra head fixture was easy to repair, and replacement parts were kept in stock keeping costs down. New LED fixtures will be under warranty, will CMB be giving the Contractor the replacement fixture when needed? A5: If the fixture is under warranty, the City will supply the fixture. Q6: Can we get an average # of outages over the last 6 months? A6: In the last six months there have been an average of 43 outages. RFQ No. 2019-140-ND Addendum #1 9/26/2019 M IA M I BEACH fR & El e c tri c, Inc. ] Procurement Department 1755 Meridian Ave, 36 Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING (the 1TB) September 26, 2019 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENTS. .-.- Exhibit A: Pre-Bid Sign-in Sheet II. RE SPON SE S TO QUESTIONS RECEIVED. Q1: In Appendix C, Minimum Requirements and Specifications, Section C3. Specified the light fixture type for every location. However, not all details and specifications (make and model) are provided in Exhibits 1 through 18. Please provide part numbers, make and model of the existing light fixtures listed on the table for Group 1, page 28 and 29 (Deco, Shoe Box, Main St., Med. Base, bollards). A 1: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2 Maintenance, the Contractor is only responsible for replacing the non-decorative General Electric Cobra heads. The part numbers for these fixtures may be found on page 29 of the 1TB. Q2: Is there a sign-in sheet available from the pre-bid meeting? A2: Please refer to Exhibit A. Q3: Is there an estimated budget for this? A3: There is no established budget. Q4: CMB parking lots have many feed points and lights that are fed with direct buried cable. This cable is very old and deteriorated needing to be reconditioned in conduit. Does this maintenance bid include these re-conductor costs? A typical reconductor of boring In conduit and pulling cable in CMB costs as much as the monthly maintenance paid to the contractor in the past contract. There is no way of estimating how many sections will need reconductoring. Can CMB include a line item price per foot for these reconductors? If so, will this include restoration as well? A4: The reconditioning of cables In conduit is part of the Inspection and maintenance services and the cost will need to be incorporated into the per light fixture unit cost. 05: MB is replacing the Cobra head fixture in many parking lots with LED fixtures. The Cobra head fixture was easy to repair, and replacement parts were kept in stock keeping costs down. New LED fixtures will be under warranty, will CMB be giving the Contractor the replacement fixture when needed? A5: If the fixture is under warranty, the City will supply the fixture. Q6: Can we get an average# of outages over the last 6 months? A6: In the last six months there have been an average of 43 outages. RFQ No. 2019-140-N D A ddendum #1 9/26/2019 i ! I l I l -·-·--¡ ¡ ' i Telephone: 305-6737000'ext: 26263... Email: nataliadelqado • miamibeachfl:pov Contact: Na-talia-Delpda— Sin Alex De 08 Ersx rment Director MIAMIBEACH Procurement Department 1755 Meridian Ave, 31d Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov R & D Electric, Inc. Q7: Can we assume since these parking lots have been under contract, that poles are grounded and up to code? A7: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2.1 Maintenance Plan for Current Conditions, the awarded bidder will inspect the current condition of City owned surface parking lots and provide a report with its findings and recommendations. 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@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission, Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "No-Bid" questionnaire with the reason(s) for not submitting a proposal. RFQ No. 2019-140-ND Addendum #1 9/26/2019 M IA M I BEACH [R & Electric, Inc. ] Procurement Department 1755 Meridian Ave, 3 Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q7: Can we assume since these parking lots have been under contract, that poles are grounded and up to code? A7: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2.1 Maintenance Plan for Current Conditions, the awarded bidder will Inspect the current condition of City owned surface parking lots and provide a report with its findings and recommendations. 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@miamibeachfl.gov Contact: Telephone: Email: Natalia Delaado- 305-673-7000 ext. 26263-- ' nataliadel@ado amiamibeachfl.aov +- i -----¡ I Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential proposers that have elected not to submit a response to the 1TB are requested to complete and return the "No-Bid" questionnaire with the reason(s) for not submitting a proposal. (b P ment Director RFO No0. 2019-140-N Addendum #1 9/26/2019 RED Electric, Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NY 148th Street Miami, Florida 33185 Pitons: (305)403-7841 Fax: (305)403-7842 EC813001534 ITB 2019-140 ND STREET LIGHTING MAINTENANCE R & D ELECTRIC, INC. 7447 NW 48TH STREET MIAMI, FL 33126 305-403-7841 PHONE 305-403-7842 FAX FEIN #61-1428335 RAFAEL ECHARRI RAFAELARDELECTRICINC.COM R E Elertri, ln ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Stroot MiamI, Florida 3386 Phone: (305)-403-7841 Fa: (305)-40.3-784.2 ECNN'13001534 ITB 2019-140 ND STREET LIGHTING MAINTENANCE R & D ELECTRIC, INC. 7447 NW 4ST STREET MIAMI, FL 33126 305-403-7841 PHONE 305-403-7842 FAX FEIN #61-1428335 RAFAEL EC HARRI RAF AEL@RDELECTRICINC.COM l ETZ .B) Electric, Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Street Miami, Florida 33108 Phone: (305)-403-784f Fax: (305)-403-7842 W813001534 TABLE OF CONTENT EXECUTIVE SUMMARY 3 EXPERIENCE/QUALIFICATIONS 5 STAFFING PLAN 7 TECHNICAL PLAN 9 MAINTENANCE PLAN 11 LOCAL PREFERENCE 13 REFERENCES 14 2 E l e c t r i c , ln r ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NM 48th street Mlaml, Florida 33186 Phone: (305)-403-7841 Fax: (305)-403-784.2 EC13001534 TABLE OF CONTENT EXECUTIVE SUMMARY EXPERIENCE/QUALIFICATIONS STAFFING PLAN TECHNICAL PLAN MAINTENANCE PLAN LOCAL PREFERENCE REFERENCES 3 5 7 9 11 13 14 2 ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NH1481* Naiad Miami, Florida 33166 Phone: (305)403-7841 Fax: (305)403•7842 EC#13001534 Electric, Inc EXECUTIVE SUMMARY AND COMPANY INFORMATION To Whom It May Concern: R&D Electric, Inc. is an electrical engineering and contracting firm licensed to do work in the State of Florida. R & D Electric, Inc. is a local business. R&D Electric, Inc. provides a full range of electrical services including, but limited to: street lighting, traffic signals, highway signs, residential and commercial construction, engineering design, fire alarm, security systems and power generator installations and maintenance. Legal Name: R&D Electric, Inc. Business Address: Contacts: Business Hours: 7447 NW 48'h Street Miami, FL 33166 305-403-7841 305-403-7842 www.rdelectricinc.com Rafael Echarri, Electrical Engineer, Electrical Contractor 305-303-6450 Mobile Rafaelrdelectricinc.com Daniel Echarri, Electrical Engineer, Electrical Contractor 305-300-5354 Mobile Daniel@rdelectricinc.com Guillermo Echarri, Professional Engineer 305-403-7841 Guillermo(thsdelectricinc.com Monday — Friday 7:00am to 5:00pm Evenings and Weekends as needed Night shifts for lighting patrolling and emergency situations. Business Status: S Corporation Incorporated in the State of Florida on September 25, 2002 Our People: R&D, Electric maintains a staff of highly trained professional, electricians and technicians with comprehensive knowledge of the lighting system in Miami. Most of our employees are residents of Miami-Dade County. 3 R S Electric,ln ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th street Mlaml, Florida 33186 Phon: (305)-403-7841 Fax: (305)-40,3-7842 EC'130015.34 EXECUTIVE SUMMARY AND COMPANY INFORMATION To W hom It May Concern: R&D Electric, Inc. is an electrical engineering and contracting firm licensed to do work in the State of Florida. R & D Electric, Inc. is a local business. R&D Electric, Inc. provides a full range of electrical services including, but limited to: street lighting, traffic signals, highway signs, residential and commercial construction, engineering design, fire alarm, security systems and power generator installations and maintenance. Legal Name: Business Address: Contacts: Business Hours: Business Status: R&D Electric, Inc. 7447 NW 48" Street Miami, FL 33166 305-403-7841 305-403-7842 www.rdelectricinc.com Rafael Echarri, Electrical Engineer, Electrical Contractor 305-303-6450 Mobile Rafael@rdelectricinc.com Daniel Echarri, Electrical Engineer, Electrical Contractor 305-300-5354 Mobile Daniel@rdelectricinc.com Guillermo Echarri, Professional Engineer 305-403-7841 Guillermo@ rdelectricinc.com Monday Friday 7:00am to 5:00pm Evenings and Weekends as needed Night shifts for lighting patrolling and emergency situations. S Corporation Incorporated in the State of Florida on September 25, 2002 Our People: R&D, Electric maintains a staff of highly trained professional, electricians and technicians with comprehensive knowledge of the lighting system in Miami. Most of our employees are residents of Miami-Dade County. 