Loading...
19-140-02 Enterprise Electrical Contracting IncSin Al r Procurement Department CONTRACT NO. 19-140-02 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: jbill@enterpriseelectrical.com December 17, 2019 James R. Bill Enterprise Electrical Contracting, Inc. 1740 NW 69 Avenue Miami, FL 33126 Phone: 305-884-6540 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2019- 140-ND FOR INSPECTION & MAINTENANCE OF PARKING LOT LIGHTING. Dear Mr. Bill: On October 4, 2019, Enterprise Electrical Contracting, 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 Enterprise Electrical Contracting, Inc., (the "Contractor" as the Secondary 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 markmorqanmiamibeachfl.qov or (305) 673-7000 ext. 22904. AD/ME/AG We are committed to providing excellent public service and safely to all who live, work, and play in our vibrant, tropical, historic communily. C O N T RA C T N O . 19 -14 0-02 MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3d Floor, Miami Beach, Florido 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7 490, Fax: 786-394-4235 SENT VIA E-MAIL TO: jbill@enterpriseelectrical.com Decem ber 17, 2019 James R. Bill Enterprise Electrical Contracting, Inc. 1740 NW 69 Avenue Miami, FL 33126 Phone: 305-884-6540 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) 2019- 140-ND FOR INSPECTION & MAINTENANCE OF PARKING LOT LIGHTING. Dear Mr. Bill: On October 4, 2019, Enterprise Electrical Contracting, 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 Enterprise Electrical Contracting, Inc., (the "Contractor" as the Secondary Vendor) for Inspection & Maintenance of Parking Lot Lighting. No goods may be snipped, 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 305.673.7490. Otherw ise, all other questions should be addressed to the Contract Manager for this contract, Mark Morgan, Property Management Department, at markm organ @m iamibe achfl.goy or (305) 673-7000 ext. 22904. urement Department AD/ME/AG We 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 E S O L U T IO N C O M M IS S IO N IT E M S A N D C O M M IS S IO N M E M O R A 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, 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 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 C o v e r s h e e t P a g e 1 o f 2 Com petitive 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. BA C KG R O UN D/HISTOR Y 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. A NALYSIS 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, In c. ("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 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://miarnibeach.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 staff's 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 q Attachment A https://miamibeach.novusagenda.com/agendapublic/CoverSheetaspx?ItemID-15409&M... 12/11/2019 C o v e r s h e e t 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 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 Legislative Tracking Property Management/Procurement Does this item utilize G.O. Bond Funds? No ATTACHMENTS: Description n Attachment A https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID= l 5409&M... 12/11/2019 Enterprise Electrical Contracting, I AUM Construction, Inc. R 8 D Electnc, Inc. AGC Electric, Inc. Group 1 — NSFECTPIVMMINISZNCE ICES Item Description nspecfon and maintenance of arious City owned parking lots (C) (B) (A) Inspections Per Estimated Quantity Unit Cost Year (No. of Lights) $Per Light Fixture) 26 642 $9.64 (D) Estimated Annual Cost (A X B X C) $160,910.88 (A) Unit Cost (Per Light Fixture) $8.99 (D) Estimated Annual Cost (A X B X C) $150,061 08 (A) (D) Unit Cost Estimated Annual Cost (Per Light Fixture) (A X B X C) $6.78 $113,171.76 (A) Unit Cost (Per Liaht Fixture) $29.50 (9) Estimated Annual Cost (A X B X C) $492,414.00 ATTACHMENT A ITB 2019-140-ND Estimated Annual Item Description Quantity U / M ourly Rate — Regular (7:00 a.m. 1 to 5:00 p.m., Monday through Friday) 260 Hourly Rate Unit Cost $35.00 Croup 2 - EMERGENCY Total (Quantity X Unit Cost) $9,100.00 REPAIRS AND CITYWIDE Unit Cost $150.00 UPGRADES Total (Quantity X Unit Cost) Unit Cost $39,000.00 $45.00 Total (Quantity X Unit Cost) $11,700.00 Unit Cost $120.00 Total (Quantity X .Unit Cost) $31,200.00 Hourly Rate — Non Regular (After 2 5:00 p.m., Monday through Fnday, Weekends, and Holidays) 80 Hourly Rate $50.00 $4,000.00 $22....L: $18,000.00 $65.....; $5,200.00 $180.00 $14,400.00 SLID TbTA — LABOR (Items 1 — 2) $13,100 00 Net Cost (Dealer Invoice Cost X % Mark-up) $1,500.00 % Mark-up (See Appendix 0 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) 10% $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) $11,250.00 Estimated Annual Gross Costs Item Description (Dealer Invoice Cost) 3 'administrative Mark-up for Parts nd Supplies $75,000 % Mark-up (See Appendix D Section 12.3) 2% GRAND TOTA (Items 1 —A $14,600.00 $175,510.88 $69,750.00 $24,400.00 $56,850.00 TOTAL OF GROUPS 1 AND / 5219,811.08 .1112015=1 $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.' [ AUM Construction, Inc.' I R & D Electric, Inc.' Group 1-INSPECTION AND MAINTENANCE SERVICES (C) (8) (A) (D) (A) (D) (A) (D) (A) (D) Description Inspections Per Estim ated Q uantity Unit Cost Estim ated A nnual Cost Unit Cost Estim ated Annual Cost Unit Cost Estim ated Annual Cost Unît Cost Estimated Annual Cost Year (No. of Lights) (Per Light Fixture) (AXBXC) (Per Light Fixture) (A X B X C) (Per Light Fixture) (A X BX C) (Per Light Fixture) (AXBXC) AGC Electric, Inc. Item 7 Inspection and maintenance of various City owned parking lots l e.e ] 8.99 0.061.08 9 5g $492.414.00 Hourly Raie- Regular (7.00a.m. to 5.00.m., Monday through Friday) I 260 I Hourly Rate I $35.00 _J 59,100.00 I $150.00 I $39,000.00 ___l $45.00 I $11,700.00 I $120.00 I $31,200.00 Hourly Rate - Non Regular (After 5.00 .m., Monday through Friday, Weekends, 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 $13,100.00 Estim ated A nnual Gro ss Co sts Item Ell e#Ee#EE#tis Description (Dealer Invoice Cost) Net Cast (Jealer Invoice Cost X % Mark-up) % M ark-up (See Appendix D Section 12.3) AES.I Net Cost (Dealer Invoice Cost X % Mark-up) % Mark -up (See Appendix D Section 12.3) LEES Net Cost (Dealer Invoice Cost X % Mark-up) % Mark-up (See Appendix D Section 12.3) 4,400.00 Ga55 - . t dministrative Mark-up for Parts and Supplies $75,000 TOTAL OF GROUPS 1 q'[ 00.00 'Recom m ended for award as primar y ' Reco mmen ded for award as secondary Recommen ded far award as tertiary 17% $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 $549,264.00 ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATTACHMENT B SOLICITATION (ITB ) AND ADDENDUMS 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 ITS 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. 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-ND Addendum #1 9/26/2019 M IA M I BEACH Procurement Department 1755 Meridi an Ave, 36 Floor, Mi ami 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. RESPONSES TO QUESTIONS RECEIVED. i .. ---- --- -- -~ . - --- . .. ~- . -- -~·---- ··-·· ... - - --· .. •··••rt ¡ I I ., t i Qt: 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. 03: 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 Sin Alex Ie9 Flor, ite-ment Director 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? Al: 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--673:7000-ext. 26263 Dataliadelgado@miamibeachtgov, 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 MIAMI BEACH Procurement Department 1755 Meridian Ave, 38 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: ' 305-673-7000 ext. 26263- miamibeachfl.4ov- 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-ND Addendum #1 9/26/2019 MIAMI BEACH 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 MIAMI BEACH Procurement Department 1755 Meridian Ave, 36 Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A Pre-Bid Sign-in Sheet RFQ N0. 2019-140-ND Addendum #1 9/26/2019 M1AMIBEACH 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 1 \ 01 1,: ii.I.I.-01, vv4IN 1 1 i- ONIPAr':), N `-VIF PIM NE# .,f1,- , Signature g'. _., -,,„ r arFIA.- Natalia Delgado Procurement - CMB 305-673-7000 Ext. 26263 \I • -,.,..i;--- ,), nataliadelgado@miamibeachfl.gov v„,,,,Qa„, C, L... 2--.7 ... ir f (--e-aba.., ,<,FLAC) -Eu-3,,e,co .--- a /1-tt•ci cloy--c.i. (1-,k qJiwA-c2:Le ,(,„u2 30s-iO3-3-SN 1 3°: ,03 4 II° '''D; Q-Atte-P [26,14. 12 ciria, I a c . Cewt, ,4 Jt,vz fr,,(A-72. Tv-,oz. neit.,Aci-0 /..4n..... a ep, ,sa-z•,_, rELQ c-i—re( c. c A "." •304.5- 06 47 114) s- Ca,,->5erC,:) (,. Caz:,-nti Li.. c.. Ce>..prro.cre-C 1 1LAM IBEACH 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 nataliadelgado@miamibeachfl.gov 305-673-7000 Ext. 26263 Mo a zas(0/ 6 05 1 M1AMIBEACH 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 NMI 14', '( PL,EAsti PRIN:f) cC' ON,1 PANS' NTAIVI Ii _ . ' PtIONE# , , ,; t N-:. Sitg moan e*8.11„Aut)RE's 4 yv, CAo\ve,, 1\ ,---- e----- 2 MIAM IBEA CH 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: A I /A\ t\/\ 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 IAM I BEACH 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 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 ITB 2019-140-ND 2 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 1TB 2019-140-ND 2 A I AN11 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 Delo ado 305-673-7000 x6263 nataliadeliado miamibeachfl. ov Additionally, the City Clerk is to be co.)ied on all communications via e-mail at: RafaelGranadomiamibeachfl.cov; or via fP.csimile: 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 MIAMI 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 com plem entary to one another and together establish the com plete 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 docum ent fulfillm ent, 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 Pu b licP urchase to assure it receives any addendum issued to this 1TB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. P U R PO S E. For appro ximately five years, the City of M iami Beach (the "City") has had an agreement for the inspection and m aintenance of parking lot lighting. The current contract expires on November 30, 2019. In order to consider a replacem ent 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 requirem ents and specifications are further detailed herein and more specifically in Appendix C. 3. S O LI C IT A T IO N T IM ETA B L E. The tentative schedule for this solicitation is as fo llows· 1TB Issued August 30, 2019 Pre-Bid M eeting 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. P R O C U R EM E N T C O N TA C T . Any questions or clarifications concerning this solicitation shall be submitted to the Pro curement Contact noted below: lr re/E:7(ik(so) [] ¡@) []]] % o? r(i[ik(i[oI» r [iRzkv [i[i Additionally, the City Clerk is to be co ied on all com m unications via e-mail at: RafaelG ranado miam ibeachfl. ov; or via facsim ile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests fo r 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. All responses to questions/clarifications will be sent to all pro spective Pro posers in the fo rm of an addendum. 1TB 2019-140-N D 3 \AI AiV D C 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 IAM 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?clientlD=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 MIA,' "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 MIAM I 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 MINATION 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. VETERA N 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 1TB 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. CONTRA CT 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 1TB 2019-140-ND 5 ' "BEACF-1 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 IAM 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 7 ITB 2019-140-ND M IA M I BEACH 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserv es the right to reject any or all bids prior to award. R easonable efforts w ill be m ade to either aw ard the Contract or reject all bids within one-hundred tw enty (120) calendar days after bid opening date. A Bidder m ay not withdraw its bid unilaterally nor change the Contract Price befo re the expiration of one hundred and tw enty (120) calendar days fro m the date of bid opening. A Bidder may w ithdraw its bid after the expiration of one hundred tw enty (120) calendar days from the date of bid opening by delivering w ritten notice of w ithdraw al to the Procurem ent Departm ent prior to award of the Bid by the Mayor and C ity C om m ission. 20. AL TERNATE RESPONSES MAY BE CONSIDERED. The City m ay consider one ( 1) alternate response from the sam e Bidder fo r the sam e form al solici tation; provided, that the altern ate response offers a different product that m eets or exceeds the fo rm al solicitation requirem ents. In order for the City to consider an altern ate response, the B idder shall com plete a separate Price Sheet fo rm and shall m ark "Altern ate Respon se". Altern ate response shall be placed in the sam e response. This pro vision only applies to fo rm al solicitations fo r the pro curem ent of goods, serv ices, item s, equipm ent, m aterials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible form at, sign language interpreters, inform ation on access for persons w ith disabilities, and/or any accom m odation to review any docum ent or participate in any city-sponsore d pro ceeding, please contact 305-604-2489 (voice), 305-673-7524 (fa x) or 305-673-7218 (TTY ) five days in advance to initiate your request. TTY users m ay also call 711 (Florida Relay Service). 