3 R Electric, Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Street Miami, Florida 33188 Phone: (305)403-7841 Fax: (305)403-7842 EC813001534 Our Goal: Safety is our primary focus in providing quality safety to our customers. We at R&D Electric work hard to maintain our reputation for no-hassle reliability. We continually strive to be your performance driven partner for safe, reliable delivery of service. Common Goal "LIGHTS ON" • 98% or more of lights burning, at all times, for any lighting type or for the entire lighting system • Proper disposal of all components removed containing mercury or other hazardous material • Emergency respond time for telephone call from City of Miami Beach within 15 minutes, 24/7 (See contact list) • Respond to emergency site within 90 minutes to make site safe • Replace all knockdown poles within 48 hours • Includes all replacements and repairs cause by theft or vandalism regardless of amount of damages. • All maintenance of traffic will be performed by State of Florida MOT Advanced Certified Technician • Night patrolling • Quality Assurance Program • Safety Program and SLIMS to generate customer data for inputting into the PWS R&D staff will be available for the duration of the project to guarantee all the contract requirements 24/7. R&D does not anticipate the use of any subcontractors for this project. R&D's man-loading requirements for this project are met as follows: • Quality: All personnel assigned to the staffing plan has at least five years of experience in SLM application • Quantity: The number of personnel assigned to this project exceeds by 20% the man power required to perform all services for this project • Capability: All personnel assigned to this project is certified in each independent category (See attached personal certifications) • Availability: All personnel assigned to this project are full time employees available 100% of the time if necessary. What makes us different to our competitors? • We are the only company in South Florida that is owned and operated by electrical engineers. • We are currently maintaining over 18,000 lights for Miami Dade County. We have 12 crews providing maintenance throughout the county every day. • We cut no corners and the work is done only once simply because it is done the right way. • Our business is to light up our city. • New appearance, fresh image and clean record. • No collusion. We have signed and enclosed a NO COLLUSION AFFIDAVIT for the record. If you have any further questions, please feel free to contact us 305-403-7841 Respectfully, Mr. Rafael Echarri President 4 R S Electric, in ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th street Mlaml, Florida 33186 Phon: (305)-403-7844 Fax: (305)-40,3-784.2 EC13001534 Our Goal: Safety is our primary focus in providing quality safety to our customers. We at R&D Electric work hard to maintain our reputation for no-hassle reliability. We continually strive to be your performance driven partner for safe, reliable delivery of service. Common Goal "LIGHTS ON" • 98% or more of lights burning, at all times, for any lighting type or for the entire lighting system • Proper disposal of all components removed containing mercury or other hazardous material • Emergency respond time for telephone call from City of Miami Beach within 15 minutes, 24/7 (See contact list) • Respond to emergency site within 90 minutes to make site safe • Replace all knockdown poles within 48 hours • Includes all replacements and repairs cause by theft or vandalism regardless of amount of damages. • All maintenance of traffic will be performed by State of Florida MOT Advanced Certified Technician • Night patrolling • Quality Assurance Program • Safety Program and SLIMS to generate customer data for inputting into the PWS R&D staff will be available for the duration of the project to guarantee all the contract requirements 24/7. R&D does not anticipate the use of any subcontractors for this project. R&D's man-loading requirements for this project are met as follows: • Quality: All personnel assigned to the staffing plan has at least five years of experience in SLM application • Quantity: The number of personnel assigned to this project exceeds by 20% the man power required to perform all services for this project • Capability: All personnel assigned to this project is certified in each independent category (See attached personal certifications) • Availability: All personnel assigned to this project are full time employees available 100% of the time if necessary. What makes us different to our competitors? • We are the only company in South Florida that is owned and operated by electrical engineers. • W e are currently m aintaining over 18,000 lights fo r M iam i D ade C ounty. W e have 12 crew s providing m aintenance throughout the county every day. • We cut no corners and the work is done only once simply because it is done the right way. • Our business is to light up our city. • New appearance, fresh image and clean record. • No collusion. We have signed and enclosed a NO COLLUSION AFFIDA VIT for the record. If you have any further questions, please feel free to contact us 305-403-7841 Respectfully, Mr. Rafael Echarri President 4 Electric,Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NY 148th afoot Miami, Florida 33166 Phone: (305)-403-7841 Fax: (305)-403-7842 EC413001534 EXPERIENCE / QUALIFICATIONS R&D Electric, Inc., is an electrical contracting firm owned and operated by Electrical Engineers by electrical engineers. The founders and owners Rafael and Daniel Echarri are both certified electrical contractors licensed to do work in the State of Florida. R&D Electric, Inc. provides professional service and delivers high-quality work with an efficient, well trained and skilled workforce. Primary Qualifying Agent: Secondary Qualifying Agent: Designer: Rafael Echarri State Certified Electrical Contractor License Number: EC13001534 Electrical Engineer Engineer Intern#1100008405 Daniel Echarri State Certified Electrical Contractor License Number: EC13002941 Electrical Engineer Engineer Intern#1100008074 Guillermo Echarri Electrical Engineer/Professional Engineer License Number #PE 56773 R&D Electric currently employs 26 full time employees. R&D Electric is a pre-qualified contractor with the Florida Department of Transportation. R&D Electric is certified as a small business enterprise with Miami Dade County and as a local business firm with the Miami Dade Expressway Authority (MDX). We have the resources, equipment, and trained personnel to deliver performance based street lighting maintenance and to respond to all emergency situations as specified by this contract. We are equipped and staffed to accommodate the following activities: • Proactive roadway lighting maintenance • System patrolling and inspection • Mapping and tagging load centers and circuits • Group re-lamping and washing of light lenses • Luminaries conversions/upgrades for energy and cost savings • Underground cable locating and repair • Replacement of knock down lighting pole assemblies • Proper disposal of hazardous materials 5 Electrir, ln ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NMW 48th Street Miaml, Florida 33186 Phone: (305)-40.3-7841 Fax: (305)-40.3-7842 ECM13001534 EXPERIENCE/ QUALIFICATIONS R&D Electric, Inc., is an electrical contracting firm owned and operated by Electrical Engineers by electrical engineers. The founders and owners Rafael and Daniel Echarri are both certified electrical contractors licensed to do work in the State of Florida. R&D Electric, Inc. provides professional service and delivers high-quality work with an efficient, well trained and skilled workforce. Primary Qualifying Agent: Secondary Qualifying