22. NON -DISCRIMINATION. The bidder certifies that it is in com pliance with the non-discrim ination clause contained in Section 202, Executive O rder 11246, as am ended by Executive Order 11375, relative to equal employm ent opportunity fo r all persons w ithout regard to race, color, religion, sex or national origin. In accordance with the City's H um an R ights O rdinance, codified in C hapter 62 of the City Code, Pro poser shall pro hibit discrim ination 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, incl uding any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, com pany or corporation, w ithout the prior w ritten consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to pro vide access at all reasonable tim es to the C ity, or to any of its duly authorized representatives, to any books, documents, papers and records of C ontractor w hich are directly pertinent to this fo rm al solicitation, fo r the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, docum ents, papers and records pertinent to the C ontract for three (3) years after the City m akes final payment and all other pe nding m atters are closed. C ontractor's failure to or refusal to com ply with this condition shall result in the im m ediate cancellation of this contract by the C ity. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be subm itted w ith the bid in the am ount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to subm it a perform ance bond and certificate of insurance in the am ount specified in the Speci al C onditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherw ise indicated, must show purchase order num bers and shall be subm itted to the ordering C ity departm ent. 27. CANCELLATION. In the event any of the pro visions of this Bid are violated by the bidder, the City shall give 1TB 2019-140-ND 7 A I AM! 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. 1TB 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 Adden dum . Failure to acknowledge Adden dum 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. CONDITI ON 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 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 M IA M I BEACH 33. DELI VERY. U nless actual date of delivery is specified (or if specified delivery cannot be m et), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time m ay becom e a basis fo r m aking an aw ard. D elivery shall be within the normal working hours of the City using D epart m ent, M onday through Friday, excluding holidays. Receiving hours are Monday thro ugh Friday, excluding holidays, from 8:30 A.M . to 4:00 P.M . 34. DELIVERY TIME. B idders shall specify in the attached Bid Form , the guaranteed delivery tim e (in calendar days) fo r each item . It m ust be a firm delivery tim e; no ra nges (For exam ple, 12-14 days) will be accepted. 35. DEMONSTRA TION OF COMPETENCY. A. Pre-aw ard inspection of the bidder's facility m ay be m ade prior to the award of contract. B. Bids w ill only be considered from firm s w hich are regularly engaged in the business of pro viding the goods and/or serv ices as described in this Bid. C. Bidders m ust be able to dem onstrate a good record of performance fo r a reasonable period of time, and have suffici ent financial capacity, equipm ent, and organization to ensure that they can satisfactorily perform the serv ices if aw arded a contract under the term s and conditions of this Bid. D. the term s "equipm ent and organization", as used herein shall, be construed to mean a fully equipped and w ell-established com pany in line w ith the best business practices in the industry , and as determined by the C ity of M iam i Beach. E. T he C ity m ay consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past perform ance (experience), in making an award that is in the best interest of the C ity. F. The C ity m ay require bidders to show pro of that they have been designated as authorized representatives of a m anufacturer or supplier, w hich is the actual source of supply. In these instances, the City may also require m aterial inform ation from the source of supply re garding the quality, packaging, and characteristics of the pro ducts to be supply to the C ity. Any m aterial confli cts betw een information pro vided by the source of supply and the info rm ation contained in the bidder's bid may render the bid non-responsive. G. The C ity m ay, during the period that the contract betw een the City and the successful bidder is in force, review the successful bidder's record of perform ance to ensure that the bidder is continuing to provide suffici ent financial support, equipm ent, and organization as prescribed in this bid. Irrespective of the bidder's perform ance on contracts aw arded to it by the City, the City may place said contracts on probationary status and im plem ent term ination pro cedures if the City determines that the successful bidder no longer possesses the financial support, equipm ent, and organization which would have been necessary during the bid evaluation period in order to com ply with the demonstration of com petency required under this subsection. 36. DISPUTES. In the event of a confli ct betw een the Bid docum ents, the order of priority of the docum ents shall be as fo llow s: A. Any contract or agreem ent resulting fro m the aw ard of this Bid; then B. Addendum issued for this Bid, w ith the latest Addendum taking precedence; then C . The B id; then D . The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the item s and/or serv ices (as the case may be) to be furn ished hereunder, the decision of the C ity 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 aw ard is m ade, m ay result in fo rfeiture of that portion of any bid surety required as liquidated dam ages incurred by the C ity thereby; or, w here surety is not required, failure to execute a contract as described above may be gro unds 1TB 2019-140-ND 9 ' A I AM 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 wi►l 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 MI A MI BE A CH fo r removing the bidder from the City's bidders list. 38. E Q U IV A LEN TS. If a bidder offers makes of equipm ent or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipm ent/supplies shall confo rm in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the m anufacturer's nam e and number if bidding other than the specified brands and shall indicate ANY deviation from the specifications as listed in the Bid. Ot her than specified items offered requires com plete descriptive technical literature m arked to indicate detailed confo rmance with specifications and M UST BE INCLUDED W ITH THE BID. NO BIDS W ILL BE CO NSIDERED W ITHOUT THIS INFO RMATIO N. THE CITY SHALL BE THE SO LE JUDG E OF EQ UALITY AND ITS DECISIO N SHALL BE FINAL. Note as to Brand Nam es: Catalog num bers, m anufa cturers' 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 endorsem ent or a product limitation of recognized and legitim ate m anufa cturers. Bidders shall fo rm ally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 39. E LI M IN A TIO N F R O M C O N S ID ERA TIO N . 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 otherw ise upon any obligation to the City. 40. E M ER G EN C Y R ES PO N S E P R IO R IT Y . It is hereby m ade a part of this solicitation that before, during, and after a public em ergency, disaster, hurricane, tornado, flood, or other acts of force m ajeure that the City of M iam i Beach, Florida shall receive a "First Priority" fo r 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 m ajority of citizens are protected from any em ergency situation that threatens public health and safety, as determined by the City. By virtue of subm itting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the em ergency conditions noted above. 41. E ST IM A T ED Q U A N T IT IES . Estim ated quantities or estim ated dollars, if pro vided, are for City guidance only. No guarantee is expressed or im plied 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 subs equent to the award of this Bid. Estim ates are based upon the City's actual needs and/or usage during a previous contract period. The City m ay use said estimates for purposes of determining whether the low bidder m eets specifications. 42. E X C E PTIO N S T O B ID . Bidders are stro ngly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirem ents in this Bid, m ay be deem ed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or m ore of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirem ents, you must notify the Procurem ent Office, in writing, at least five (5) days prior to the deadline fo r subm ission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline fo r receipt of bids. 43. FA C ILI T IES. 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. F LO R ID A P U B LI C R E C O R D S LA W . Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation subm itted therewith, are exem pt from public records requirements under Section 119.07(1 ), Florida Statutes, and s. 24(a), Art. 1 of the State Constit ution until such tim e as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, 1TB 20 19 -140-ND 10 \AIAMI 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, 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 C ontractor agrees to be in full com pliance w ith Florida Statute 119.0701 including, but not lim ited to, agreement to (a) Keep and m aintain public re cords that ordinarily and necessarily would be required by the public agency in order to perform the serv ices; (b) pro vide the public w ith access to public records on the sam e terms and conditions that the public agency w ould pro vide the records and at a cost that does not exceed the cost pro vided in this chapter or as otherw ise provided by law ; (c) Ensure that public records that are exem pt or confidential and exem pt from public records disclosure requirem ents are not disclosed except as authorized by law; (d) Meet all requirem ents fo r retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon term ination of the contract and destro y any duplicate public records that are exem pt or confidential and exem pt from public records discl osure requirem ents. All records stored electro nically m ust be pro vided to the public agency in a fo rm at that is com patible w ith the info rm ation technology systems of the public agency. 45. F.O.B. DESTINATION. U nless otherw ise specified in the Form al Solicitation, all prices quoted/proposed by the bidder m ust be F.O .B. D ESTIN A TIO N , inside delivery , w ith all delivery costs and charges included in the bid price, unless otherw ise speci fied in this Form al Solicitation. Failure to do so m ay be cause for rejection of bid. 46. GRA TUITI ES. Bidders shall not offer any gratuities, fa vors, or anything of monetary value to any official, em ployee, contractor, or agent of the C ity, fo r the purpose of influencing consideration of this Bid. 47. INDEMNIFICATION. The successful Bidder shall indem nify and hold harmless the City and its officers, em ployees, agents and instrum entalities from any and all liability, losses or dam ages, including attorney's fees and costs of defense, w hich the C ity or its officers, em ployees, agents or instrum entalities m ay incur as a result of cl aim s, dem ands, suits, causes of actions or pro ceedings of any kind or nature arising out of, relating to or resulting fr om the perform ance of the agreem ent by the successful Bidder or its em ployees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claim s and losses in connection therewith, and shall investigate and defend all claim s, suits or actions of any kind or nature in the nam e of the City, where applicable, incl uding appellate pro ceedings, and shall pay all costs, judgm ents, and attorn ey's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance pro tection required by this Agre em ent or otherw ise pro vided by the successful Bidder shall in no way lim it the responsibility to indemnify, keep and save harm less and defend the C ity or its officers, em ployees, agents and instrum entalities as here in pro vided. T he above indem nification pro visions shall surv ive the expiration or term ination of this Agreem ent. 48. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherw ise pro vided. Title to (or risk of loss or dam age to) all item s shall be the responsibility of the successful bidder until acceptance by the C ity, unless loss or dam age results from the gro ss negligence or willful m isconduct of the City. If any equipm ent or supplies supplied to the C ity are fo und to be defective, or do not conform to the specifications, the C ity reserv es the right to cancel the order upon w ritten notice to the seller, and return the pro duct, at the bidder's expense. 49. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay fo r all licenses, perm its, and inspection fees required under the contract; and shall com ply w ith all Applicable Laws. 50. LEGAL REQUIREMENTS. The bidder shall be required to com ply with all federal, State of Florida, Miam i-Dade C ounty, and C ity of M iam i Beach codes, law s, ordinances, and/or rules and regulations that in any manner affect the item s covered herein (collectively, Applicable Law s). Lack of knowledge or ignora nce by the bidder with/of A pplicable Law s w ill in no w ay be a cause fo r relief from responsibility. 51. LIABILITY , INSURANCE, LICENSES AND PERMITS. W here bidders are required to enter or go on to City of M iam i Beach pro perty to deliver m aterials or perform w ork or serv ices as a result of the Bid, the bidder will assum e 1TB 2019-140-ND 11 "A/\A 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/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 IAM I BEACH the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work com plies 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/W ITHDRAWALS 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 NO T 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 befo re 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. Item s delivered, not confo rming to specifications, may be rejected and returned at the bidder's expense. These item s, 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. W hen 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 governm ent 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 perform ance 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 MIA!' 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 N \IA M I BEACH 59. PA YM EN T . Paym ent w ill be made by the C ity after the item s have been received, inspected, and fo und to com ply w ith Bid speci fications, free of dam age or defect, and pro perly invoiced. 60. P R IC ES Q U O TED . Prices quoted shall rem ain firm and fixed during the dura tion of the contract. In com pleting the bid fo rm , state both unit price and extended total, w hen requested. Prices m ust be stated in units of quantity specified in the bidding speci fications. In case of discrepancy in com puting the amount of the bid, the UNIT PRICE quoted w ill govern . All prices m ust be F.O .B. destination, freight prepaid (unless otherw ise stated in Special C onditio ns). The B idder m ay offer cash discounts fo r prom pt payments; however, such discounts will not be considered in determ ining the low est price during bid evaluation. Bidders are requested to pro vide prom pt payment term s in the space provided on the Bid subm ittal signature page of the solicitation. Award, if made, will be in accordance w ith term s and conditions stated herein. Each item must 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. Cash or quantity discounts offered will not be a consideration in determ ination of aw ard of bid(s). 61. P R O D U C T IN FO R M A TIO N . Pro duct literature, specifications, and technical info rm ation, including M anufa cturer's S afety D ata Sheets (M SD S) should be pro vided with this bid as an attachm ent to the "BID FORM ". H ow ever, in all cases m ust be provided w ithin five (5) calendar days upon request from Purchasing Agent. 62. R E A SO N A B LE A C C O M M O D A TIO N . In accordance w ith Title II of the Am ericans with Disabilities Act, any person requiring an accom m odation at the Bid opening because of a disability m ust contact the Procurement D ivision. 63. SA M PL E S. B ids subm itted as an "equal" pro duct m ust be accom panied with detailed specifications. Sam ples of item s, w hen required, m ust be furn ished free of expense and, if not destro yed, will, upon request, be return ed at the bidder's expense. B idders w ill be responsible fo r the rem oval of all sam ples furn ished within (30) days after bid opening. All sam ples w ill be disposed of after thirty (30) days. Each individual sam ple m ust be labeled with the bidder's nam e. Failure of the bidder to either deliver required sam ples, or to clearly identify sam ples may be reason fo r rejection of the bid. U nless otherw ise indicated, sam ples should be delivered to the Pro curem ent Departm ent, 17 55 M e ridian Avenue 3rd Floor, Miam i Beach, FL 33139. 64 . SPEC IA L C O N D ITI O N S. Any and all Special Conditions that may vary from these General Term s and C onditions shall have precedence. 65. SPO T M A R K ET P U R C H A SES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. H ow ever, the C ity re serv es the right to purchase the items from state or other governmental contract, or on an as-needed basis thro ugh the C ity's spot m arket purchase pro visions. 66. SU B ST IT U T IO N S . After aw ard of contract, the C ity W ILL NO T accept substitute shipm ents of any kind, without previous w ritten approval. The bidder is expected to furn ish the brand quoted in its bid. Any substitute shipments w ill be return ed at the bidder's expense. 67. TAX ES . The C ity of M iam i Beach is exem pt fro m all Federal Excise and State taxes. 68. T IE B ID S. In accordance w ith Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have im plem ented a drug free work place pro gram . A certification form will be required. In the event of a continued tie betw een tw o or m ore bidders after consideration of the drug free workplace pro gram , the C ity 's Local Preference and Veteran Preference ordinances will dictate the m anner 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 betw een bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's 1TB 2019-140-ND 13 "' " '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 2019-140-ND 14 M IA M I BEACH discretion, w hich w ill m ake a recom m endation fo r aw ard to the City Com m ission. 69. T ER M IN A TIO N FO R D EFA U LT. If the successful bidder shall fail to fulfill in a tim ely m anner, or otherw ise violate, any of the covenants, agreem ents, or stipulations m aterial to the Bid and/or the contract entered into with the C ity pursuant thereto, the C ity shall thereupon have the right to terminate the work and/or serv ices then remaining to be perform ed by giving w ritten notice to the bidder of such term ination, which shall become effective upon receipt by the bidder of the w ritten term ination notice. In that event, the C ity shall com pensate the successful bidder in accordance with the term of the contract fo r all work and/or serv ices satisfactorily perform ed by the bidder prior to term ination, 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 dam ages sustained by the C ity by virtue of any breach of the contract by the bidder, and the City may reasonably withhold paym ents to the successful bidder for the purposes of set off until such tim e as the exact am ount of dam ages due the City from the successful bidder is determ ined. T he C ity m ay, at its discretion, pro vide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fa il to take the corrective action specified in the City's notice of default w ithin the allotted cure period, then the C ity may pro ceed to term inate the contract for cause in accordance with this subsection 1.57. 70. T ER M IN A TIO N FO R C O N V EN IEN C E OF C ITY. The City may, fo r its convenience, terminate the work and/or serv ices then rem aining to be performed, at any tim e, by giving written notice to the successful bidder of such term ination, 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 materials shall be properly delivered to the City. If the contract is term inated by the C ity as pro vided in this subsection, the City shall com pensate the successful bidder in accordance w ith the term s of the contract fo r all and w ithout cause and/or any resulting liability to the City, work and/or services 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. No com pensation shall be due to the successful bidder for any pro fit s that the successful bidder expected to earn on the balanced of the contract. Such payments 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 ITIO N A L IT EM S/SER V IC ES. Although this solicitation and resultant contract identifies specific goods, serv ices or facilities ("item s"), it is hereby agreed and understood that the City may require additional items to be added to the C ontract w hich are ancillary or supplem ental to the items specified herein and required to complete the w ork. W hen additional item s 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 subm it price quote(s) for the additional items. If these quote(s) are determ ined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase O rder (or C hange O rder if Purchase O rder already exists) or an am endm ent to the C ontract. Additional item s w ith a cum ulative value of $50,000 or less m ay be appro ved by the City Manager. City C om m ission approval is required fo r additional item s w ith a cum ulative value greater than $50,000. The C ity m ay determ ine to obtain price quotes for the additional item s from other vendors in the event that fair an d reasonable pricing is not obtained fr om the current contract vendors, or for other reasons at the C ity's discretio n. 1TB 2019-140-ND 14 AIAMI 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 TH ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NO 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 IAM 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 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 16 APPENDIX A MI AMI 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: 2019-140-ND Solicitation Title: Ins ection and Maintenance of Parkin Procurement Contact: Natalia Del ado Tel: 305-673-7000 x6263 miamibeachfl. ov 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 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: I ZIP CODE: 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. ITB 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://suoolierportal.dnb.com/webapp/wcsistores/servlet/SubplierPortal?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. 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 htto://www.miamibeachfl.qov/citv-hall/procurement/orocurement-related-ordinance-and-procedures/ ITB 2019-140-ND 18 1. Veteran Owned Business¡ Is Pr°¡oser claiming a veteran owned business status? rs [ Io SUBM ITT AL REQUIREM ENT: P roposers claim ing veteran ow ned business status sha ll subm it a documentation proving that firm is cert ifie d as a veteran-ow ned business or a serv ice-disabled veteran owned business by the State of Florida or United States fede ra l govern m ent, as required pursuant to ordi nan c e 2011-3748. 2. Financial Capacity. W hen requested by the C ity, each P roposer shall arrange for Dun & Bradstreet to submit a Supplier Q ua lification R eport (S Q R ) directly to the P rocurem ent C ontact nam ed herein. N o pro posal w ill be considered w ithout receipt, by the C ity, of the S Q R directly from D un & B radstreet. T he 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 S Q R report fr om D &B at: htt ps://supplierportal .dnb.com/webapp/wcs/stores/serv let/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 info rmation contained in its SQR fo r 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. SUB M ITT AL REQUIREM ENT: Pro poser shall request that D un & Bra dstreet subm it its S upplier Q ualifier R eport directly to the C ity, w ith bid or w ithin three (3) days of request. 3. Confli ct of Interest. A ll P roposers m ust discl ose , in their P roposal, 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 em ployee of the C ity of M iam i Beach. Furt her, all P roposers m ust disclose the nam e of any City em ployee w ho ow ns, either directly or indirectly, an interest of ten (10%) percent or m ore in the P ro poser entity or any of its affil iates. SUB M ITT AL REQ UIREM ENT: P ro posers m ust disclose the nam e(s) of any offi cer, director, agent, or im m ediate fam ily m em ber (spouse , pare nt, sibling, and child) w ho is also an em ployee of the City of M iam i B each. P roposers m ust also disclo se the name of any C ity em ployee w ho ow ns, either directly or indirectly, an interest of ten (10%) perc ent or more in the Proposer 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 & T itle , 3) A ddress, 4) Tele pho ne , 5) C ontact's E m ail and 6) N a rrative on S cope of S erv ices P rovided. 5. Suspension, Debarment or Contract Cancellation. H as P roposer ever been debarr ed, suspended or other legal violation, or had a contract cancelled due to¡"on-p¡rt orm ance by any public sect or agency? Y E S L_J NO SUBM ITT AL REQ UIREM ENT: If answ er to above is "Y E S ," Pr op o ser shall subm it a statem ent detailing the reasons that led to actio n(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 codifie d in S ections 2-487 thro ugh 2-490 of the C ity Code. P ropose rs shall be solely responsible fo r ensuring that all applicable provisions of the City's Cam paign Fina nce Refo rm law s are com plie d w ith, and shall be subject to any and all sanctions, as pre scribed therein, incl uding disqualification of the ir P roposals, in the event of such non-com pliance. SUBM ITT AL REQ UIREM ENT: S ubm it the nam es of all individuals or entitie s (including your sub-consultants) w ith a controlling fina ncial interest as defined in solici tation. For each individual or entity w ith a controlling financial interest indicate w hether or not each individua l 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 Com m issioner fo r the City of M iam i B each. 7. Code of Business Ethics. P ursuant to C ity Resol ution N o.2000-23879, each person or entity 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 C ode to the P ro curem ent Depart m ent w ith its proposal/respo nse or w ithin five (5) days upon receipt of request. The Code sha ll, at a m inim um , require the P ro poser, to com ply w ith all applicable govern m ental rules and regulations including, am ong othe rs, the confli ct of interest, lobbying and ethics provision of the C ity of M iam i Beach and M iam i Dade C ounty. SUBM ITT AL REQ UIREM ENT: P roposer shall subm it firm 's Code of B usiness E thics. In lieu of subm itting C ode of B usiness E thics, P ro poser m ay subm it a statem ent indicating that it w ill adopt, as required in the ordina nce, the C ity of M iam i B each Code of E thics, available at http://w ww .m iam ibeachfl.gov/ci ty-hall/procurem ent/procurem ent-related-ordinance-and-pro cedures/ 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 httn://www.miamibeachffinov/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.miamibeachffigov/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 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 Jan uary 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 .miamibeachft.gov/city-hall/procurement/procurement-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? ( Is 1o 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? t ve 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 for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners 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 ofter 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 .miamibeachft.gov/city-hall/procurement/procurement-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, 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. 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 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. 