Agent: Rafael Echarri State Certified Electrical Contractor License Number: EC13001534 Electrical Engineer Engineer Intern# 1100008405 Designer: Daniel Echarri State Certified Electrical Contractor License Number: EC13002941 Electrical Engineer Engineer Intern#! I 00008074 Guillermo Echarri Electrical Engineer/Professional Engineer License Number #PE 56773 R&D Electric currently employs 26 full time employees. R&D Electric is a pre-qualified contractor with the Florida Department of Transportation. R&D Electric is certified as a small business enterprise with Miami Dade County and as a local business firm with the Miami Dade Expressway Authority (MDX). We have the resources, equipment, and trained personnel to deliver performance based street lighting maintenance and to respond to all emergency situations as specified by this contract. We are equipped and staffed to accommodate the following activities: • Proactive roadway lighting maintenance • System patrolling and inspection • Mapping and tagging load centers and circuits • Group re-lamping and washing of light lenses • Luminaries conversions/upgrades for energy and cost savings • Underground cable locating and repair • Replacement of knock down lighting pole assemblies • Proper disposal of hazardous materials 5 Electric, Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Street Miami, Florida 33166 Phone: (305)-403-7841 Fax: (305)403-7842 EC813001534 Our Fleet includes a variety of specialized equipment: • Cranes — 14, 20, and 30 tons • Bucket Trucks — from 42ft to 60ft. • Augers — 9 inches to 66 inches • Trenchers • Service Vans • Mini-Excavators • Back Hoe • Directional Boring Equipment • Dump Trucks, Trailers • Ground Penetrating Radars 6 E l e c t r i c , ln r ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NM 48th Stroot Mlamu, Florida 33186 Phone: (305)-403-7841 Fax: (305)-40.3-784.2 ECM'13001534 O ur Fl eet incl udes a variety of specialized equipment: • Cranes 14, 20, and 30 tons • B ucket Trucks fr om 42ft to 60ft . • Augers- 9 inches to 66 inches • Trenchers • Serv ice V ans • M ini-Excavators • B ack Hoe • D irectional Boring Equipm ent • D um p Tru cks, Tra ilers • G ro und Penetra ting R adars 6 R Electric, Inc , ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Street Allaml, Florida 33188 Phone: (305)403-7841 Fax: (305)-403-7842 EC813001534 STAFFING PLAN Administration & Management Rafael Echarri — Electrical Engineer and State Certified Electrical Contractor. Mr. Echarri is President and primary qualifying agent for R&D Electric, Inc. with 18 years of electrical construction experience and is responsible for the administration, field operations, safety & training, customer communications and quality assurance. Daniel Echarri — Electrical Engineer and State Certified Electrical Contractor. Mr. Echarri is VP of R&D Electric with 18 years of electrical construction experience and responsible for daily communication and coordinating work schedule and activities with the City representative of this project. Plans, schedules and assign work to crews. He also monitors and coordinates between day crew and night crews and conducts field audit inspections. Electrician / Foreman — Highly experienced in highway lighting, from replacing lamps, ballasts, troubleshooting outages, load centers, circuits, pull wire, pole repairs & replacements, replacing foundations and underground locations. We also specialize in setting up MOT devices as per FDOT requirements and guidelines. We insure the safety of the crew members and traveling public. All work is performed in accordance with the NEC and FDOT standards, as we safely minimize disruption of traffic to the traveling public and communicate ongoing activities with City Project Manager. The following are the key personnel who will be assigned to this project: Crew #1 Juan Manuel Torres —Electrician and IMSA Certified. Angel Luis — IMSA Certified Crew #2 David Rojas —Electrician and IMSA Certified. Yensy Pasos — IMSA Certified Crew #3 Ignacio Aguilera —Electrician and IMSA Certified. Yosvany Perez— IMSA Certified Patrol Crews Carlos Hernandez Daniel Romero Eugenio cruz 7 Electric, int ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NMW 48'th Stroot Miaml, Florida 33186 Phone: (305)-403-7844 Fax: (305)-40,3-784.2 EC'13001534 ST AFFI NG PLAN Administration & Management Rafael Echarri Electrical Engineer and State Certified Electrical Contractor. Mr. Echarri is President and primary qualifying agent for R&D Electric, Inc. with 18 years of electrical construction experience and is responsible for the administration, field operations, safety & training, customer communications and quality assurance. Daniel Echarri Electrical Engineer and State Certified Electrical Contractor. Mr. Echarri is VP of R&D Electric with 18 years of electrical construction experience and responsible for daily communication and coordinating work schedule and activities with the City representative of this project. Plans, schedules and assign work to crews. He also monitors and coordinates between day crew and night crews and conducts field audit inspections. Electrician / Foreman Highly experienced in highway lighting, from replacing lamps, ballasts, troubleshooting outages, load centers, circuits, pull wire, pole repairs & replacements, replacing foundations and underground locations. We also specialize in setting up MOT devices as per FDOT requirements and guidelines. We insure the safety of the crew members and traveling public. All work is performed in accordance with the NEC and FDOT standards, as we safely minimize disruption of traffic to the traveling public and communicate ongoing activities with City Project Manager. The following are the key personnel who will be assigned to this project: Crew #1 Juan Manuel Torres -Electrician and IMSA Certified. Angel Luis - IMSA Certified Crew #2 David Rojas -Electrician and IMSA Certified. Y ensy Pasos - IMSA Certified Crew #3 Ignacio Aguilera -Electrician and IMSA Certified. Y os van y Perez- IMSA Certified Patrol Crews Carlos Hernandez Daniel Romero Eugenio cruz 7 ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NOV 48th Street Miami, Florida 33188 Phone: (305)403-7841 Fax: (305)-403-7842 EC813001534 E lectric, Inc We anticipate utilizing: 1. Night Patroller (Pick-up Truck) — Observe/record load center, circuits and individual outages 2. Night crews (Bucket Truck) — As required to repair individual outages and minimize traffic conflicts with the public. 3. Day Patroller (Pick-up Truck) — Observe /record structural elements of the system such as knock down poles, broken bases and or lost or missing covers. 4. Day Crew (Bucket Truck) — As required to repair various elements of the system, replace knock down poles, luminaries, mast arms and conductors. Patrol Crew • The patrol crew will perform outage repairs only in order to assure that assigned corridors are monitored regularly. • The patrol crew reports disruptions found requiring repairs beyond their scope of work. The patrol crew will initialize work orders for the repair crew and knockdown crew through the SLIMS system. • The patrol crew may be dispatched to an emergency call and make safe the disruption within the first hour. • The patrol crew generates a Field Service Report which is fed to the SLIMS work order module every morning. • The work schedule and fast response afforded with the Night Patrol have a direct impact in reducing the impact on the traveling public as well as prevent death and vandalism. Repair Crews • Repair crews are dispatched every morning to effect repairs reported as described above • Repair crews work orders are prioritized to warrant that repairs are performed within the 24 hours' limit established by this proposal. To prevent future problems, the repair crew will replace low performance parts. • The repair crew generate a Reid Service Report which is fed to the SLIMS and PWS Work. • Order module every morning, upon repair completion. The circuit will be energized to check for SLO as well as the condition of the service point. Knockdown Crews • The knockdown crews are specially equipped to perform knockdown repairs and are dispatched every morning to those sites requiring this service. • The knockdown crews can be re assigned to perform similar repairs that those performed by the repair crews. • The knockdown crews generate a field service report which is fed to the SLIMS and PWS work order module every morning. 