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 Adden dum 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 cir 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 Proposer's Authorized Representative: Title of Proposer's 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 subm itting the following information as my firm's proposal; Proposer agrees to com plete and unconditional acceptance of the terms and conditions of this document, inclusive of this solici tation, all attachm ents, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statem ent; Pro poser 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 will result in disqualification of pro posal subm itted; Proposer has not divulged, discussed, or com pared the pro posal w ith other Proposers and has not colluded w ith any other Pro poser or party to any other pro posal; Pro poser acknowledges that all info rmation contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and info rmation contained in this proposal, inclusive of the Pro osai Certification, Q uestionnaire 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: Date: [TH E R EM A IN D E R O F TH IS PA G E IS L EFT IN T EN T IO N A L L Y B LA N K ] 1TB 2019-140-N D 22 APPENDIX B "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 hove 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 Ml 4 I t E- "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: W orkload does not allow us to submit a proposal _Insufficient time to respond Sp e cifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements D o 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. ]([d[[[}, Title: ----------------------- Legal Company lame. 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-N D 1755 MERIDIAN AVENUE, 3RD FLOOR MIAMI BEACH, FL 33139 1TB 2019-140-ND 24 APPENDIX C M I A/01 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 A P P E N D IX C MIAMI Minim um Requirements & Specifications 1T B 2019-140-ND Inspection and Maintenance of Parking Lot Lighting PROCUREM ENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1T B 2019-14 0-N D 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 C 1. M inim um Eligibility R equirem ents. The Minim um Eligibility Requirements fo r this solicitation are listed below . Pro posers that fail to com ply with the m inim um requirem ents shall be deemed non-responsive and shall not have its bid considered. 1. Bidder m ust be a State of Florida Certified Electrical Contractor or a Miam i Dade County Licensed M aster Electrici an (and m aintain sam e throughout the duration of the contract). 2. Bidder m ust dem onstrate experience in parking lot, right of way, or other forms of large- scale lighting pro jects. Subm ittal R equirem ent: For each qualify ing project, subm it project nam e, project description, start and com pletion dates, and project contact info rmation (phone and em ail). C 2. S tatem ent of W ork R equired. The pro spective bidder shall provide all personnel, equipment, tools, m aterials, superv ision, labor, transportation, and incidentals necessary to inspect and m aintain approxim ately 600 light fixtures located in various City owned surface parking lots. W hen providing serv ices, the pro spective bidder shall maintain and replace head fixtures, bulbs, photo cells, w ires, fuses, and repair the undergro und fault. These serv ices include but are not lim ited to re pairing connections, w iring, fuses, and/or serv ice points. C 3. Specifications G R O U P 1 - Inspection and Maintenance Serv ices 1.1 Inspectio n. C ontractor shall perform bi-w eekly (every tw o weeks) night inspections of the fo llow ing parking lots and light fixtures: LO T # A D D R ESS FIXTURE Q TY . VO LTAGE W ATTAGE FIXTURE TYPE P 1 South Pointe Park - Public Parking 24 480 175 Shoe Box LED P2 South Pointe D rive & O cean D rive Under Construction* P4 10 0 block W ashington Ave. 10 240 175 Deco P 5 4th Street & Alton R oad 3 480 250 Cobra Head pg 11th Street & W ashington Avenue 6 240 250 Shoe Box P10 15 Street & M ichigan Ave. (softball lot) 7 120 150 Deco P 11 6th Street & M eridian Ave. 1 120 250 Cobra Head P12 9th Street & W ashington Ave. 8 120 400 Deco LED P13 10 th Street & W ashington Ave. 7 120 400 Deco LED P 16 13th Street & C ollins Ave. W -S 15 120 250 Poulsen P18 Li ncoln Lane S. & M eridian 2 120 250 Cobra Head P19 Lincoln Lane S. & Jefferson Ave. E-S 5 120 250 Cobra Head P 20 Lincoln Lane S. & Jefferson Ave. W-S 2 120 250 Cobra Head P2 1 Lincoln Lane S. & M ichigan Ave. 1 120 250 Cobra Head P23 16th Street & W est 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 & W est 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 1TB 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 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 - 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 replacem ent of non-decorative fixtures m ust confo rm to the City's standard equipment. Any substitutions m ust be approved by the C ity Representative. Specifically, fo r Cobra head lighting the C ontra ctor m ust use G eneral Electric C obra heads: C O N V EN T IO N A L PA R T# ER S2H H 3B15505G RA Y ER S20H 3B 15505G R AY ER S2H H 3B11504G R AY DESC R IPTIO N 250W HPS & MH -480V 250W HPS & MH -277V 400W HPS & MH -480V R epairs resulting from the inspection report or initiated by a City Representative m ust be com pleted w ithin five (5) calendar days. If the repair will result in cables being exposed, the C ontractor m ust secure the area and im m ediately notify the City Representative of the location, tim e period that the cables w ill be exposed, and an estim ated com pletion date. Upon com pletion of the repair the C ontractor must rem ove exposed cables. W hen m ajor repairs (defined as the replacem ent of fixtures and the repair of undergro und faults) are required, the C ontractor m ust notify the City Representative im m ediately and get appro val before pro ceeding w ith the repair. These m ajor repairs m ust be com pleted within thirty (30) calendar days of the receipt of the inspection report or notice from the City Representative. If the repair w ill result in cables being exposed, the Contractor m ust secure the area and im mediately notify the C ity R epresentative of the location, tim e period that the cables will be exposed, and an estim ated com pletion date. The C ontractor m ust rem ove exposed cables upon com pletion of the repair. 1.2.1 M aintenance Plan fo r C urrent Condition(s). The Pro perty M anagement Director w ill request that the aw arded bidder inspect the current condition of City owned surface parking lots and pro vide a report w ith its findings and recom m endations fo r each City ow ned surface parking lot. R epairs resulting fro m the report m ust be com pleted within five (5) calendar days. If the repair w ill result in cables being exposed, the Contractor must secure the area and im m ediately notify the C ity R epresentative of the location, tim e period that the cables will be exposed, and an estim ated com pletion date. Upon com pletion of the repair the C ontractor m ust rem ove exposed cables. G roup 2- E m erg en cy R epairs and C ityw ide Upgrades 2.1 Em erg ency R epairs. The rem oval of knock down poles or parts of a pole, mast arm(s), lum inaries(s), and repairs to the electrical system in such a m anner as to prevent electrical shock to the general public m ust be attended to by the Contractor at all tim es, including norm al w ork hours and on w eekends. The C ontractor shall respond and com plete work 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 responsible fo r responding to all other em ergenci es determ ined by the C ity. This includes circuit outages, lights determined to be high priority and strong w inds or hurricane dam ages. The Contractor m ust provide tw o contact nam es and cell phone num bers fo r 24 hours a day, 7 days a week, 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 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 30 EXHIBIT 1 . . I • • . .11 ti — — . Ila 1 • - q..gt 2 °111. 04.1 • :pa O. .. , Hp f& .0.Pt lit 1 it gl II ' • 091 it 71, "51 V Ii4 iwlE . 415. w. 1 E , ii. :1 PT '' ' -.; b IF M . 11 .------- s. . z J 11. $.1.. ' ' ' 7 ite 151 i , • 1 it.I m M ;i1 i p: _ , Ay § ' 4 • ..k 1 fb. 3 w vti , Nsx Ns -.N. N.,1/411 I t 1 i . ....,,,... Iii. • gp .' t • , i Af • II •• I. IN sigrir: • g .--lia) , i , • . b g,1 •.1},;._L ,. 0 IT .g , -_,:::" . 1- N. • , 6.07..4,,,e, ./. ,.0: .. .41 to ' --g 4 d Fi. - t 1 i iJ ! t3 61 1 ... i .aa rtl • • - ---- - ------------------ F q R, $ - - lNii. it aF 1.1411 ---- .. IT — ---- .. ITB 2019-140-ND 31 3 1 ' e "3 i f} i f' 3 i r a p [al +o h o %; fi 7f ' g I % 019-140-ND 1TB 2 31 EXHIBIT 2 iC ITB 2019-140-ND 32 EXHIBIT 2 ITB 2019-140-ND 32 4,4 ITB 2019-140-ND 33 EXHIBIT 3 EXHIBIT 3 -~,..,.........---------~~---------· .... . . ...... -- ... -··--·-·--·--· " ' ., ¡ W' a# · Jm'-~'i'A~ pg J . '· .I 1TB 2019-140-ND 33 EXHIBIT 4 $. ITB 2019-140-ND 34 EXHIBIT 4 1TB 2019-140-ND 34 0 A a M. z EXHIBIT 5 ITB 2019-140—ND 35 # # 1+ ¥ii pe [EA # ta«ta«wool - ita± .:, c;±reme] o ·I. # 1TB 2019-140-ND 35 EXHIBIT 6 1 ft p4101,A0 MS0(2 DePARTMINT STL1 STREET LIGHT DETAILS X24" OLIA7ITE PULL BOX /- INSCRIBED LETTERS APPROX. 3" HIGH & DEEP MARKED MTN ARROWS STR-AVNG DIRECTION RUN CITY OF MIAMI BEACH PULL BOX COVER —LOCKINC WVICE LOCKING DitACE KNOCXDUT--F (4 PLACES) pox ruin wt TN , PEA Roc „ HiNQUIA • " CaLIAZITL t,1 T c 12` PEA ROIX WEL TYPICAL PULA. BOX 01140uT LIGHT POLE OR SERVICE PONT MINIPAIN 971 13"X24" CAJAZITE PULL BOX ITB 2019-140-ND 36 EXHIBIT 6 1rY OF WIAMI BACH PULL. BOX COVER I5CRIED LETIERS APPROX. J" HIGH & I/4" JEEP MARKED WT ARROS SHOWING 3 /RECTION OF RUN '-MIMuMu SZE 13'x24" UATE PUL L 8Ox 0x FILL±D 'Mh-- £A ROG > 2' wu LOCKI NG DE WE OIE: TYPICA., PULL OX H7HOUT LIGHT PE OR SER WC PCT k ' E Jo ! ? o t,r Mt¡t» t, , ·.' ~·: (. el 'S"24" UAZIIE PULL BOX TS. R{ 4 PUL.Ac Wows otrArMtNT ] 'o.ooaeo net reo_ o io STREET LIGH T DETAIL.S 13' X24 0UN2I T£ PULL OX STLt 1TB 2019-140-ND 36 EXHIBIT 7 401.1.16141! STL2 11116411111. OPANTPIRMI km F1UED 14 04-.,, PEA ROCK - mimmuw 12" PEA R1 Cr INSCRIBED LETTERS / APPROx MICH & 1,4" DEEP MABKED WITH ARROWS SWAIM; DOiCTION OF RUN CM Cr MIAMI BEACR--...„. PULL BOX COYER LOCK1NC ONCE t OCK NG Di VC \-47x30 QUAZATE POLL BOX 3" KNOCKOUT (4 MALTS) 1 rx,50" auAzirE PULL L.30'2( N TS. I STREET 11011T DETAILS K OUAZITE POLL BOX ITB 2019-140-ND 37 EXHIBIT 7 CITY O MIAMI B8AH- PULL BOX COVER -INS CRIBED L£HIERS APPROX 3" HIGH & /4" DEEP MARK ÉD WH ARROW S SH0'N, DIRE.C TCN C RUN OXCKIWG OE.WCE LOCKING 0£ WCE 3" KNOCKOUT (4 PLA CE S) sor n P€A ROG 2' u l j : 1 -17x30 QUA4ZTE PULL Ox 12'Ji" QLUAIIIE PULL BOX TS 4 PI Puu¢ Wonks tArrMrNT • Moot t pie t orr to STREET LIGHT DETAILS 1rx30' QUA2I1E PULL BOX sTL2 1TB 2019-140-ND 37 #5 REINF BAR (TYP.) 7' -PVC CONDUIT (CAST IN PLACE) t . PRE CAST CONCH( lt. BASE. FOR ALUMINUM POLE OR CAST IN PLACE IN SPE.CIAL CIRCUMSTANCE TO BE Of TERMINE0 A I THE TIME OF INS IALL A ITON. EXHIBIT 8 /4301T PATTERN & ANCHOR I BOLTS BY MANUFACTURER CONCRETE POLE. BIA,:diL C)E TAIL T,S PUUUC "MINKS OISPASIMIW •••••,.• nu STREET LIGHT DETAILS CONCRETE POLE BASE OE I All STU ITB 2019-140-ND 38 EXHIBIT 8 / BOLT PATTERN & ANCHOR 80LIS BY MANUFACTURER j5 REINE 94R (TYP.) 7' J I PVC CONUI' (CAST N PL ACE) 7' PRE CASI CONCR E IE 8AS£ FOR ALUMINUM POLE OR CASI IN PLACE IN SPECIAL CIRCUMSTANCE IO 8t DE IERMINEDO AI IHE TM£ OF INSTALLA hN. CONCRETE POLE BASE DE IAI- .7.S I utu c won s rrAnr#tr E roe n a d tao, Ala,a.., u a al. lia.sas.- 4a.L..-. STREET LIGHT DETAIL.S CONCRETE POLE BASE DOE TAIL S1L3 1TB 2019-140-ND 38 EXHIBIT 9 +veva,* r rxftU ,,,,4314641 STREET LIGHT DETAILS CONCRETE POLE BASE DETAIL BiL3a PUSUC 1411PAIIVIIIIINT 7.-13.. DIA. 000 CIRCLE PER _ MANUF ACTURER'S SPEDIFICATIONS 8-0 REINF, BARS EQUALLY PACED 24 NA, ELF VA TIM virve CONCRETE POLE EASE DETAIL N T.5. 'vl .E A ITB 2019-140-ND 39 EXHIBIT 9 7"-12" DIA. 8OLI CIRCE PER_ WAM UF AC'TUR E.R'S SPECIFICATIONS 8-6 REINE, BARS EQUALLY SPACED ' • "3 i! " 1.. ) - .» 'Î in 3 • us a .,,. !- • <- + a ' ±e 5 1 » 1 ., ¡ y 24" º"·] -.ll-----E- i Hl BI I I I II II ¡ 1 II I I 11 I -_L_Lu u i M![!! i l 'I l-+ li 'I l-+ -l)-lm 1 II 11 1 I Il i Il ¡ 1--l)----l-- 1 i 's2 } I I k l I I I I I I k ne ·e " e e I I I E h as na a ns ene ne aes el J i +X I#HM ME }HE Hi !-, h lE 4AM41£ " ftuPE + 1" PW OM E 0±TMI +LLE )8 --- E A3T ERBE TE FASE ·F I'M Pi. ELE VA TION VIEW CONCR IL POLE BASr Dr IAIL N.7.5. M MBEACH Putt.ac won$ OtPArt!Nr d. ·tropo ar errar neo mee nora r o ivriet tn£. 6t6$4, ' 4 STREET LIGHT DETAIL.S COMCRETE POLE 8ASE OETAIL $TL3a 1TB 2019-140-ND 39 EXHIBIT 10 GROUND ROD AND GM.IND RN) CLAMP g4ALL BE DRIVEN IN CORNER OF PULL BOX NO WCHE 111AN 3' FROM EITHER INSIDE WALL GROLIMD NCO SHALL 13E .3/4`" X 1C! (PIN) COPPER 'NEUD Cof? EQ1111,:I, WE 3/4' CP:.;(040 RR 5P,IZ41CC PCAPIT CONNE,Glicit NOL NO SPLAS PERWITTEO \---CARA'ELbiTXOTTRIJIC %WINO mu STREET LIGHT DETAILS TYPICAL GROUND DETAIL FOR STREET LIGHTING LUMINARIES VINOMO 7- #10 GROUND ORE / CR MANUFACTURER / GROUND WIRE GONG TO FIXTURE WIRE SPLICE sPLicf,s SHALL BE 14411t,: 1N \ ti PILLBOX £O152/0 MINIMUM 66 --\ GROUND ARE \ END Cf CONDO? SHALL BE SEALED 'it,' EXCIIRICAL PUTTY IH PlAJACX. CONDUIT Smolt ev 6' BELOW COVER BOX RLLED FEA RICK PoliM41.114 1 12' REA ROCK--/ SCHEDULE 40 r PVC CONDUIT crwicAL: -PULL BOX (SEE DETAIL ~TL1 PR 511,2) „,_CONIINUOUS MANKUM T • CROUND AIRF, / .•-• MECHANICAL GROUND LUG METAL PO RTiON OF z LUltIN AIRES RASE TYPICAL GROUND DETAIL FOR ALL, 5TREET LIGHTING LUMINAR1F$ 4,14 811.4 kiaL FOR FAIRP0a Cf CAUNELEING, ALL OROLIND ARES MUST BE OF #3 AW13 MINIMUM OW, CaCR CODE TO BE k.tSED, SEE SMEET SIL17 , A MUG WORKS VAPARTNIKT • ITB 2019-140-ND 40 EXHIBIT 10 / ¡- ~o ~:~;i~;~fR GR CUND 'WRE CaING /' TO FIXTURE - WRE SPLICE ° L" ,- CONTINUOUS MINIMUM T / 46 GROUND WRE \ y --( WECHANCAL GOUND LUG -MWETAL POTIN OF LMW k AIRES BASE I i ROUND ROD MMD GRIND RD CLAMP SALL GE DRN'VEN IN CANER OF PULL DO NO WCRE THAN 3 FROM EITHER INSIDE€ 'WAL GROU RCO 5HALL BE 3/4" ¥ 10 (I} CCPFER WEL (OR. EX'V.} 65E S/4' X 70' GRUN R FR SER'CE PINT CCNNEE I.CR NOTE; MO SPLICES FERVITE 0I; FOR PFPOSE CF CAO'WELDING. ALL. GRCUNDO 'NRRES UST BE 0 45 A'MG WINIuUM «1R#G CCR CODE TO BE 6SE0, EE SET STI7 TYPCA GPOUND DETAL FOR LL SIEEI LIGHTING. LUMINARIES 414 , M BEACH Put.uc won ks otPArrMawr unis nt. STREET LIGHT DETAILS TVPICAL GROUND CE TAIL FOR STREET LIGHTING LUMINARI ES STLA4 1TB 2019-140-ND 40 811.4a fv\i, 111E A :11 PUBLIC. WORKEI -DVAIMANNT At-W*1440.,34.1,11NR ...AFFANT414,1, STREET LIGHT DETAILS TYPICAL GROUND DE FOR BOLLARD LIG)178 41 ITB 2019-140-ND EXHIBIT 11 ./— #10 GROUND ORE OR Nikt•Itir '1-16KER 'WIRE COMO TO Fl X TIME, WIRE. SPLICE /—CORTINUOLS 1.41Nimu4 / 6 CROOK) %HIRE ,r—MECHAAIICAL GROUND WO /„,-,,,,IETAL PORTION OF / BOLLARD RAE ,r —BOLLARD BOW' //,,.