8 R S Electric, ln ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NM 48th Stroot Mlam, Florida 331868 Phone: (305)-403-7841 Fax: (305)-403-784.2 EC13001534 We anticipate utilizing: 1. Night Patroller (Pick-up Truck) Observe/record load center, circuits and individual outages 2. N ight crew s (Bucket Truck) As required to repair individual outages and minimize traffic conflicts with the public. 3. Day Patroller (Pick-up Truck) Observe /record structural elements of the system such as knock down poles, broken bases and or lost or missing covers. 4. Day Crew (Bucket Truck) As required to repair various elements of the system, replace knock down poles, luminaries, mast arms and conductors. Patrol Crew • The patrol crew will perform outage repairs only in order to assure that assigned corridors are monitored regularly. • The patrol crew reports disruptions found requiring repairs beyond their scope of work. The patrol crew will initialize work orders for the repair crew and knockdown crew through the SLIMS system. • The patrol crew may be dispatched to an emergency call and make safe the disruption within the first hour. • The patrol crew generates a Field Service Report which is fed to the SLIMS work order module every morning. • The work schedule and fast response afforded with the Night Patrol have a direct impact in reducing the impact on the traveling public as well as prevent death and vandalism. R epair Crew s • Repair crews are dispatched every morning to effect repairs reported as described above • Repair crews work orders are prioritized to warrant that repairs are performed within the 24 hours' limit established by this proposal. To prevent future problems, the repair crew will replace low performance parts. • The repair crew generate a Reid Service Report which is fed to the SLIMS and PWS W ork. • Order module every morning, upon repair completion. The circuit will be energized to check for SLO as well as the condition of the service point. K nockdow n Crew s • The knockdown crews are specially equipped to perform knockdown repairs and are dispatched every morning to those sites requiring this service. • The knockdown crews can be re assigned to perform similar repairs that those performed by the repair crews. • The knockdown crews generate a field service report which is fed to the SLIMS and PWS work order module every morning. 8 Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Street Miami, Florida 33166 Phone: (305)403.7841 Fax (305)-403-7842 EC813001534 TECHNICAL PLAN Technical Approach - We have many years of experience in the street lighting industry. We were recently awarded a similar contract for the street lighting maintenance for the city of Coral Gables. To achieve the operational status that he city desires a proactive maintenance approach will be implemented. • Safety First...No One Gets Hurt! — We are a "Safety First" Company, at all times our crews will conduct their operations with the highest regards for public safety. • We will provide an experienced staff with adequate training to perform the work. • We will have well maintained equipment and tools available for our crews. Inventory - We stock above one hundred thousand dollars' worth of roadway lighting and electrical material. Our vast inventory allows for minimal response time to repair outages. Patrolling and Maintenance — We intent to provide 24 hour coverage for the lighting system to maximize availability and respond to emergencies that may occur. Each night there will be at least one service crew patrolling / facilitating repairs to the system. During the day there will also be crews working on the system for information provided on the night patrol. If at any time the work load demands additional men or equipment we will pull from our extensive resources to handle the load. Operating Costs - It is our goals to keep operating costs to a minimum. By group re-lamping, maintaining load center equipment and circuit conductor's power loss will be reduced and the lighting system will operate a t a higher efficiency level. This will reduce power consumption there by reducing operating costs. R & D Electric fully intends to hold all suppliers accountable for their products by pursuing all applicable warranties. Quality Control and Testing - We purchase only the highest quality products. By doing this, failure rates are reduced and reliability increases. Thus eliminating the need for return trips or additional outages. The workmanship of our crews is continually being monitored for quality assurance thus providing additional value to our customers. Innovation — Over the years our techniques have become very innovating. With 24 hour coverage of the system we are able to respond to emergencies and other problems very quickly. We schedule specific maintenance activities to provide the least interference with the traveling public. The initial costs are higher but over the long term the savings are realized by creating a less maintenance intensive system. Communication - Our crews are equipped with cell phones and each truck with a GPS system. R & D Electric will also provide the city project manager a cell phone (if needed) at no additional cost, so as the management team, customer, service crews are always in contact. The status of the lighting system, daily work plan and crew performance will be communicated on a daily basis. 9 E l e c t r i c , In ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NNV 48th Street Miaml, Florida 33188 Phone: (305)-403-7841 Fax: (305)-403-784.2 EC13001534 TECHNICAL PLAN Technical App roach - We have many years of experience in the street lighting industry. We were recently awarded a similar contract for the street lighting maintenance for the city of Coral Gables. To achieve the operational status that he city desires a proactive maintenance approach will be implemented. • Safety First ... No One Gets Hurt! - We are a "Safety First" Company, at all times our crews will conduct their operations with the highest regards for public safety. • We will provide an experienced staff with adequate training to perform the work. • We will have well maintained equipment and tools available for our crews. Inyentory_- We stock above one hundred thousand dollars' worth of roadway lighting and electrical material. Our vast inventory allows for minimal response time to repair outages. Patrolling and M aintenance We intent to provide 24 hour coverage for the lighting system to maximize availability and respond to emergencies that may occur. Each night there will be at least one service crew patrolling/ facilitating repairs to the system. During the day there will also be crews working on the system for information provided on the night patrol. If at any time the work load demands additional men or equipment we will pull from our extensive resources to handle the load. Operating Costs - It is our goals to keep operating costs to a minimum. By group re-lamping, maintaining load center equipment and circuit conductor's power loss will be reduced and the lighting system will operate a t a higher efficiency level. This will reduce power consumption there by reducing operating costs. R & D Electric fully intends to hold all suppliers accountable for their products by pursuing all applicable warranties. Quality Control and Testing - We purchase only the highest quality products. By doing this, failure rates are reduced and reliability increases. Thus eliminating the need for return trips or additional outages. The workmanship of our crews is continually being monitored for quality assurance thus providing additional value to our customers. Innovation Over the years our techniques have become very innovating. With 24 hour coverage of the system we are able to respond to emergencies and other problems very quickly. We schedule specific maintenance activities to provide the least interference with the traveling public. The initial costs are higher but over the long term the savings are realized by creating a less maintenance intensive system. Communication - Our crews are equipped with cell phones and each truck with a GPS system. R & D Electric will also provide the city project manager a cell phone (if needed) at no additional cost, so as the management team, customer, service crews are always in contact. The status of the lighting system, daily work plan and crew performance will be communicated on a daily basis. 