-Datf.1UND 14" / NDIEL FOR PURF,E CIF DAL3wEl.ciN.C, ALL GROIN° ORES HURT 14i'. AWG AsiMINUM WRING COIRR OWE 113 at: USED, SE SHEET 11 TM 7 GROI.NO ROD PRIYEN INTO THE BOLLARD CONCRETE MA. ROD SHALL HE 3/4" X 10' (01N) coPPF MELD (OR ECUIV 11Q1E; NO S0LICES 00-W1TTED CAIYWELDAYCITERMIC WELDING CeNCtlii SHALL DE ,‘WALED \ ELECTEACAL PUTTY \ N PULU3OX, CalDIJIT StIALL FE 13E1.0/I COVER ALL glIALL--- Ef. WALE IN PULLHOs ite 2/0 00)1 RUED 7411-1 PEA 14pcx. r MINNUM 12' PEA. FICCK 7 sc:HtlULE TO 2' PVC CICNDUIT— (TWICAL) MINIgum bx - C430..1 ND VANE \. PULL 20X (AE DETAIL STLI pR '5131.4 Lt . Qa0L1ND DETAIL FOR WILARD liGH EXHIBIT 11 - 10 GROUND «ME / CR MANLUF AC'TIHER / CRLND RE GING / TO FTURE --%,-5 -WIFE SPICE .-° CM'WELD /'OTERIC « ELG \ \ \ WIHI{UM - GG C UNO 'MRE " p' cownuous wt4u T j6 GFLND RE \ - MECHANICAL GROUND LUG / -ET AL FCR TON OF OLLARO LICHT 84SE 00% FILLED 'HTH PEA ROX 2" MI#MUM l / 7 [ 12' PEA Rcc-- I/ scHEuL£ «o 2' Pc ccun \ \, - ' uLL ox (SEE DETAIL ST! 0R 5T2) (TYPICAL} MQE; NO S-LICES FMITTED u7E± FR PURPOSE O CAY'MELLING, LL GRONG RES 4UST BE. CF {6 AG NNIMuM WING COL..OF CE TO B£ USED SEE SHEET SE!!..- TRIAL GB8Q.UN DE TAI FOR &0LL.4RD 0. LIGHT5 N.1,5 MI/AMIBE ACH PUBLIC WORKS DtPR rMEN'T I£ 1 9/9 I9. Me a s4pm iisiisn irivi 1rL: I STREET LIGHT DETAIL.S TYPICAL GROUND OE TAIL FCR OLLAFD LIGH TS $TL4a 1TB 2019-140-ND 41 EXHIBIT 12 C 4APCO 14..1.411NUM 23-Se1 OR EGUAL • Pullut wONlts oarAntunwr STI 5 STREET LIGHT DETAILS COMA LIGHT rIxTuRE DETAIL mi COMA HEAD tED CT AISC STARDARO FIXNRE sy 7 Pig RCPT IV/ STANDARD dONTRO. 1,20* LED l20/277 OR QM POETS POWR SUPPky CATALOG # VIIL25t4a36OMAT ton gm rOLTS CATALOG # CilL2016A3sOCCRAY roe 12of2r1 VOLTS \-/APERED etiACSET AAIll r soctrzx comPArea. AITH POLE KU*. *ITH STRENGTH ADEduATE FIR I SO rT, or nno.ircTco AREA AT oio or pot rce 120 IIPH VIM /MORE WING 3 ro AMC STRANDED 'now. CU, MS (SEE WONG D1,41/.41 FOR %OE sus) tJ'DIIIG IN OW BrxgrortlIGH, LCGATED OPPOSITE APPROAO4NG TRAFFIC RIIN COVER rAsrpers MTH STANTESS STEEL SCRfisS LIMA TO TYPICAL GROUND SEIM. FOR ALL ORCRAID rARiNG (SCE GEV& S114) ''*-CONCRETE MU RASE (TYPE Er) {SEE voxt. sns) T7*X3D. ODAZITE KILL SO* (SEE DETAIL 511.21 1 POLE RAC. f2`ots.5"K2( tiGH FIXTURE. OF TAIL N.1.5. ITB 2019-140-ND 42 EXHIBIT 12 C0RA HEMO ED CA9c $Tiso ru ure> w/7 PN RC PT W/ ST AN DARD CCON TR O 120w ED 120/277 0R 480 LT8 P08 $uPet CATALOG W ERL2S16A.SO£CRAY FOR 4A0 VOLTS CAIALCG W ERL2CI6ASOEGRAY FR 170/271 WIS I I 1 1 ' r e x Tut wntç; $ 10 Aw3 $TR4Mo nw, U. WR£S (SE WWING AGRA O wt 92Es) FNNG N 8AS£ ? 0l'e.Ha, L.CATED 0PO9TE 4PP 0AON¢ TRAFC MTH COVER FASTENED T $TANL£SS STEEL SCRES j J I • I I ¡ I 5 I:, I I \ I tfi~k 1a r'fl'1c.A t <>~~r, CE T L. FR ML GR ON D wNG (SEE ET 5T4) Hl'.....a {3EE LE€TM STL6) LIGHI EX TURE DETAIL N.LS. Puotuc wo ns btranr#NT o perir or i4 STREET LIGH T DOE TAILS COORA LIGHT FIXTURE DETAIL STL5 ITB 2019-140-ND 42 frx30'AtIF- puLL Bow (SEE mug_ 511.2) NOTE REFER TO TvP4CAL GROIA40 OETAJL FCR ALL GROUND wFoNG (SEE OETA1 S114) ifVtI Fut ANKLE I LED CLAM STANBARB TM 14/ 100w AUTO SENSING VELTAGE (347 rsa.) 240V) BLACK IES TM I11 INSTROJTION Sc MOLE snte asnam at. gOAXKLIKANSMN /41BERGLASS SOIL (44 444STREET AINDSOR SERIES / POLE CATALOG n8113) tX11.01E AIR*40 fiG AI* STRANDED Tl,w. COPPER VOL (SEE OET4k) CRETE Pat BASE (1141E *A") EE DETAIL STLJ anNviu E 11.1E0 _CLASSIC a_TAtquARD LIGHT fIXTURLELFLIAIL rlielle WORKS olpAAIlialer STREET LIGHT DETAILS (114ANIVILLE LED LIGHT FIXTURE DETAIL STL7 EXHIBIT 13 ITB 2019-140-ND 43 EXHIBIT 13 -n BER GA $ POE / (MANSTREET WO5OR SERES / Po CAnoc Wr1eon ANWLE 4 LED ASSAC STAN AR} #¥ TU RE w/ 1O w AUTO SN'SING VO.TAG (347 Tu 240) 8LAO ES TP CS TR OU TOM SK SLE STY£E CAS TIN G LAM P $6\080.MK405B.¥ ItuRE wkNG $ 410 AG $TRAND LD T N. C&OR WRE (SE 0TN.) CRT PC£ 8ASE {TY 'W"} SEE DTA. ST.J r'so culo" z;'rn PULL B8Ox (SEE D£ tit St2) I j @IE: RFER TO 7CL GRuN) OE TAIL FOR, L GR0UMO wI G (SEE €TA 5704) GRAN LL E II LED CLASSIC STANDARD LIGHT FIXTURE DETAIL N.T.S. PULIC WORKS DEPARTMENT a 'rae ton e.rete o ate _, .. " • ,m, STREET LIGHT DETAILS STL7 -wawu 111±'- GRANE€ LEO UOHT PXT URE DE TA 1TB 2019-140-ND 43 STL7a P MAL WORKS ommnimorr rrh.c. STREET LIGHT DETAILS ALBERTSLOND LED LIGHT FIXTURE DETAIL EXHIBIT 14 \---410ST TOP MOUNT LEO FIXTURE MTH BUTTON PHOTOEYE, LOUIS P'CULSEN, LICOEL ALBERTSLUND MAXI POST (1121/i LED/4000X) OR APPROWD EQUAL "-ROUND STRAIC:HT ALUMINUM POLE, / LOUIS POULSEN MaCEL RSA- 4.5 oR APPRCAT, EOU TYPE "A" CONCRETE POLE Ei &SE (TYPE 'A") SEE OEIA4L STL3A lroe OVA ifrE It DX (SEE DETAIL STL2) NOTE: REFER ro (YPICAL MOURO LIET,NL F ALL GROW) YANG (SEE DEVIL STIA) ALBERTSLuND MAXI POST STANDARD UGH I MARE DETAIL ITB 2019-140-ND 44 EXHIBIT 14 . .. ] eosr toP OUN r E FxTuR TH AUTON POTCEYE, LOUIS PCALSEN, MCEL ALDER TSLND VAXI POST (TI2 LED/ACOCK) 0R APPROVED EQUAL I II IL -ROUND STRAIGHT MALWNLMA PCLE, V, LOUIS POULSEN MCCi£L RS,';-4,5 OF 4PPROD EOUAL I .,11--·---- •· H-•"··-· I € r- C-ot.;CRETE: POLE ASE (TYPE 'W") SE OETAJL STU ' l IE. REFER IO THAL GR CUD OE.TAIL, FOR ALL, GRCUND WNG ({SEE DETAIL ST4} ALBERISLUND MAX POSI SIANDARD LIGHL FIX IURE DE IAI N.TS «rs etas tu. \1AM/BEACH I:l srREr uGT oeTAs 1sT7a PUL.u€ wo#NS OPA#rMNT au. au ALBERTSLUND LED LIGHT FIXTURE 1E TAL sll' 1TB 2019-140-ND 44 APPROVED GROUND CLAMP-% FOR CONNECTING BARE BOND, POLE WOUND WIRE, I GROUND ROD ,AND SERVICE WAN TED GAL VANI1ED STEEL CONDUI t. ULJ CF PEAROM OR CRUSHED STONE FOR DRAINAGE. FRONT uzy.kTiON FOOT TYPE P Ii OURA -STRE SS IN (SEWAGE PC4..E) PRESTRESSED CONCRETE POLE P ANELSOARO —80110‘4 NOUN TED MAIN BREAKER. SEE SERVICE RISER FOP SIZE. 3/4" C, #50 PUI.A. BOK \ 5'X5' MAINTENANCE CONCRETE SLAB ‘s, FINISHED WADE - SEE PLAN $HEE FOR CONDUIT CONDUCTOR SIZE ortotoo ROD 3/4'18 X 20' CAD -IAELD =NNE C TION 2oc ELEVATION 1 1 V 2' 3145 STAINLESS STEEL CHANNEL & MO UNTING HARE:WARE T YP , ) PINT METAL CONOvIT \- VGISH "IL is FP&L SPLICE BOX/ MANSFCRMER, CALFLEX 205 NEw EXISTING PAD MOuN T kIE TER SEE AND RISER FOR CONDUIT CONDUCTOR SIZE "-EXISTING FP.16L POLE 1. CON TR AC TOR SHALL VERIFY POLE 9ZE AND LOCATION WITH OWNER PRIOR TO INSTALLA TION. 2. F.D,O.T. APPROVED POLES, S641-0700 & S64I - 0100. 3. WRING COLOR CODE TO BE USED (SEE SKET sn_17), 4. CONTRACTOR SHALL. YEW Y FLOOD ELEVATION WINOt,061)ING NiaTi• I . ALL POLE INST ALL ATIONS SHALL Bt SUITABLE FOR 150 MPH WIND WITH EXPOSURE "CH,. IMPORTANCE FACTOR 1,15 AND APPROPRIATE GUST FACTOR PER APPLICABLE ZONE OF INSTALLATION AS DEFINED IN THE FLORIDA etrILDING CODE, THE CON TRACTOR SHALL INCLUDE WI TN THE SHOP DRAWING SUBMITTAL, A POLE WIND LOADING CALCULATION SIGNED AND SEALED eY A STRUCTURAL ENGINEER REGISTERED IN FLORIDA SHOIAING THAT THE PROPOSED INSTALLATIONS HALL IdIEET THE GIVEN WND LOAD REQUIREMENT. CONTRAC TOR SHALL AD.A.IST THE SIZE OF BASE AND DEPTH OF POLE AT NO ADDITIONAL cosr TO MEET THE REDIJIREO WINDLOADIN G. SERvICL POINT DOTAL ••1, t 11 O N -0V [ -6 LO Z 9 1 7 O N) o O I À O I z o À O 3 # ± ii0 l'i! , ~1· I l E ~ APPROVE.DO GROLUN: CLAMP FOR CONNECTING BARE { 80ND, POLE GROUND WRE, I GROU ND RD AND SERCE MUNTED GAL VAN8ZED TEEL COND U IT. ~ FD or T'fF'E P 1,-.. DURA- STRESS Id D (SERC POE) , RES TR SSéD ' CON CRETE POE PANELB0AR .] -" .----80114 MOLJNTED .----- MASN BREAKER . SEE SERC E RISER FOR szE. " t àg.e / , Pu """.., Pui BOX 'xs' \ áiisreAwc \ < CONCRETE sA \ ~ s l il } l ssee I ~'~i-i~ ~·, iD SEE PLAN SHEE ht f! FOR CONDUIT & ,H E "I -' 'é c ucfok sizE BEO OF PE AR O CK -", a, s] OR CRIS»ED STONE - GROUND ñ00 FO« DRAINAGE E 3/47» x 20 - EBON I ELEAI ON A-WELD D NOIES. CONNECTIONS 1. CONTRACTOR SHALL VERIFY POLE SZE AND LOCATION ME IER 2" 6 STAINESS STEEL CHANNEL & MOUN'NG HARROWARE {fr ) PAIT META CONIT WTH LFL£Xx 20 / T NE FPL SPLICE 8Ox; €XIS7ING PAD MOUNT \ RANSF ORME R. 1 0 z ~!!l 36 345 o O g m ?5 [i; n ~ y co EXISTING FPL POLE ~ SEE RiSCR f'OR CONOUlî SL5£. £L EYA [ON ANO CONDUCTOR Si2E WTH OWN£R PRIOR TO INSTALLA TON 2, F DO .O T. APPRED POL E S, S641--0700 & S641-0100. 3. W IN G COLOR CDODE TO BE USEDO (SEE SHE ET ST17). • CONTRACTOR SHALL VERIFY FLOOO ELEVATION '«N OA, QA2ING.- NO IE: M. ALL POLE NSTALL NATIONS SHALL DBE SUITABLE FOR 150 MPH WNO WT EXPOSURE "C", IMPORTANCE FACTOR 11 AND APPROPRIATE GUST FACTOR PER APPLICABLE ZONE OF INSTALLATION AS DEFINED IN THE FL ORI DA 8IL.DING COE. TH E CONTRACTOR 5MALL INCLUDE WTH TE SH OP DRAWING SUBMITTAL, A POLE WNO LOAOI NG CAL.CUL A TON SIGNED AND SEALED BY A STRUCTURAL ENGINEER REGISTERED IN FL ORI A SHOWNG TAT THE PROPOSED INSTALLATIONS WLL MEET THE GIVEN 'WND LOAD REQUIREMENT. CONTRACTOR SHALL ADJUST THE SIZE OF B8ASE AND DEPTH OF POLE AT NO ADDITONAL COST TO MEET TE REQU IRED WNOADING. SER CE POINT DE TAIL N.1.S. m >< r 0U :::¡ ..... u, EXHIBIT 16 TO EXISTING FP&L SPLICE BOx/TRANSFORMER 2 git NEVII/ GROUND, 2"C NEW METER NEW (4 ANELBOARD rt1 CAD wELCHI CONNECTIONS II LC 0 2 PVC CONDUIT 11--141Fr6WART \-11X 24 QUAZITE PULL BOXES .SEE PLAN SHEETS FOR CONDUIT AND CONDUCTOR SIZES, QUANTITY AND LOCATIONS - S fl1, 1 OCO, 2—C GROUNDING CABLE TO 2-3/440 x 20' COPPER CLAD GROUND RODS, SEE DETAIL alaVia.eQtaitaTALIdaitligal CONTRACTOR SHOULD PROVE AND INSTALL 1-NEW 100 AMP, 120/240V METER IN A NEMA 3R ALUMINUM ENCLOSURE MOWED ON THE NEW CONCRETE POLE PER FP&L STANDARDS AND REQUIREMENTS. CONTRACTOR SHALL MAKE ALL CONNECTIONS NECESSARY FOR A COMPLETE WORKING, SYSTEM IN PLACE, SEE DETAILS FOR ADDITIONAL. INFORMATION, 0 CONTRACTOR SHALL PROVIDE AND INSTALL I-NEW INA RATED, 120/240V SINGLE PHASE SEWAGE RATED PANELBOARID WITH A BOTTOM MOUNTED 100A (MAIN BREAKER 4N A NEVA 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 3 CONTRACTOR SHALL PROVIDE AND INSTALL 1-NEW EXTERN,AL MOUNTED 60KA SURGE PROTECTIVE DEVICE (WO) IN A NEMA 4X 316 ST,AINLESS S ILLL ENCLOSURE, CONTRACTOR SHALL INSTALL SPO PER MANUFACTURE RECOMMENDATION FOR A COMPLETE WORKING SYSTEM. 0 PHOTO CELL LIGHT CONTROLS, 5 LIGHTING CONTACTOR. NE w SERVICE Pow RISER N.T.S, [ • PUMA: WORKS RIF)ARTMIKIT ICC47.1760 STREET LIGHT DETAILS NEW SERVICE PONT RISER STL8a ITB 2019-140-ND 46 EXHIBIT 16 TO EXISTING FPL SPLICE BOX /TR ANSF CORMIER 4 l J CAD WELG CCONNECTIONS ] 2.. PVC C:ONDUI f \ @ ww bq@) ANELBOARD H. y@) 1 Bil .-" -- +3¥ 24 0U42TE PULL SO0XS SEE PLAN SHEETS FOR CON DUI T ANDO CONDO UC TOR #,1 46EG, 2C sizEs, çuANnr MD -y6 GROUNDING CABLE LOCATIONS T0 2-3/4' x 20' COPPER CLAD GROUN D RODS, SEE DE TAIL SER8 «CE. PONI IN SIAL-A ION NOIES m, CONTRACTOR SHOULD PROWE AND INSTALL. 1--NE 100 AMP, 120/240V METER !' I A NEMA SR ALUMINUM ENCLOSURE MOUN TEO ON THE NEW CONCRETE POLE PER FPL. STANDARDS AND REQUIREMENTS. CON TRACTOR SHALL MAKE ALL CCNNEC TONS NECESSARY FOR A CAPLE TE WORKING SYSTEM IN PL,ACE. SEE DE TAILS FOR ADDITIONAL INF ORM A TIO. (2) CONTRACTOR SHALL PROVE AND INSTALL '-NEW 'COA RATED, 120/240V SNGLE PHASE SER'WCE RATED PANELBOARO 'WITH A BOTTOM MOUNTED 100A WAIN BREAKER IN A NEMA 4X 316 STAINLESS STEEL LOCKABLE ENCLOSURE MOUN TED ON THE NEW CONCRETE POLE. CONTRACTOR SHALL MAKE ALL CONNECTIONS NECESSARY FOR A COMPLETE 'WORKING SYSTEM IN PLACE. SEE DETAILS AND SCHEDULES FOR ADDITIONAL INF CR A TION, (3) CONTRACTOR SHALL PROVE AND INSTALL I-NEW EXTERNAL OUN TED 50KA SURGE PROTECT'VE DOEWCE (SPD) IN A NEMA 4X 316 STAINLESS STEEL ENCLOSURE. CONTRACTOR SHALL INSTALL SPO PER MANUFACTURE RECOMMENDATION FOR A COMPLETE 'WORKING SYSTEM. (@) PHOTO CELL JGHT CONTROLS. @) u+m G CON TACTO. NEW« SERVICE POINIL RISER N.TS. wua tia! t cit4.. ._±ai_. STREET LIGHT DETAILS NEWV SER'VICE POINT RISER I $TL8a 1TB 2019-140-ND 46 EXHIBIT 17 4.14.10110 STL5a POST TOP isSullfSiO 11APCO WOOL *M4$4 04 APPROVED EfluAL tE0 PENSAAT /MS"( Sr% 901,4 PNOT01 T. IIS TYPE .3 OfSrliealtru, IT(RMSFR4 U4HTS44 WO) Ossaftr tfaTOLEO 970LED-flf -Et-SG -111101COLT3) omewp Cal k TYPE a: siRAIrtot WAAL,* POS. fiLIPZO of"- 140011 irs42504-4 ON horsoLlo tQlj lk wiceirt PCXE eAst (rin srt ottra sTLIA IT Mr FULL SOX tSEI WAS Sitif TO TYPiCAL GROLOQ WAIL FOR AU. COOLI140 WoNa (SIX DOA sivi) 5TERNKRG .1C1-1T. FIXTURE QUAIL N.T,S "1941 STREET LIGHT DETAILS STERNBERG LIGHT FIXTURE DETAIL PUBLAT VMS% NIP4airttivOr v. •••••,•• 414 ..I• mrn •• ITB 2019-140-ND 47 EXHIBIT 17 uD PENOMNr n fu w urto Port. ts rt s ostrounce, s for; ucatc win., a4«Lr 97a£D (@970£D -FF -EI--SG-104€41) # APODO E3UAL CCNRE TE POE BAS (T "") 9t Dot $IM +rx3a' gua2 - PUL BON (SE or tAA st21 I I Ii 1 SIFRNBEG LIGHI FIXTURE DETAIL N.1.S r ruottc wows otPAnrMENT aro o taro et tt$ STREET LIGH T DE TAILS STERNBERG LIGHT FIXTU RE DETAIL. STL.5a 1TB 2019-140-ND 47 SIDEWALK-A . PULLBOIK- SCHEDULE 40 2"PVC CONDUITS, FIELD LOCATE TO MAINTAIN 2' MIN. CLEARANCE WITH OTHER UTILITIES PLAN VIEW C-C N. T.& PROJECTION AS PER POLE MANUFACTURER SPECS ANCHOR BOLT-48' LONG WI TN TOP 6" HOT DIPPED GALV, BOLT DIA, AS REQ. PER POLE 04MENSICNS AND SHOE BASE TYPE CONCRETE BASE IN/ POLE & StAN /.6' CURB de GUTIER 15'11 BOLT CIRCLE' ZeilGt A-,P, EXHIBIT 18 COJ'C[ETL ELLE. HASH. DLTAll N.T.S. NOM MOOeIPAlerMIrNT 4,40.11k.. • • STREET LIGHT DETAILS CONCRETE POLE BASE DETAIL STL6 ITB 2019-140-ND 48 EXHIB IT 18 ' CON CR ÉTE BASE / PE &: SI4Nd·; hrs, . ' PUL L O'X o I [-t .44 --ll ' PLAN WEW C-C .1.S. 2.$' CURB & GUTTER -SCHEDULE «0 2"P VC CON DUI TS FIELD LOCATE TO MAINTAIN 2' MIN CLEARANCE W.TH OTHER UTU TIES r W11 BOLT CIRCLE.~,-:-. J /;/ E Ro.cnoN «s PER Pou- lS! :. íáiíf cíüék sics ), lACHoR 8or-48' 1oNG m TOP 6" HOT PED GAV BOLT DIA. AS REQ PER POLE DENSIONS AND SHOE BAS TYPE 3 A A SECLIN A-=A o ò I . I j 1 4 . I I CONCRETE POL E BASE DE TAIL .1S. PU L4c Wo#s otPAn TM NT ' o.o»o et per a a +o Mo rio nato rni au. .4a4.uá.. 44i44.... .sa4.aa.a.. STR E ET LIGH T DE T AIL S CONCRETE POLE 8AS OETAIL sTL .6 1TB 2019-140-ND 48 APPENDIX D 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 M IAMIB 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 C ontract shall rem ain in effect fo r a period of three (3) years from date of contract execution by the Mayor and C ity Clerk. 1.1 Pro viding the C ontractor(s) w ill agree to m aintain the sam e price, terms and conditions of the current contract, this contract m ay be renewed at the sole discretion of the City, through its C ity Manager, fo r 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 pro vided it shall only be from a m onth-to m onth basis only and shall not constitute an im plied renewal of the contract. Said month-to-m onth extension shall be upon the same terms of the contract and at the com pensation and paym ent provided herein. 