9 Electric, Inc 7447 NW 48th Street Florlda 33166 Phone: (305)-403-7841 Fax: (305)403-7842 Et413001534 ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS Facility / Capabilities • Operations for this contract will be conducted from our facility located at 7447 NW 48 Street, Miami, Fl. 33166. This location has an office with more than ample secure yard space. • We have ample staff and equipment to facilitate the performance requirements of this contract. • We anticipate utilizing: 1. Night patroller (pick-up truck) — Observe / record load center, circuit, and individual outages. 2. Night crews (bucket truck) — As required to repair individual outages / minimize traffic conflicts with the public. 3. Day Patroller (pick-up truck) — Observe / record structural elements of the system such as knock down poles, broken bases, lose or missing covers. 4. Day Crews (bucket truck) — as required to repair various elements of the system, replace knock down poles, luminaries, mast arms, and conductors. DAY TIME SHEDULE Tasks MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY Knockdown - Make It Safe x x x x x x x Knockdown - Replacement x x x x x Repair of Roadway Lighting x x x x x Circuit Out x x x x x Emergency Response x x x x x x x NIGHT TIME SCHEDULE Knockdown - Make It Safe x x x x x x x Knockdown - Replacement Repair of Roadway Lighting Circuit Out ., Emergency Response x x x x x x x 10 R E Electric,In ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th 9tret Miami, Florida 33186 Phone: (305)-40.3-7841 Fax: (305)-403-784.2 EC'13001534 Facility / Capabilities • Operations for this contract will be conducted from our facility located at 7447 NW 48 Street, Miami, Fl. 33166. This location has an office with more than ample secure yard space. • We have ample staff and equipment to facilitate the performance requirements of this contract. • We anticipate utilizing: l. Night patroller (pick-up truck) Observe / record load center, circuit, and individual outages. 2. Night crews (bucket truck) As required to repair individual outages / minimize traffic conflicts with the public. 3. Day Patroller (pick-up truck) Observe / record structural elements of the system such as knock down poles, broken bases, lose or missing covers. 4. D ay C rew s (bucket truck) as required to repair various elements of the system, replace knock down poles, luminaries, mast arms, and conductors. DAY TIM E SHED ULE T asks M O N D A Y TU E S D A Y W ED N E S D A Y TH U R S D A Y FRI DA Y SATU RDAY SUNDAY K no ckd o wn - M a ke It Safe x X x X X X X Knockdown - Replacement X x x X x Repair of Roadway Lighting X X X X X Circuit Out X X x X x Emergency Response x X X X x X X NIGHTT IME SCHED ULE Knockdown - Make It Safe X X X X X X X Kno ckdown - Replacem ent Repair of Roadway Lighting Circuit Out Emergency Response X X X X X X X 10 1nDc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Street Miami, Florida 33188 Phone: (305)403-7841 Fax; (205)403-7842 EC813001534 MAINTENANCE PLAN R&D Electric Inc., proposes to maintain the City owned lighting system, as detailed on the contract specifications, as follows: 1) R&D Electric will have one person in charge of overseeing the administration of the Street Light Maintenance contract. There will be a project manager that will report to the person administrating this contract, and there will be two (2) superintendents reporting to the project manager. 2) R&D Electric does not anticipate utilizing any subcontractors on this project. 3) R&D Electric will assign one person to monitors and make all necessary entries on to the City Street Light Management System. 4) R&D Electric will establish a route schedule so that all lights will be visited at least one per week, at night, in order to verify single light outages. 5) Based on outages reported by the night time patrol and any outages reported to the County, we will schedule our crews to restore any deficiencies to the lighting system, giving priority to locations reported due to County directive and resident complaints. 6) Once a repair has been performed, we will perform a complete safety check at each location. 7) R&D Electric will staff accordingly to have sufficient crews available at all hours to respond to any emergency knockdown in 2 hours or less. 8) In the past, R&D Electric has employed anywhere from one (1) to three (3) crews to patrol the lighting system. The make-up of these crews can vary from one (1) person in a service truck to two-man crews in a bucket truck, with a 60-foot minimum reach. 9) It has been our experience that in order to properly service the County lighting system, there have been occasions where as few as two (2) crews and, at peak outage periods, as many as ten (10) crews have been necessary to properly maintain the lighting system. 10) Maintenance crews will utilize the following equipment throughout the duration of the maintenance contract: minimum 60-foot reach bucket trucks, pressure digger auger trucks, cranes (minimum 14 tons), trenching machines, skid loaders, wire trailers, pole trailers, compressors, equipment trailers, etc. 11) Our crews will have the following material available at all times: wire, lamps cobra head luminaires, frangible t- bases, ground rods, ground rod connectors, exothermic welds, 2" PVC conduit and accessories, pull boxes, fuses, fuse holders, heavy duty disconnects, etc. 12) It has been R&D Electric 's experience that in a maintenance contract, there can be no specific time schedule to complete a task. Since we will be proactive in maintaining the lighting system, we will do everything necessary to correct any items that are malfunctioning at the time of service, as well as proactively replacing any item that we feel will fail in the near future. These items include, but are not limited to, dated lamps, fuses, fuse holders, frangible t-bases, lenses, starters, capacitors, etc. 13) R&D Electric is confident that it can meet all of the requirements of the Scope of Work. R&D Electric has performed this work in the past and has always met or exceeded the requirements of properly maintaining a proper roadway lighting system. 14) R&D Electric has been in business for 14 plus years. Currently, we employ 26 very competent individuals. R&D Electric is licensed to perform work anywhere within the State of Florida. However, we are committed on keeping our focus on Miami-Dade County. 11 R SE Elertric,ln ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NV 48th Stroot Miaml, Florida 33186 Phone: (305)-403-7841 Fax: (305)-403-7842 EC3001534 MAINTENANCE PLAN R&D Electric Inc., proposes to maintain the City owned lighting system, as detailed on the contract specifications, as follows: 1) R&D Electric will have one person in charge of overseeing the administration of the Street Light Maintenance contract. There will be a project manager that will report to the person administrating this contract, and there will be two (2) superintendents reporting to the project manager. 2) R&D Electric does not anticipate utilizing any subcontractors on this project. 3) R&D Electric will assign one person to monitors and make all necessary entries on to the City Street Light Management System. 4) R&D Electric will establish a route schedule so that all lights will be visited at least one per week, at night, in order to verify single light outages. 5) Based on outages reported by the night time patrol and any outages reported to the County, we will schedule our crews to restore any deficiencies to the lighting system, giving priority to locations reported due to County directive and resident complaints. 6) Once a repair has been performed, we will perform a complete safety check at each location. 7) R&D Electric will staff accordingly to have sufficient crews available at all hours to respond to any emergency knockdown in 2 hours or less. 8) In the past, R&D Electric has employed anywhere from one (1) to three (3) crews to patrol the lighting system. The make-up of these crews can vary from one ( 1) person in a service truck to two-man crews in a bucket truck, with a 60-foot minimum reach. 9) It has been our experience that in order to properly service the County lighting system, there have been occasions where as few as two (2) crews and, at peak outage periods, as many as ten (1 O) crews have been necessary to properly maintain the lighting system. 1 O) Maintenance crews will utilize the following equipment throughout the duration of the maintenance contract: minimum 60-foot reach bucket trucks, pressure digger auger trucks, cranes (minimum 14 tons), trenching machines, skid loaders, wire trailers, pole trailers, compressors, equipment trailers, etc. 11) Our crews will have the following material available at all times: wire, lamps cobra head luminaires, frangible t- bases, ground rods, ground rod connectors, exothermic welds, 2" PVC conduit and accessories, pull boxes, fuses, fuse holders, heavy duty disconnects, etc. 12) It has been R&D Electric 's experience that in a maintenance contract, there can be no specific time schedule to complete a task. Since we will be proactive in maintaining the lighting system, we will do everything necessary to correct any items that are malfunctioning at the time of service, as well as proactively replacing any item that we feel will fail in the near future. These items include, but are not limited to, dated lamps, fuses, fuse holders, frangible t-bases, lenses, starters, capacitors, etc. 13) R&D Electric is confident that it can meet all of the requirements of the Scope of Work. R&D Electric has perform ed this work in the past and has always met or exceeded the requirements of properly maintaining a proper roadway lighting system. 14) R&D Electric has been in business for 14 plus years. Currently, we employ 26 very competent individuals. R&D Electric is licensed to perform work anywhere within the State of Florida. However, we are committed on keeping our focus on Miami-Dade County. 11 11"...1.11.411.111 )E1Atric, Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NYI48th Street Miami, Florida 33166 Phone: (305)-403-7841 Fax: (305)-403-7842 ECS13001534 PREVENTATIVE MAINTENANCE • The Preventative Maintenance Program reduces unplanned disruptions to the system thus minimizing the impact on the traveling public and the environment. • Based on the statistical data generated by SLIMS, schedules for systematic preventative maintenance of certain components and other services will be developed in order to minimize the occurrence of unplanned disruptions. • Light poles subject to repeated knockdown due to traffic conditions will be relocated to a safer location complying with the required illumination pattern at no extra cost. • Additional preventative maintenance will be performed to every load center to assure the integrity of the equipment such as water proofing, clean contacts and read consumption to prevent silent short circuits. • R&D Electric, Inc. will also perform systematic evaluation of recurring problems and develop permanent solutions. MATERIALS AND STORAGE FURNISHED BY CONTRACTOR R&D Electric, Inc., policy requires sufficient inventory levels at our local warehouse of critical street lighting components such as lamps, ballasts, fixtures, power doors and fuses. The SLIMS system will support the inventory activity by keeping accurate records of all parts and components used for the repairs and recorded through the SLIMS Reid Report. R&D Electric Inc., will stock a ninety (90) day supply of the following materials: • All standard Cobra Head luminaires. • Power Doors, ballasts and lamps. • High Mast lamps, ballasts, disconnect plugs, lowering device and all miscellaneous parts for high mast. • Fuses and fuse holders. • High Pressure Sodium Lamps. • Safety Switch & Load Center components. • Concrete Pull Boxes. • Copper and aluminum wire to match existing wiring. • Sch. 40 PVC conduits, elbows and couplings or galvanized pipes. • Heat shrink caps, wraps, tapes, scotch tape, polyurethane foam. • Access cover for aluminum poles and transformer bases. • Concrete pole bases. • Photocells. • 20 ft. Copper Clad Ground Rods with exothermic welded connections. 12 R S Electrir, ln ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NV 48'th 9tree t Mlaml, Florida 33166 Phono: (305)-403-7841 Fax: (305)-40.3-784.2 EC#'13001534 PREVENTATIVE MAINTENANCE • The Preventative Maintenance Program reduces unplanned disruptions to the system thus minimizing the impact on the traveling public and the environment. • Based on the statistical data generated by SLIMS, schedules for systematic preventative maintenance of certain components and other services will be developed in order to minimize the occurrence of unplanned disruptions. • Light poles subject to repeated knockdown due to traffic conditions will be relocated to a safer location complying with the required illumination pattern at no extra cost. • Additional preventative maintenance will be performed to every load center to assure the integrity of the equipment such as water proofing, clean contacts and read consumption to prevent silent short circuits. • R&D Electric, Inc. will also perform systematic evaluation of recurring problems and develop permanent solutions. MATERIALS AND STORAGE FURNISHED BY CONTRACTOR R&D Electric, Inc., policy requires sufficient inventory levels at our local warehouse of critical street lighting components such as lamps, ballasts, fixtures, power doors and fuses. The SLIMS system will support the inventory activity by keeping accurate records of all parts and components used for the repairs and recorded through the SLIMS Reid Report. R&D Electric Inc., will stock a ninety (90) day supply of the following materials: • All standard Cobra Head luminaires. • Power Doors, ballasts and lamps. • High Mast lamps, ballasts, disconnect plugs, lowering device and all miscellaneous parts for high mast. • Fuses and fuse holders. • High Pressure Sodium Lamps. • Safety Switch & Load Center components. • Concrete Pull Boxes. • Copper and aluminum wire to match existing wiring. • Sch. 40 PVC conduits, elbows and couplings or galvanized pipes. • Heat shrink caps, wraps, tapes, scotch tape, polyurethane foam. • Access cover for aluminum poles and transformer bases. • Concrete pole bases. • Photocells. • 20 ft. Copper Clad Ground Rods with exothermic welded connections. 12 Electric, Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Sheet Arland, Florida 33188 Phone: (305)403-7841 Fax: (305)403-7842 EC813001534 WARRANTIES & GUARANTEES • R&D, Electric Inc., warrants that all parts and components used for the maintenance and repair of the lighting systems to be free of defects in material and workmanship. • All parts and components used for the maintenance and repair are UL approved. • R&D Electric, Inc., guarantees that all repairs, inspections, routine maintenance, emergencies, vandalism, theft, missing parts, quality assessment, physical integrity and damages by others (excavation, automobiles accidents, etc.) will be performed at no additional cost. Repair of damages caused by natural disasters such a tropical storms and hurricanes are not included under this Contractors Guarantee. • R&D Electric Inc., guarantees a 98% uptime for the entire Roadway Lighting system. Emergency Contact List • Rafael Echarri — (305) 303-6450 • Daniel Echarri — (305) 300-5354 • Office — (305) 403-7841 LOCAL PREFERENCE R & D Electric holds a local business certification for the Miami Dade Expressway Authority. R & D Electric is a Miami Dade County Community Small Business Enterprise firm. R & D Electric is a certified as a Disadvantage Business Enterprise with the State of Florida. R & D Electric is a Miami Dade County Small Business Enterprise firm. R & D Electric is a FDOT prequalified company. 13 R S Elertric, ln ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NMW 48th Street Miaml, Florida 331868 Phone: (305)-403-7841 Fax: (305)-403-7842 EC'3001534 WARRANTIES & GUARANTEES • R&D, Electric Inc., warrants that all parts and components used for the maintenance and repair of the lighting systems to be free of defects in material and workmanship. • All parts and components used for the maintenance and repair are UL approved. • R&D Electric, Inc., guarantees that all repairs, inspections, routine maintenance, emergencies, vandalism, theft, missing parts, quality assessment, physical integrity and damages by others (excavation, automobiles accidents, etc.) will be performed at no additional cost. Repair of damages caused by natural disasters such a tropical storms and hurricanes are not included under this Contractors Guarantee. • R&D Electric Inc., guarantees a 98% uptime for the entire Roadway Lighting system. Emergency Contact List • Rafael Echarri - (305) 303-6450 • Daniel Echarri - (305) 300-5354 • Office (305) 403- 7841 LOCAL PREFERENCE R & D Electric holds a local business certification for the Miami Dade Expressway Authority. R & D Electric is a Miami Dade County Community Small Business Enterprise firm. R & D Electric is a certified as a Disadvantage Business Enterprise with the State of Florida. R & D Electric is a Miami Dade County Small Business Enterprise firm. R & D Electric is a FOOT prequalified company. 