2. PRICES SHALL BE FIXED AND FIRM. All prices quoted in the awardee's bid subm ittal shall rem ain firm and fixed, unless am ended in w riting by the City. 2.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement. D uring the re new al term , the C ity m ay consider prices increases not to increase the applicable Bureau of Labor Statistics (www .bls.gov) CPI-U index or 3%, whichever is less. The C ity m ay also consider increases based on mandated Living W age increases. In considering cost escalation due to Living W age increases, the City will only consider the direct costs related to Living W age increases, exclusive of overhead, pro fit or any other related cost. 3. SHIPPING TERMS. Prices shall include prepaid freight by the bidder to City prem ises and shall be F.O .B. D estination. The C ontractor shall hold title to the goods until such tim e as they are delivered and accepted by an authorized C ity representative. 4. M ETHOD OF PAYMENT. The C ontractor(s) shall subm it m onthly invoices. These 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 weeks) inspection reports pursuant to A ppendix C , M inim um R equire m ents and Specifications, C3. Specifications, 1.1 Inspection. C ontractor(s) w ill be paid unit cost, pursuant to Appendix E, Cost Proposal Form , per location. 5. W ARRA NTY REQUIREMENTS. In addition to all other warranties that may be supplied by the bidder, the bidder shall w arrant its pro ducts and/or serv ice against faulty labor and/or defective m aterial, for a m inim um period of one ( 1) year after the date of acceptance of the labor, materials 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 under contract with the City at the tim e of defect. A ny paym ent by the C ity on behalf of the goods or serv ices received from the bidder does not constitute a w aiver of these w arranty provisions. T he bidder shall be responsible fo r prom ptly correcting any deficiency, at no cost to the City, within five (5) calendar days and 30 calendar days fo r underground faults, after the City notifies the bidder of such defici ency in w riting. If the bidder fails to satisfy the warranty within the period specified in th e notice, th e City m ay (a) pl ace th e bidder in defa ul t of its contra ct, an d/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 C ity fo r this w ork or item s; either through a credit m emorandum or thro ugh invoicing. 6. EQ U IPM EN T SH A LL B E MO ST R EC EN T MO DEL AVAILABLE. The equipm ent being offered by the vendor shall be the m ost recent model available. Any optional com ponents which are required in accordance w ith the contract speci fications shall be considered standard equipment for purposes of this solicitation. D em onstrator m odels will not be accepted. O m ission of any essential detail from these specifications does not relieve the vendor from furn ishing a com plete unit. The unit shall conform to all applicable O SHA, State, and Federal safety require m ents. The engineering, m aterials, and w orkm anship associ ated with effort perform ed hereunder shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 7. B A C K G R O U N D C H EC K S/C O N TRA C TO R 'S PERSO NNEL. The Contractor shall conduct a full crim inal backgro und check at its ow n expense on each of its em ployees engaged in providing services under this 1TB or any resulting Agreem ent prior to the com mencement of said services. N o contractor em ployee shall be eligible to perform serv ices, pursuant to this 1TB or resulting Agreem ent if he or she: (1) has been convicted of or was placed in a pre-trial diversion pro gram fo r any crim e involving dishonesty or breach of trust; em bezzlem ent; drug trafficking; fo rgery; burglary ; ro bbery ; theft; perjury ; possession of stolen pro perty; identity theft; fraud; money laundering; shoplifti ng; larceny; fa lsification of docum ents and/or (2) has been convicted of any sex, w eapons, or violent crim e incl uding but not lim ited to hom icide; attem pted hom icide; ra pe; child m olestation; extortion; terrorism or terro rist threats; kidnapping; assault; battery; and illegal w eapon possession, sale or use. The contractor shall defend, indem nify and hold the City, its officers, em ployees, and agents harm less from and against any and all liability, loss, expense (incl uding reasonable attorn ey's fees) or cl aim s fo r injury or dam ages arising out of its failure to com ply w ith this requirem ent. C ontra ctor shall em ploy personnel com petent to perform the work specified herein. The City reserv es the right to request the rem oval of the Contractor's em ployee's fro m perform ing m aintenance on the C ity's grounds w here the em ployee's perform ance or actions are obviously detrim ental to the pro gram . C ontractor's personnel m ust wear photo identification at all tim es. 8. U N IFO R M S. All personnel furn ished to the City of M iam i Beach m ust be unifo rm ed. Each em ployee supplied by the C ontractor w ill w ear a unifo rm bearing the Contractor's nam e. Unifo rms m ust be provided at the C ontractor's expense, and m ay not be charged to the em ployee or deducted from the em ployees' paycheck, therefo re reducing the hourly pay rate to less than the living w age rate required by this solici tation. 9. W O R K A C C EPTA N C E. This pro ject w ill be inspected by the City Representative. This inspection shall be perform ed to determ ine acceptance of work, appro priate invoicing, and w arranty conditions. 10. A D D IT IO N S/D ELETIO N S O F FA C ILI TIES. Although this Solicitation identifies facilities to be serv iced, it is here by agreed and understood that any facility m ay be added/deleted to/from 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 facilities. If these quotes are com parable w ith prices offered for sim ilar serv ices, the award(s) shall be m ade to the lowest 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 issue d by the City. 11. SUBSTITUTION OF ITEMS DURING TERM OF CONTRA CT. Substitute brands or models m ay be considered during the contract period for discontinued models. However, the Contractor m ay not substitute brands or m odels without the express written consent of the City R epresentative. S ubstitute brands or m odels m ust be of equal or better quality. 12 . R O A D M A P FOR PROJECTS AWARDED ON A TIME AND MATERIALS BASIS (Group 2). The C ity m ay aw ard w ork on a tim e and m aterials basis in accordance with Section 0200, General C ondition 15 , entitled Multiple Awards. City departments may request Purchase Orders to be issued to the prim ary C o ntractor fo r any group on a tim e and m aterial 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 C ontractors m ay also be considered. 12 .1 W ork D ay. 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. 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 MIAM, 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 MIAMI 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 Description Group 1 — INSPECTION AND MAINTENANCE SERVICES (B) (A) Estimated (C) (D) Unit Cost (Per Quantity (No. Inspections Per Estimated Annual Cost Light Fixture) of Lights)1 Year (A_X_B_X_C) 642 26 U I M Unit Cost Group 2 — EMERGENCY REPAIRS AND CITYWIDE UPGRADES Estimated Annual Descri .tion Quantity1 Inspection and maintenance of 1 various City owned parking lots EA Total (Quantity_X_Unit_Cost) Item 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 bein• 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. 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) Hourly Rate Hourl Rate SUB-TOTAL — LABOR (Items 1 — 2) 260 80 % Mark-up Estimated Annual Gross Costs (See Appendix D (Dealer Invoice Cost) Section 12.3) Net Cost (Dealer Invoice Cost_U/0 Mark-up) Item Description 3 Administrative Mark-up for Parts and Supplies $75,000 SUB-TOTAL — PARTS & EQUIPMENT GRAND TOTAL (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 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. 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 $ EA (C) Inspections Per Year ---■ 26 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 $ $ Hourly Rate - Non Regular (After 5:00 p.m., Monday through Friday, Weekends, and Holida s SUB-TOTAL - LAB OR 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 TOTAL (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 Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 1TB 2019-140-ND 55 APPENDIX 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 APPEN DIX F Insurance Requirements 1TB 2019-140-ND Inspection and M aintenance of Parking Lot Lighting PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2019-140-ND 56 MIAMI BEAC 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 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. ITE;2019-140-ND ..-mi•mr 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 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 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_-miamibeach@riskyorks.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] 1TB 2019-140-ND 58 ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS Diyoloyvi vj 4.04,-1/ ./).17). rg rr) A L.:, rut ufficlul ,Yraie uj Nurldti vt•bw"f4, Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation ENTERPRISE ELECTRICAL CONTRACTING, INC. Filing Information Document Number P05000076129 FEI/EIN Number 20-0876939 Date Filed 05/25/2005 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/20/2005 Event Effective Date NONE Principal Address 1740 NW 69 AVENUE MIAMI, FL 33126 Changed: 01/06/2012 Mailing Address 1740 NW 69 AVENUE MIAMI, FL 33126 Changed: 01/06/2012 Registered Agent Name & Address BILL, JAMES R 1740 NW 69 AVENUE MIAMI, FL 33126 Address Changed: 01/06/2012 Officer/Director Detail Name & Address Title P BILL, JAMES R 1740 NW 69 AVENUE MIAMI, FL 33126 Title V http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiN... 12/11/2019 Detail by FEI/E IN Number Page 1 of 2 Florida Department of State DI/IS1ON OF CORPORATIONS Department of State / Division of Corporations / Search Records I Detail By Document Number / Detail by FEI/EIN Num ber Florida Profit Corporation ENTERPRISE ELECTR ICAL CONTRACTING, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address P05000076129 20-0876939 05/25/2005 FL ACTIVE AMENDMENT 06/20/2005 NONE 1740 NW 69 AVENUE MIAMI, FL 33126 Changed: 01/06/2012 Mailing Address 1740 NW 69 AVENUE MIAMI, FL 33126 Changed: 01/06/2012 Registered Agent Name & Address BILL, JAMES R 1740 NW 69 AVENUE MIAMI, FL 33126 Address Ch anged: 01/06/2012 Officer/Director Detail Name & Address Title P BILL, JAMES R 1740 NW 69 AVENUE MIAMI, FL 33126 Title V http://search.sunbiz.org/Inquiry /CorporationSearch/SearchResultDetail ?inquirytype=F eiN... 12/11/2019 BAER, ROBERT A 1740 NW 69 AVENUE MIAMI, FL 33126 Title ST BAER, RICHARD A 1740 NW 69 AVENUE MIAMI, FL 33126 Title V YERMAKOV, ALEKSANDR 1740 NW 69 AVENUE MIAMI, FL 33126 Annual Reports Report Year Filed Date 2017 04/27/2017 2018 03/26/2018 2019 02/28/2019 Document Images 02/28/2019 -- ANNUAL REPORT 03/26/2018 -- ANNUAL REPORT 04/27/2017 -- ANNUAL REPORT 03/14/2016 -- ANNUAL REPORT 04/27/2015 -- ANNUAL REPORT 03/26/2014 -- ANNUAL REPORT 01/28/2013 -- ANNUAL REPORT 01/06/2012 -- ANNUAL REPORT 01/13/2011 -- ANNUAL REPORT 02/16/2010 -- ANNUAL REPORT 10/27/2009 -- ANNUAL REPORT 03/24/2009 -- ANNUAL REPORT 01/07/2008 -- ANNUAL REPORT 02/12/2007 -- ANNUAL REPORT 03/23/2006 -- ANNUAL REPORT 06/20/2005 -- Amendment 05/25/2005 -- 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 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 Detail by FEI/EIN Number Page 2 of 2 Florida Department of State, Division of Corporations http ://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiN... 1 2/1 1 /20 1 9 Detail by FEI/EIN Number Page 2 of2 BAER, ROBERT A 1740 NW 69 AVENUE MIAMI, FL 33126 Title ST BAER, RICHARD A 1740 NW 69 AVENUE MIAMI, FL 33126 Title V YERMAKOV,ALEKSANDR 1740 NW 69AVENUE MIAMI, FL 33126 A n n u a l R e p o rt s Report Year 2017 2018 2019 Filed Date 04/27/2017 03/26/2018 02/28/2019 D o c u m e n t Im a g e s 02/28/2019-- ANNUAL REPORT] View image in PDF format 03/26/2018 -- ANNUAL REPORT I 04/27/2017 --ANNUAL REPORT' 03/14/2016 -- ANNUAL REPORT' 04/27/2015 -- ANNUAL REPORT I 03/26/2014 -- ANNUAL REPORT' 01/28/2013 -- ANNUAL REPORT! 01/06/2012 -- ANNUAL REPORT' 01/13/2011 -- ANNUAL REPORT' 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 02/16/2010 -- ANNUAL REPORT' View image in PDF format 10/27/2009 -- ANNUAL REPORT I View image in PDF format 03/24/2009 -- ANNUAL REPORT I E ; 01/07/2008 --ANNUAL REPORT' ; 02/12/2007 -- ANNUAL REPORT I [, 03/23/2006 -- ANNUAL REPORT I - 06/20/2005 -- Amendment View image in PDF format View image in PDF format View image in PDF format View image in PDF format 05/25/2005 -- Domestic Profit View image in PDF format View image in PDF format Fl orida Departm ent of State, Divisi on of Corpora tions http://search.sunbiz.org/Inquiry /CorporationSearch/SearchResultDetail ?inquirytype=F eiN... 12/11/2019 CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING Due: October 4th, 2019 By 3:00 P.M. SUBMITTED BY: ENTERPRISE ELECTRICAL CONTRACTING, INC. 1740 NW 69th Avenue, Miami, Florida 33126 Office (305) 884-6540 Fax (305) 884-6541 CITY O F M IA M I B EACH PRO C U R E M ENT DE PA R TM E N T 17 55 M erid ian Avenue, 3rd Floor M iam i Beach, F lorida 33139 1TB 2019-140-N D IN SP E C TIO N A N D MA IN TENA NCE O F PA RK IN G LO T LIG H TIN G Due: O ctober 4th, 2019 By 3:00 P.M. SU B M ITTED BY : ENTERPRISE ELECTRICAL, CONTRACTING, INC. 1740 NW 69" Avenue, Miami, Florida 33126 Office (305) 884-6540 Fax (305) 884-6541 INDEX OF INCLUSIONS TAB #1 - Cost Proposal [Appendix "E" - ITB Pgs 54-55] TAB #2 Proposal Certification, Questionnaire & Requirements Affidavit [Appendix "A" - ITB Pgs 16-22] Responses to Appendix "A" (1 pg) References (3 pgs) TAB #3 Minimum Requirements & Specification (Appendix "C" - ITB Pgs 25-53) Responses to Appendix "C" (2 pgs) Florida Electrical License Copy (1 pg) Certificate of Insurance (11 pgs) IN D E X O F IN CL U S IO NS TAB#1 - C o st P ropo sal [A p p en d ix "E " - 1T B P gs 54-55] TAB#2 - P ro p o sal C e rt ific atio n, Q uestion naire & R e quirem ents Affidavit [A pp en d ix "A " - 1T B P gs 16-22] - R e sp o nses to A pp end ix "A " (1 pg) - R e fe renc e s (3 pgs) TAB#3 - M in im u m R e q u ire m e n ts & Sp e ci fi cation (Appendix "c" -. 