13 iir---"4.16.111.1.11111.1111441)E/ect rfc , Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Street Arland, Florida 33166 Phone: M05J-403-7841 Fax: (305)-403-7842 MO13001534 REFERENCES PREVIOUS CONTRACTS Project Number. 20130017R Project Name. Street Lighting Maintenance Scope of Work. Maintenance of about 3,200 Street lights Owner. Miami Dade County Julio Navarro 786.527.5708 305.776.0532 julio.navarro@miamidade.gov Project Number. E6F61/ 249581-1 Project Name. SR 826 & SR 836 Interchange Scope of Work. Street Lighting Maintenance and Completion Project Owner. FDOT and MDX Contractor. Condotte / Community / DeMoya JV Project Manager. Ricardo Escobar, PE 305.305.1643 rescobar@HRODcei.com Project Number. 87424 Project Name. SR-874 & Killian Improvements Scope of Work. Maintenance and new installation of about 480 Street Lights Owner. MDX Contractor. Condotte America Project Manager. Brent Marley 305.345.5482 bmarley@condotteamerica.com Project Number. not available Project Name. NE 2ND AVE IMPROVEMENTS Scope of Work. Maintenance and new installation of 50 New Street Lights Owner. City of Miami Contractor. JVA Engineering Project Manager. Jose Alvarez 305.986.6545 305.804.3579 jrna@jvaengineering.com 14 R S Electric, Inc REFERENCES PREVIOUS CONTRACTS Project Number. Project Name. Scope of Work. Owner. Project Number. Project Name. Scope of Work. Owner. Contractor. Project Manager. Project Number. Project Name. Scope of Work. Owner. Contractor. Project Manager. Project Number. Project Name. Scope of Work. Owner. Contractor. Project Manager. ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NMW 48th Stroot MiamI, Florida 33186 Phone: (305)-40.3-7841 Fax: (305)-40.3-7842 EC130015.34 20130017R Street Lighting Maintenance Maintenance of about 3,200 Street lights Miami Dade County Julio Navarro 786.527.5708 305.776.0532 julio.navarro@miamidade.gov E6F61/ 249581-1 SR 826 & SR 836 Interchange Street Li ghting M aintenance and Completion Project FD O T and M D X Condotte/ Com m unity / DeM oya JV Ricardo Escobar, PE 305.305.1643 rescobar@ H RO D cei.com 87424 SR-874 & Killian Im provem ents M aintenance and new installation of about 480 Street Lights M D X Condotte A m erica Brent M arley 305.345.5482 bm arley@ con dotteam er ica.com not available NE 2ND A V E IM P RO V EM EN TS M aintenance and new installation of 50 New Street Lights City of M iam i JV A Engineering Jose A lvarez 305.986.6545 305.804.3579 jm a@ jvaengineering.com 14 ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48th Street Wand, Florida 33188 Phone: (305)-403-7841 Far (305)403-7842 EC813001534 Electric, Inc REFERENCES CURRENT CONTRACTS Project Number. 20160015 Project Name. Street Lighting Maintenance Scope of Work. Maintenance of about 7,000 Street lights NORTH CORRIDOR Owner. Miami Dade County Julio Navarro 786.527.5708 305.776.0532 julio.navarro@miamidade.gov Project Number. 20160016 Project Name. Street Lighting Maintenance Scope of Work. Maintenance of about 9,000 Street lights SOUTH CORRIDOR Owner. Miami Dade County Julio Navarro 786.527.5708 305.776.0532 julio.navarro@miamidade.gov Project Number. 20160170 Project Name. Street Lighting Maintenance Scope of Work. Maintenance of about 1,980 Street lights COASTAL AREA Owner. Miami Dade County Julio Navarro 786.527.5708 305.776.0532 julio.navarro@miamidade.gov 15 Elettri, ln REFERENCES C U R R E N T C O N T R A C TS P roject N u m b e r. P roject N am e . Sco p e of W o rk. O w ne r. P roje ct N u m b er. P roject N am e . Sco pe o f Work. O w ne r. P roject N u m b e r. Project Name. Scope of Work. Owner. ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NM 48th Street Miauml, Forld 33186 Phone: (305)-403-7841 Fax: (305)-40,3-7842 EC13001534 20 1600 15 S treet Li ghting M aintenance M a inte nance o f ab o ut 7 ,000 Street lig h ts N O R T H C O R R ID O R M iam i D a d e C o u nty Ju lio N avarro 7 8 6 .527 .57 0 8 3 0 5.77 6 .0 53 2 ju lio .nava rro @ m iam id ad e .go v 2 0 1600 16 Street Li g hting M aintenance M ainte nance o f ab o ut 9 ,0 00 Street lights S O U T H C O R R ID O R M iam i D a d e Co u nty Ju lio N ava rro 78 6 .5 27 .570 8 30 5 .77 6 .0 53 2 ju lio .navarro @ m iam idad e .go v 2 0 160 170 Street Li ghting M aintenance M a inte nance o f ab o ut 1,980 S treet lights C O A S TA L A R E A M iam i D a d e Co u nty Ju lio N avarro 7 8 6.527 .5 70 8 30 5 .77 6 .0 53 2 ju lio .navarro @ m iam id ad e .go v 15 The City of Miami Beach Florida C/o Insurance Tracking Services, Inc. PO Box 20270 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Long Beach CA 90801 7 , ACCPRE) CERTIFICATE OF LIABILITY INSURANCE kiki.,..------ DATE (MM/DD/YYYY) 04/01/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Eastern Insurance Group, Inc. 9570 SW 107 Avenue Suite 104 Miami FL 33176 CONTACT Amanda Nogues NAME: PHONE (305) 595-3323 FAX (305) 595-7135 (A/C No, Ext): (A/C, No): E -MAIL amanda@easterninsurance.net ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Florida Citrus, Business & Industries Fund INSURED R & D Electric, Inc. 7447 NW 48 Street Miami FL 33166 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: Master 19/20 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYTY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO PREMISES (Ea RENTE D occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S POLICY PRO- j JECT LOC PRODUCTS • COMP/OP AGG S OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Es accident) $ - ANY AUTO BODILY INJURY (Per person) S _ OWNED AUTOS ONLY - _ SCHEDULED AUTOS BODILY INJURY (Per accident) S HIRED AUTOS ONLY NON-OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ S UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X STATUTE OTH- ER A Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE NIA 10660013-2019 OFFICER/MEMBER EXCLUDED? I I 04/01/2019 04/01/2020 E.L. EACH ACCIDENT 1 000 000 $ , , (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ 1.000,000 If yes, describe under DESCRIPTION OF OPERATIONS below El. DISEASE • POLICY LIMIT S 1.00,0 0 00 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Electrical Contractor Contract No. 2014-080-01 CERTIFICATE HOLDER CANCELLATION © 1986-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACORD> CERTIFICATE OF LIABILITY INSURANCE I DATE (MMDDNYYYY) ~ 04/01/2019 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the tenns and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Amanda Nogues NAME: Eastern Insurance Group, Inc. I?". • (Gos) 596-3323 [ {%é, • (sos) 5os-7136 9570 SW 107 Avenue E-MAIL amanda@easterninsurance.net ADDRESS: Suite 104 INSURER(S) AFFORDING COVERAGE NAIC Miami FL 33176 INSURER A: Florida Citrus, Business & Industries Fund INSURED INSURER B: R &D Electric, Inc. INSURER C ; 7447 NW 48 Street INSURER D: INSURER E: Miami FL 33166 INSURER F : COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR Mil POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD Wv POLICY NUMBER (MMD/YYY Y) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ - D CLAIMS-MADE LJ«e- #oses'a":% $ ,__ MED EXP (Any one person) $ ~ PERSONAL & AV INJURY $ 1'L AGGRE□L~l~-APP□ER: GENERAL AGGREGATE $ POLICY JCT LOC PRODUCTS - COMP/OP AGG $ OTHER. s AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) - ANY AUTO BODILY INJURY (Per person) $ - OWNED - SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) s ,__ HIRED - NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ >-- - s UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGGREGATE s DEO I [ RTeNTioN $ s WORKERS COMPENSATION %a I [ 9TH AND EMPLOYERS' LIABILITY ER YIN 1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE □10660013-2019 04/01/2019 04/01/2020 E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L. OISEASE - EA EMPLOYEE $ 1,000,000 lt yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS /LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Electrical Contractor Contract No. 2014-080-01 CERTIFICATE NUMBER· Master 19/20 REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION The City of Miami Beach Florida Clo Insurance Tracking Services, Inc. PO Box 20270 I Long Beach I CA 90801 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTH OR IZED REPRESENTATIVE ACORD 25 (2016/03) @ 1988-2015 ACORD CORPORATION. AII rights reserv ed. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. The City of Miami Beach do Insurance Tracking Services, Inc.(ITS) P.O. BOX 20270 Long Beach, CA 90801 AUTHORIZED REPRESENTATIVE RDELE -- T ACC:1)1;11CP 8 CERTIFICATE OF LIABILITY INSURANCE ilk......------ DATE (MM/DDITYYY) 4/15/2019 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: It the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Commercial Lines - (305) 443-4886 USI Insurance Services LLC 2601 South Bayshore Drive, Suite 1600 Coconut Grove, FL 33133 CONTACT : NAME: Leslie Acosta PHONE 3054434886 I tAXAIC , W. 114. EX.0 ; 110: ADDRESS: leslie.acosta@usi.com INSURER(S) AFFORDING COVERAGE NAIC N INSURER A : Admiral Insurance Company 24856 INSURED R&D Electric, Inc. 7447 NW 48th Street Miami FL 33166 INSURER B: Crum and Forster Indemnity Co. 31348 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES RT Fl ATE NUMBER: 14130918 REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT Oft OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MMIDOTYYYY) POLICY EXP (MWOD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CA000026913-03 3/31/2019 3/31/2020 EACH OCCURRENCE S 1,000,000 CLAIMS-MADE X OCCUR DAMAGE 0 HENTED PREMISES (Ea occurrence) $ 150,000 MED EXP (Any one person) S Excluded PERSONAL 8 ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY I X 1 Fj'pg LOC PRODUCTS - COMP/OP AGG $ 2,000,000 OTHER: S B AUTOMOBILE LIABILITY 1337446161 10/21/2018 10/21/2019 CO BIKED rNGLE LIMIT 1.000.000 X ANY AUTO BODILY INJURY (Per person) S OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accidenl) $ X HIRED AUTOS ONLY X NON-OWNED AUTOS ONLY PROPERTY DAMAGE (Per arxiderrl) $ I 5 A x UMBRELLA LIAB X OCCUR G X00000212301 03/31/2019 03/31/2020 EACH OCCURRENCE 5 4,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S 4,000,000 DED RETENTION S $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY STATUTE ER PER OTH- ANYPROPRIETOR/PARTNER1EXECUTIVE Y / N NIA E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 5 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more apace is required) CITY OF MIAMI BEACH ANCHOR GARAGE LIGHTING PROJECT CERTIFICATE HOLDER CANCELLATION The ACORD name and logo are registered marks of ACORD ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) (Tna ae,Ercme re,, acts corol.00lor, 19120913 Issuod on 4111,2019, RDELE ACORD" CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYYYY) -" 4/15/2019 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ;ZN" Lese Acosta Commercial Lines • (305) 443-4886 2.#. e. 3os4«4a46o 1. USI Insurance Services LLC E-MAIL leslie.acosta@usi.com ADDRESS: 2601 South Bayshore Drive, Suite 1600 INSURER(S) AFFORDING COVERAGE NAIC # Coconut Grove, FL 33133 INSURER A : Admiral Insurance Company 24856 INSURED INSURER B : Crum and Forster Indemnity Co. 31348 R&D Electric, Inc. INSURER C : 7447 NW 48th Street INSURER D : INSURER E : Miami FL 33166 INSURER F ; COVERA GES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE 22% I~.;' 4%\$81.%, POLICY EXP LIMITS LTR POLICY NUMBER IMM/0D/YYYYI A X COM MERCIAL GENERAL LIABILITY CA000026913-03 3/31/2019 3/31/2020 EACH OCCURRENCE s 1,000,000 - [l a»svo [X]oecos stese s 150,000 f-- MED EXP (Any one person) s Excluded -- PERSONAL & AV INJURY s 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 2,000,000 lalle LI- ~--· PRODUCTS - COMPIOP AGG s 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY 1337446161 10/21/2018 10/21/2019 COMBINE D SINGL E LIMI $ 1,000,000 (Ea accident) f-- X ANY AUTO BODILY INJURY (Per person) $ ~ OWNED - SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) S - HIRED - NON. OWNED 1%9%E2.%wa X AUTOS ONLY X AUTOS ONLY $ ~ $ A X UMBRELLA LIAB H OCCUR GX00000212301 03/31/2019 03/31/2020 EACH OCCURRENCE $ 4,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE s 4,000,000 DEO I ] RETENTION S $ WORKERS COMPENSATION 1Kr l 1 91. AND EMPLOYERS' LIABILITY ER YIN ANYPROPRIETOR/PARTNER/EXECUTIVE □NIA EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ ls8 3%-eonors o» EL. DISEASE - POLICY LIMIT $ DE SCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) CITY OF MIAMI BEACH ANCHOR GARAGE LIGHTING PROJECT CERTIFICATE NUMBER: 14130918 REVISION NUMBER: See below CERTIFICATE HOLDER CANCELLATION The City of Miami Beach c/o Insurance Tracking Services, lnc.(ITS) P.O. BOX 20270 Long Beach, CA 90801 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE The ACORD name and logo are registered marks of ACORD @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) (Ta certtçate repaces crth¢ate# 14120013 /4roed n 4/11/201@) ATTACHMENT D INSURANCE REQUIREMENTS A TT A C H M E N T D IN S U R A N C E R E Q U IR E M E N T S APPENDIX F MIAMIBEA:f. Insurance Requirements ITB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • ITB 2019-140-ND 56 A PPEND I X F MIAMIBEACH Insurance Requirements 1TB 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND 56 MIAMI BEACH INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. ITB 2019-140-ND 57 MIAMI BEACH INSURA NCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to m aintain or renew coverage m ay be treated as a m aterial breach of the contract, which could result in withholding of paym ents or term ination of the contra ct. A. W orker's C om pensation Insurance for all em ployees of the vendor as required by Florida S tatute 440, and E m ployer Liability Insurance for bodily injury or disease . B . C om m ercial G eneral Li ability Insurance on an occurrence basis, including pro ducts and com pleted operations, pro pert y dam age, bodily injury and personal & advertising injury w ith lim its no less than $1,000,000 per occurrence, and $2,000,000 ge neral aggregate. C . A utom obile Liability Insurance covering any autom obile, if vendo r has no ow ned autom obiles, then coverage fo r hired and non-ow ned autom obiles, w ith lim it no less than $1,000,000 com bined per acci dent fo r bodily injury and pro pert y dam age . A dditi o na l Insu red - C ity of M iam i B each m ust be included by endorsem ent as an additional insured w ith respect to all liability polici es (except P rofessional Li ability and W orkers' C om pensation) arising out of w ork or operations perform ed on behalf of the contractor incl uding m aterials, part s, or equipm ent furn ished in connection w ith such w ork or operations and autom obiles ow ned, leased, hired or borrow ed in the fo rm of an endorsem ent to the contractor's insurance. N o tice o f C an c ellati on - E ach insurance policy required above shall provide that coverage shall not be cancelled, except w ith notice to the C ity of M iam i B each c/o EX IG IS Insurance C om pliance S erv ices. W aiv er o f Subr o g atio n - Ven dor agrees to obtain any endorsem ent that m ay be necessary to affect the w aiver of subro gatio n on the coverages required. H ow ever, this provision applies regardless of w hether the C ity has received a w aiver of subro gation endorsem ent fr om the insurer. A cceptability o f Ins u rers - Insurance m ust be placed w ith insurers w ith a current A.M . B est rating of A :V II or higher. If not rated, exceptio ns m ay be m ade for m em bers of the Flo rida Insurance Funds (i.e . FW C IG A , FA JU A ). C arriers m ay also be considered if they are licensed and authorized to do insurance business in the S tate of Florida. Verifi cation o f C o vera g e - C ontra ct or shall furn ish the C ity w ith original certificates and am endatory endorsem ents, or copies of the applicable insurance language , effecting coverage required by this contract. A ll cert ificates and endorsem ents are to be received and appro ved by the C ity befo re w ork com m ences. H ow ever, failure to obtain the required docum ents prior to the w ork beginning shall not w aive the C ontractor's obligation to pro vide them . T he C ity reserv es the right to require com plete, certified copies of all required insurance policies, including endorsem ents, required by these specifications, at any tim e . 1TB 2019-140-ND 57 CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-140-ND 58 C ER T IFIC A TE H O LD ER M U ST R EA D : CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@r iskyorks.com Special Risks or Ci rcumstances - Th e City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. [TH E R EM A IN D ER OF TH IS PA GE IS LEFT INTENTIO NALLY BLANK] 1TB 2019-140-ND 58