1TB Pgs 25-53) - R e s p o nses to Ap pen di x "C" (2 p gs) - Flo rid a E le c trica l Li cense C o py (1 p g) - C ert ifica te o f In s ura nc e (11 p gs) APPENDIX E M1AMIBEACH 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 APPENDIX E MIAMI 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-ND 54 Administrative Mark-up for Parts and Supplies $75,000 $ 1,500.00 Group 1 - INSPECTION AND MAINTENANCE SERVICES (B) Item (A) Estimated (C) Unit Cost (Per Quantity (No. Inspections Per Light Fixture) of Lights)t Year (D) Estimated Annual Cost (A_X_B_X_C) 1 Inspection and maintenance of various City owned parking lots $ 9.64 EA 642 26 $ 160,910.88 Item Group 2 Descri tion EMERGENCY REPAIRS AND CITYWIDE UPGRADES Estimated Annual Total Ruantityl U 1M Unit Cost (Quantity X Unit Cost) 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 Holid Item Description Hourly Rate Huurl Rate $ 50.00 SUB-TOTAL - LABOR (Items 1- 2) % Mark-up Estimated Annual Gross Costs (See Appendix D (-%9Ic.1- Invoice Cost) Section 12.3) 9,100 00 $ 4,000.00 $ 13 100.00 Net Cost (Dealer Invoice Cos( X_% Mark-up) 260 80 SUB-TOTAL PARTS & EQUIPMENT GRAND TOTAL (Items 1 - 3) $ 76,500 00 $ 89,600.00 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 recekt of pro •osals will result in • ro • °sal 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. 1The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than The estimated amounts. Bidder's Affirrn.iti.)n Company: Enterprise Electrical Contracting, Inc. Authorized Representative: James R. Bill, President Address: 1740 NW 69 Avenue, Miami, FL 33126 Telephone: 305-884-6540 Email: jbill@enterpriseelectrical.net 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. 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 m Description Group 1 - INSPECTION AND MAINTENANCE SERVICES (8) Estimated Quantity (No. Inspections Per of Lights)' Year Inspection and maintenance of various Ci owned arkin lots $ 9.64 EA ---- J //% Group 2-EMERGENCY REPAIRS AND CITYWIDE UPGRADES Estimated Annual Total Item Description Quantity' UI 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 $ 35.00 $ 9,100.00 Hourly Rate -- Non Regular (After 5:00 p.m., Monday through Friday, Weekends. and Holidaus EEEEEEEIEEIEAD AIN 'AI ----------------- SUB-TOTAL - LABOR Items 1 - 2 $ 13.100.00 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) 2 % Net Cost (Dealer Invoice Cost_X % Mark-up) 1,500.00 SUB-TOTAL - PARTS & EQUIPMENT GRAND TOTAL (Items 1-3) 76 500.00 89 600.00 'The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than the estimated amounts. Bidder's Affirmation Company: Ente rise Electrical Contractin Inc. Authorized Representative: James R. Bill, President Address: 1740 NW 69 Avenue, Miami, FL 33126 Telephone: 305-884-6540 Eman: jbill@enterpriseelectrical.net Authorized Representatlve's Slgnature: 1TB 2019-140-ND 55 APPENDIX A m I AM 1 B EA(' 11 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 MIA M 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 Parking Lot Lighting Procurement Contact: Tel: Email: Natalia Delgado 305-673-7000 x6263 nataliadelgado@miamibeachigov 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. Thls 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: Enterprise Electrical Contracting, Inc. NO. OF YEARS IN BUSINESS: 13 NO. OF YEARS IN BUSINESS LOCALLY: 13 NO. OF EMPLOYEES: 113 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): 1740 NW 69 Avenue CITY: Miami STATE: Florida ZIP CODE: 33126 TELEPHONE NO.: 305-884-6540 TOLL FREE NO.: FAX NO.: 305-884-6541 FIRM LOCAL ADDRESS: same as above CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: James R. Bill, President ACCOUNT REP TELEPHONE NO.: 305-884-6540 ext.505 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: jbillaenterpriseelectrical.net FEDERAL TAX IDENTIFICATION NO.: 20 0876939 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 Solicitation No: 20 19-140-ND Solicitation Title: Ins ection and Maintenance of Parkin Procurement Contact: Natalia Del ado Tel: 305-673-7000 X6263 miamibeachfl. ov 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: Enterprise Electrical Contracting, Inc. NO. OF YEARS IN BUSINESS: 13 I NO, OF YEARS IN BUSINESS LOCALLY: I NO, OF EMPLOYEES: 13 113 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): 17 40 NW 69 Avenue ca · 1aml STATE: I ZIPCODE: Florida 33126 TELEPHONE NO.: 305-884-6540 TOLL FREE NO.: FAX NO.: 305-884-6541 FIRM LOCAL ADDRESS: same as above CITY: STATE: I ZIPCODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: James R. Bill, President ACCOUNT REP TELEPHONE NO.: 305-884-6540 ext.505 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: ibill@enterpriseelectrical.net FEDERAL TAX IDENTIFICATION NO.: 20 0876939 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 inform ation, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requiremen ts. 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: httos://supplierportaldnb.com/webapp/wcsistoresiservlet/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 i n29:pirformance by papillic 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.miamibeachfLokily-hall/procurement/procurement-related-ordinance-and-procedurest ITB 2019-140-ND 18 1. Veteran Owned Business¡ Is Pro,oser claiming a veteran owned business status? vs LI Jo S U B M ITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is ce rtified as a veteran-ow ned business or a service-disabled veteran owned business by the State of Florida or United States federal govern m ent, as required pursuant to ordinance 2011-3748. 2. Fin an cia l Capacity . W hen 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 SOR report from D&B at: https:l/supplierportal,dnb.com/w ebapp/wcs/stores/serylet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the inform ation contained in its SQR. It is highly recommended that each Proposer review the inform ation 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. SUBMITT AL 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 m em ber (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 P ro poser entity or any of its affi liates. S U B M ITT A L R E Q U IR E M E NT : P roposers must disclose the name(s) of any officer, director, agent, or immediate family member (spo use, 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 Perform ance. Proposer shall submit at least three (3) references for whom the Proposer has completed work sim ilar in size and nature as the w ork refere nce d in solicitation. S U B M ITT A L R E Q U IR E M E NT : For each reference subm itted, the follow ing inform ation is required: 1) Firm Nam e, 2} Contact Individual Nam e & Title, 3} A ddress, 4) Telephone, 5} Contact's Em ail and 6} Narrative on S cope of S erv ices Provided. 5. S uspension, D eb arm ent or C o ntra ct Cance llatio n. H as P roposer ever been debarr ed, suspended or other legal violation, or had a co ntract ca nce lled due to 1 no n-p¡rtorm ance by ¡ny pur e sector agency? Y E S X N O S U B M ITT A L R E Q U IR E M E N T : If answ er to above is "YE S ," Prop o ser shall subm it a sta tem ent detailing the reasons that led to action (s ). 6. V end or C am paig n C ontrib utions. P ro posers are expected to be or becom e fam iliar w ith, the C ity 's Cam paign Finance Refo rm law s, as co dified in S ection s 2-487 thro ugh 2-4 90 of the C ity C ode. P roposers shall be solely responsible for ensuring that all applica ble provisions of the City 's C am paign Finance R efo rm law s are co m plied w ith, and shall be subject to any and all sanctio ns, as prescribed therein, including disqualifica tion of their Proposals, in th e event of such non-co m pliance . S U B M ITT A L R E Q UIR E M E N T : S ubm it the nam es of all individuals or enti ties (in cl udi ng your sub-co nsultants} w ith a co ntrolli ng financial interest as defined in solicitation. For each individual or entity w ith a controlli ng financial interest indica te w hether or not each individual or entity has contributed to the ca m paign either directly or indirectly, of a ca ndidate w ho has been elected to the offi ce of M ayor or C ity Com m issioner for the City of M iam i Beach. 7. C od e of Business Ethics. P urs uant to City Resol ution N o.2000-23879, each person or entity th at seeks to do business w ith the C ity shall adopt a Code of B usiness Ethi cs ("C ode") and subm it that C ode to th e Procurem ent D epartm ent w ith its proposal/response or w ithin five (5) days upon receipt of request. The Code shall, at a m inim um , require the Proposer, to co m ply w ith all applica ble govern m ental ru les and regulations including, am ong others, the confli ct of intere st, lobbying and ethics pro vision of the City of M iam i B each and M iam i Dade County . S U B M ITT AL R E Q U IR E M E N T : P roposer shall subm it firm 's Code of B usiness Ethics. In lieu of subm itting Cod e of Business E th ics, Proposer m ay subm it a statem ent indica ting that it w ill adopt, as required in the ordinance , th e C ity of M iam i Beach C ode of Eth ics, available at http://www .m iam ibeachfl.gov/ci ly-hall/procurem ent/procurem ent-related-ordinance -and-pro ceduresl 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 htta://www.miamibeachfl.cov/city-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 x x Sick Leave x Family Medical Leave x x Bereavement Leave x 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://www.miamibeachfl.qovkity-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 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.gov/city-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 wh ose 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? tr)rs [ Jo 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? IJre 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 Souses Domestic Partners Health X X Sick Leave X Family Medical Leave X X Bereavement Leave Xx 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://www .miamibeachfl.gov/city-hall/procurement/procurement-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 t Initial to Confirm Receipt Initial to Confirm Receipt 'pet 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 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 TW O 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, Florida Statutes, and certifies it has not been placed on convicted vendor list. 11, Non-Discrimination. Pursuant to City Ordinan ce 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 Chan ce 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. 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 Initiai to Confirm Initial to Confirm Receit Receipt Receipt ~ Addendum 1 Addendum 6 Addendum 11 /I Addendum 2 Addendum 7 Addendum 12 ., Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. ITB 2019-140-N D 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. NNW 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 perm itted 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 PROFOSER 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: James R. Bill Title of Proposers Authorized Representative: President Signature of Proposer's ' d Representative: Date: October 3rd, 2019 /4"S"m4A44 [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 Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: James R Bill Tille of Proposer's Authorized Representative: President Date: October 3rd, 2019 [T H E R E M A IN D ER O F T H IS PA G E IS LE FT IN T E N T IO N A LL Y B LA N K] 1TB 2019-140-ND 22 ENTERPRISE ELECTRICAL CONTRACTING, INC. 1740 NW 69th Avenue, Miami, Florida 33126 Office (306) 884-6540 Fax (305) 884-6541 ITB 2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING RESPONCES TO: QUESTIONAIRE & REQUIREMENTS AFFIDAVIT Item# 2 Financial Capacity - Dunn & Bradstreet SQR report has been sent directly to Natalia Delgado of CMB by D&B as requested Item# 3 Conflict of Interest - n/a, there are no conflict of interest Item# 4 References & Past Performance - 3 references requested on following 3 pages Item# 5 Suspension, Debarment or Contract Cancellation - n/a as answer was "No" Item# 6 Vendor Campaign Contributions Our Corporate Officers with controlling interest are; James R. Bill, President Robert A. Baer, Vice President Richard A. Baer, Treasurer/Secretary None of the Enterprise Electrical Contracting, Inc. officers have directly or indirectly contributed to a candidate who has been elected to the office of Mayor or City Commissioner of Miami Beach Item# 7 Code of Business Ethics - Enterprise Electrical Contracting, Inc. will adopt and submit as required the City of Miami Beach Code of Ethics ENTER P R ISE ELECTRICAL CONTRACTING, INC. 1740 NW 69" Avenue, Miami, Florida 33126 Office (305) 884-6540 Fax (305) 884-6541 1TB 2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING RESPONCES TO: QUESTIONAIRE & REQUIREMENTS AFFIDAVIT Item# 2 Item# 3 ltem#4 Item# 5 Item# 6 Item# 7 Financial Capacity - Dunn & Bradstreet SQR report has been sent directly to Natalia Delgado of CMB by D&B as requested Conflict of Interest - nla, there are no conflict of interest References & Past Performance - 3 references requested on following 3 pages Suspension, Debarment or Contract Cancellation - nla as answer was "No" Vendor Campaign Contributions - Our Corporate Officers with controlling interest are; James R. Bill, President Robert A. Baer, Vice President Richard A. Baer, Treasurer/Secretary - None of the Enterprise Electrical Contracting, Inc. officers have directly or indirectly contributed to a candidate who has been elected to the office of Mayor or City Commissioner of Miami Beach Code of Business Ethics - Enterprise Electrical Contracting, Inc. will adopt and submit as required the City of Miami Beach Code of Ethics PERFORMANCE EVALUATION SURVEY COMPANY BEING SURVEYED: Enterprise Electrical Contracting, Inc. POINT OF CONTACT: James R. Bill PHONE & E-MAIL: 305-525-4637 ibill@enterpriseelectrical.net Please evaluate the performance of the group or individual. (10) means you are very satisfied and have no Questions about hiring them again, and (1) is if you would never hire them again because of very poor performance. If you do not know please leave blank. NO. CRITERIA UNIT 1 Company Reliability (1-10) 1 C. 2 Ability to maintain repair/delivery schedule (1-10) 1 0 3 Customer Service (communication, resolution of descrepancies, responsiveness of personnel servicing the account) (1-10) I c) 4 Workmanship (140) i 0 S Problem solving skills (1-10) / 0 6 Responsiveness to agency's priorities for service (1-10) / 0 7 Overall customer satisfaction and hiring again based on performance (comfort level In hiring company again) (1-10) 1 0 Overall Comments: F C. r r l cc, IS r ZX /A-'1 C 641--a i/vc hac, e Ui/ K26c S ry) / ye (///-5-. t-Ve /10 o r:r(vt-c(c-/-761--1 kokvie /I co - o ..' ee_ v LA. l A's Y—g- /Le_ 7c,/c-1,--e_ Agency or Company Name: 6/-17 61,-De..70 l C S Contact Name: A e' -1" frt (/viA y• Phone &-E-Mall: OS-3) 2_ 0 Y1 JkL hi c c.q-cqta. 11 Date of Services: ( c 000 1 0 (0 ( /fir"' re) Dollar Amount of Services: SIGNATURE: DATE: j--S-1/5‘ P E R F O R M A N C E E V A L U A T IO N S U R V E Y COMPANY BEING SURVEYED: Enterprise Electrical Contracting, Inc. POINT OF CONTACT: James R. Bilf PHONE & E-MAIL: 305-525-4637 [bill@enterriseelectrical.net Please evaluate the performance of the group or individual. (10) means you are very satisfied and have no Questions about hiring them again, and (1) is if you would never hire them again because of very poor performance. If you do not know please leave blank. N O . CRITERIA U N IT 1 Company Reliability (1-10) 1o 2 Ability to maintain repair/delivery schedule (1-10) JO Customer Service (communication, resolution of descrepancies, 3 responsiveness of personnel servicing the account) (1-10) IO 4 Workmanship (1-10) 1O 5 Problem solving skills (1-10) 1o 6 Responsiveness to agency's priorities for service (1-10) 10 Overall customer satisfaction and hiring again based on performance 7 (comfort level In hiring company again) (1-10) 10 Overall Comments: (ppr,cc is on xe/eel c 'Ybr a4 e h acc' orld ii / i,,,, ké a. be. e pr. b l]q e 'Olf Golf Agency or Company Name: Contact Name: Phone &-E-Mall: Date of Services: 3os 2 os» pp otor Amount or services: ] QUO_,OO SIGNATURE: C_-"=:::::::"---C)(L _ owe @/2s//% ---+----,---"--- SIGNATURE: miobt.-- DATE: CA 7.4 VI PERFORMANCE EVALUATION SURVEY COMPANY BEING SURVEYED: Enterprise Electrical Contracting, Inc POINT OF CONTACT: James R. Bill PHONE & E-MAIL: 305-525-4637 Aill@enterpriseelectricatrret Please evaluate the performance of the group or individual. (10) means you are very satisfied and have no Questions about hiring them again, and (1) is if you would never hire them again because of very poor performance. If you do not know please leave blank. NO. CRITERIA UNIT 1 Company Reliability (1-10) / V 2 Ability to maintain repair/delivery schedule (1-10) / 9 3 Customer Service (communication, resolution of descrepancies, responsiveness of personnel servicing the account) (1-10) I 0 4 Workmanship (1-10) i 0 5 Problem solving skills (1-10) 1 o 6 Responsiveness to agency's priorities for service (1-10) 1 p 7 Overall customer satisfaction and hiring again based on performance (comfort level in hiring company again) (1-10) 10 Overall Comments: Agency or Company Name: 0,.4/1.1)44 C,itid Ckiet.aYLA CfliA Contact Name: it 5(..t.W Phone & E-Mail: (sos)12g-350 Date of Services: nvev -ko (0) ieat- Dollar Amount of Services: (Arty- 4-t.44.0b) t,ttOtoyi PE R FO R M A N C E EV A LU A T IO N SU RV EY COMPANY BEING SURVEYED: POINT OF CONTACT: Enterprise Electrical Contracting_Inc James R. Bill PHONE & E-MAIL: 305-525 4637 [bil@ onterprise@lectrical. net Please evaluate the performance of the group or individual. (10) means you are very satisfied and have no Questions about hiring them again, and (1) is if you would never hire them again because of very poor performance. If you do not know please leave blank. NO. CRITERIA UNIT 1 Company Reliability (1-10) (0 2 Ability to maintain repair/delivery schedule (1-10) 10 Customer Service (communication, resolution of descrepancies, 3 responsiveness of personnel servicing the account) (1-10) 10 4 Workmanship (1-10) 1D s Problem solving skills (1-10) 1D 6 Responsiveness to agency's priorities for service (1-10) 1 Overall customer satisfaction and hiring again based on performance 7 (comfort level in hiring company again) (1-10) iO Overall Comments: «encor or comorooe. (uafal Cau! (Co Ctc±o4 Contact Name: ~ M ßÇt.e,v nor-e.covo [M$)98-3344 o»cots«res AV kn ( () (ea ooltor Amount ot series _ye fut(u) Mi(/1 '~ I SIGNATURE: allo PERFORMANCE EVALUATION SURVEY COMPANY BEING SURVEYED: Enterprise Electrical Contracting, Inc. POINT OF CONTACT: James R. Bill PHONE & E-MAIL: 305-525-4637 jbill@entelpriseelectrical.net Please evaluate the performance of the group or Individual. (10) means you are very satisfied and have no Questions about hiring them again, and (1) is if you would never hire them again because of very poor performance. If you do not know please leave blank. NO. CRITERIA UNIT 1 Company Reliability (1-10) t a 2 Ability to maintain repair/delivery schedule (1-10) 9 3 Customer Service (communication, resolution of descrepancies, responsiveness of personnel servicing the account) (1-10) i 0 4 Workmanship (1-10) gl 5 Problem solving skills (1-10) 9 6 Responsiveness to agency's priorities for service (1-10) 10 7 Overall customer satisfaction and hiring again based on performance (comfort level in hiring company again) (1-10) I0 Overall Comments: Agency or Company Name: Contact Name: Phone & E-Mall: Date of Services: powol St-;:L 2o/6 Dollar Amount of Services: f'.‘57) k9 k9-0 SIGNATURE: DATE: P E R F O R M A N C E E V A L U A TI O N S U R V E Y CO M PA N Y BEIN G SURV EYED: PO INT O F CO N TA CT : PH O N E & E-MAIL: Enterprise Electrical Contracting, Inc. James R . Bill 305-525 4637 [bill@ enterp rise electrical.net Please evaluate the perform ance of the gro up or Indi v idual. (10) m eans you are very satisfied and have no Q uest io ns about hiring them again, and (1) ls if you w ould never hire them again beca use of very poor perform ance. If you do no t kno w please leave blank. NO. CRITERIA UNIT - 1 Co mp a ny Relia bility (1-10) Io Ability to m ain tai n re pair/del ivery schedule (1-10) - 2 9 Custom er Serv ice (co m m unication, resolution of des crepancies, lo 3 re sponsiveness of personnel serv icing the acco unt) (1-10) 4 W o rk m anship (1-10) q 5 Probl em so lving skills (1-10) 9 6 Respo nsiveness to agency 's priorities fo r serv ic e (1-10) lo O vera ll custom er satisfa ct ion and hiring again based on perform ance 1o 7 (com fort level in hiring comp an y again) (1-10) O verall Com m ents : Ag ency o rC o m pany N am e: ~ ~~ p i...2 »am 2 L ¿oy-2li Ar ko l a ,e s ose oros» g e, ole Do llar Amount of Serv ices:_......_ f_ 66_SV._~...,,...-~----------------------- SIGNATURE,µ~ .... -=--::,._;._~~11j~L=--- DATE: tohl; I 7 ENTERPRISE ELECTRICAL CONTRACTING, INC. 1740 NW 69th Avenue, Miami, Florida 33126 Office (305) 884-6540 Fax (305) 884-6541 TB 2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING RESPONCES TO: DOCUMENTATION INDICATING COMPLIANCE WITH MINIMUM ELIGIBILITY REQUIREMENTS Item C1.1 State of Florida Licensed Electrical Contractor - Florida Electrical License EC13004436, Copy Attached Item C1.2 Demonstrated Experience - See below job list demonstrating required experience PROJECT NAME DESCRIPTION START/END DATES CONTACT NAME PHONE FPL - Dade Maintenance and Sue-Ann Fredericks Streetlights new installations 2007 - present Sue-ann.fredricks@fpl.com 305-387-6674 Maintenance and Luis Garcia FPL - Overhead new installations 2010 - present Luis.ci.ciarciaf I.com 305-378-2740 Maintenance and Luis Garcia FPL - Underground new installations 2010 - present Luis.qmarcia(@fpl.com 305-378-2740 Parking Lot & Streetlight Mark Morgan 305-673-7000 City of Miami Beach Maintenance 2010 - present markmorcianinmiamibeachfl.gov Ext.2904 Multiple lighting and Manuel Cid City of Homestead Utility projects 2010 — Present mcid@cityofhomestead.com 305-224-4721 Pg. 1 of 3 ENTERP R IS E ELECTRICAL CON TRACTI NG, INC. \ 1740 NW 69" Avenue, Miami, Florida 33126 Office (305) 884-6540 Fax (305) 884-6541 TB 2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING RESPONCES TO: DOCUMENTATION INDICATING COMPLIANCE W ITH MINIMUM ELIGIBILITY REQUIREMENTS Item C1.1 State of Florida Licensed Electrical Contractor - Florida Electrical License EC13004436, Copy Attached Item C1 .2 Demonstrated Experience - See below job list demonstrating required experience PROJECT NAME DESCRIPTION START/END CONT ACT NAME PHONE DATES FPL- Dade Maintenance and Sue-Ann Fredericks Streetlights new installations 2007 - present Sue-ann.fredricks@fpl.com 305-387-6674 Maintenance and Luis Garcia FPL - Overhead new installations 2010 - present Luis.a.aarcia@fl.com 305-378-2740 Maintenance and Luis Garcia FPL - Underground new installations 2010 - present Luis.a.aarcia@fl.com 305-378-2740 Parking Lot & Streetlight Mark Morgan 305-673-7000 City of Miami Beach Maintenance 2010 - present markmoraan@miamibeachfl.qov Ext.2904 Multiple lighting and Manuel Cid City of Homestead Utility projects 201 0- Present mcid@cityofhomestead.com 305-224-4721 Pg. 1 of 3 Item C2 STATEMENT OF WORK - The below information indicated equipment and personnel available to provide services required by City of Miami Beach in various city owned parking lots: EMPLOYEES: — Management 11 — Administrative 12 — Journeymen 32 — Electricians 10 — Helpers 27 — Apprentices 11 — Streetlight Tech 30 INVENTORY OF SENSITIVE EQUIPMENT:: — EEC has a secure warehouse at its Miami Airport office site where it has the ability to safely and securely store equipment. As a full services electrical contractor we currently operate under such tight standards for inventory, etc. — Our security systems include 24-hr camera surveillance, alarm system, armed security, etc. — Access to all of our facilities is strictly monitored and critical fleet equipment is also monitored via GPS devices, etc. FLEET & EQUIPMENT: — Bucket Trucks: 22 Material Handlers: 5 — Digger Derrick: 4 — Trailers: 33 — Trucks: 22 — Vans: 7 Pumps: 3 — Test truck w/ thumper (3) — Backhoe: 1 - 18 Ton Crane Boom - Manhole Safety Gear - Air Compressors (7) - ForkLifts (3) - Mini Excavators (9) - Frisbee Locators (10) - Dynatels (11) - Bobcat (1) - 18 Ton Crane/Boo Item 03.2.1 Emergency Repairs As required by contract the below individuals are available 24 Hours a day, 7 days a week, 365 days a year to coordinate response to Emergency Repairs o Danilo Ortega, Streetlight Supervisor, cell 786-942-3131 o James R. Bill, President, cell 305-525-4637 Pg. 2 of 3 Item C2 STATEMENT OF WORK - The below information indicated equipment and personnel available to provide services required by City of Miami Beach in various city owned parking lots: EMPLOYEES: - Management 11 - Administrative 12 - Journeymen 32 Electricians 1 O - Helpers 27 -- Apprentices 11 - Streetlight Tech 30 INVENTORY OF SENSITIVE EQUIPMENT:: - EEC has a secure warehouse at its Miami Airport office site where it has the ability to safely and securely store equipment. As a full services electrical contractor we currently operate under such tight standards for inventory, etc. - Our security systems include 24-hr camera surveillance, alarm system, armed security, etc. -- Access to all of our facilities is strictly monitored and critical fleet equipment is also monitored via GPS devices, etc. FLEET & EQUIPMENT: -- Bucket Trucks: 22 Material Handlers: 5 Digger Derrick: 4 Trailers: 33 Trucks: 22 Vans: 7 Pumps: 3 Test truck w/ thumper (3) Backhoe: 1 - 18 Ton Crane Boom - Manhole Safety Gear - Air Compressors (7) - ForkLifts (3) - Mini Excavators (9) - Frisbee Locators (1 O) - Dynatels (11) - Bobcat (1) - 18 Ton Crane/Boo Item C3.2.1 Emergency Repairs - As required by contract the below individuals are available 24 Hours a day, 7 days a week, 365 days a year to coordinate response to Emergency Repairs o Danilo Ortega, Streetlight Supervisor, cell 786-942-3131 o James R. Bill, President, cell 305-525-4637 Pg. 2 of 3 RICK SCOTT, GOVERNOR JONATHAN ZACHEM. SECRETARY dbiar STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES YE RMAKOV, ALEKSANDR ENTERPRISE ELECTRICAL CONTRACTING INC 1740 NW 69TH AVENUE ENTERPRISE El ECI CONTRACTINGANC. MIAMI FL 33126 MEN SE N U MEIER: EC13004 4T6 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFlorictaLicense.com Do not alter this document In any form, This Is your license, It is unlawful for anyone other than the licensee to use this document. Pg. 3 of 3 STAT E O F FLO R ID A D EPA R T M EN T OF B U SINI ·+ • FESSIONAL REGULATION · a sf ELECTRICAL CO TK "" ING BOARD THE ELECT! A g. IDER TH E - a . Aways verify licenses online at MyFlorld3License.com Do not alter this document in any form. Thls is your license. It is unlawful for anyone other than the licensee to use this document. Pg. 3 of3 PCL XL Error SubSystem: Error: Operator: Position: CONTROL IllegalOperatorSequence PopGS 6820 PCL XL Error Subsy stem : CON TROL Error : Operator : Position : IllegalOperatorSequence PopGS 6820 ATTACHMENT D INSURANCE REQUIREMENTS ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F MIAMIBE.A 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 APPENDIX F MIAMI AC H Insurance Requirements 1TB 2019-140-ND Inspection and M aintenance 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 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 - Insuran ce 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-miamibeachariskworks.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] It 2019-140-ND - 58 CERTIFICATE HOLDER M UST READ: CITY OF MIAM I BEACH c/o EXIGI S Insurance Com pliance Serv ices P.O. Box 4668 -ECM #35050 New York, NY 10163-4668 Kindly subm it all certificates of insurance, endorsements, exem ption letters to our servicing agent, EXIGIS, at: Certificates-miam ibe ach @r isky orks.com Sp ec ia l R isks or C ircum stances - The City of Miami Beach reserves the right to m odify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Com pliance with the fo regoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreem ent. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIO NALLY BLANK] ITB 2019-140-ND 58