19-140-03 AUM Construction IncCO NTRA CT NO. 19-140-03
MIAMI BEACH
City of Miami Beach, 1755 Meridian Avenue, 3d Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7 490, Fax: 786-394-4235
SENT VIA E-MAIL TO: ho@auminc.us
December 19, 2019
Humberto Ortiz
AUM Construction, Inc.
8950 NW 119 Street
Hialeah Gardens, FL. 33018
Phone: 305-345-5347
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2019-
140-ND FOR INSPECTION & MAINTENANCE OF PARKING LOT LIGHTING.
Dear Mr. Ortiz:
On October 4, 2019, AUM Construction, 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 AUM Construction, Inc., (the "Contractor" as the Tertiary Vendor)
for Inspection & Maintenance of Parking Lot Lighting.
No goods may be shipped, or services performed (as applicable) until such time as the City has
issued a Purchase Order to the Contractor. Before proceeding with the issuance of a Purchase
Order, the following item(s) are required:
1. A certificate of insurance, with limits as indicated in the 1TB, reflecting the City of Miami
Beach as additional insured. Certificates need to include the following as Certificate
Holder:
City of Miami Beach
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 - ECM #35050
New York, NY 10163-4668
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at
305.673. 7 490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Mark Morgan, Property Management Department, at
markmorgan@miamibeachfl.gov 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
ATT ACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
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
Coversheet Page 1 of 2
Competitive Bid Reports - C2 B
M IA M I 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 K G R O U N D/HIS TO R 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 NA LY SIS
The 1TB was issued on January 5, 2019, with bid opening date of October 4, 2019. The Procurement Department issued bid
notices to 298 companies utilizing www.publicpurchase.com and www.bidsync.com websites. 82 prospective bidders accessed the
advertised solicitation. The notices resulted in the receipt of four (4) responses from: AGC Electric, Inc. ("AGC"), AUM
Construction, Inc . ("AUM"), Enterprise Electrical Contracting, Inc. ("Enterprise"), and R & D Electric, Inc ("R & D"). See Attachment
A for a tabulation of bids received.
The 1TB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the 1TB will be
recommended for award. In its due diligence, the Procurement Department found that AGC, AUM, Enterprise, and R & D met the
requirements of the 1TB including:
1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County Licensed Master Electrician.
AGC, AUM, Enterprise, and R & 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 1TB, therefore is
being recommended as the primary vendor; Enterprise, the second lowest responsive, responsible bidder as the secondary
vendor; and AUM, the third lowest responsive, responsible bidder as the tertiary vendor.
R & D Electric, Inc.
For over twelve years, R & D Electric, Inc. has been part of the constant growth and improvement of South Florida by serving
various cities, municipalities, highway authorities and agencies in street lighting, traffic signalization and utility work. R & D Electric,
Inc., since 2014, provides routine electrical services to the City, including emergency repairs and planned repairs or small projects.
To date the City is satisfied with the service being provided.
Enterprise Electrical Contracting, Inc.
Enterprise Electrical Contracting, Inc. is a privately owned, fast growing, full service electrical contracting company licensed to
operate in Florida, Miami-Dade County, Broward County and their municipalities. Enterprise Electrical Contracting, Inc., since
2014, inspects and maintains parking lot lights at the various City-owned surface parking lots. References indicate satisfaction with
the services provided.
AUM Construction, Inc.
According to the information provided by the firm, AUM has been in business since 2006 and currently serves both Miami-Dade
and Broward County. In 2017 AUM was awarded 1TB 2017-106-ZD for the Safe Routes to School Construction at Biscayne
Elementary School, Nautilus Middle School, North Beach Elementary School, and Feinberg-Fisher K-8 Center and construction
was satisfactorily completed in April of 2019.
https:/ /miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID= l 5409&M... 12/11/2019
Coversheet Page 2 of 2
FINANCIAL INFORMATION
The funding for this project is as follows:
Account(s) 480-0461- Amount(s) $914.15 $40,000 $134,000 $127,778.06
000312-00-
413-526-00-
00-00-62940
480-0461-
000342-00-
413-526-00-
00-00-62940
480-0461-
000674-00-
422-528-00-
00-00-62940
490-0810-
000342-29-
413-526-00-
00-00-62940
CONCLUSION
After considering staffs recommendation and the bids received, pursuant to ITB 2019-140-ND, I recommend that the Mayor and
City Commission of the City of Miami Beach, Florida, approve the award of a contract to R & D Electric, Inc., the lowest responsive,
responsible bidder as the primary vendor; Enterprise Electrical Contracting, Inc., the second lowest responsive, responsible bidder
as the secondary vendor; and AUM Construction, Inc., the third lowest responsive, responsible bidder as the tertiary vendor; and
further authorize the City Manager to execute the contracts.
Applicable Area
Citywide
Is this a Resident Right to Does this item utilize G.O.
Know item? Bond Funds?
No No
Legislative Tracking
Property Management/Procurement
ATTACHMENTS:
Description
o Attachment A
https://miamibeach.novusagenda.com/agendapublie/CoverSheet.aspx?ItemID=15409&M... 12/11/2019
C o v e r s h e e t P a g e 2 of 2
FINANCIAL INFORMATION
The funding for this project is as follows:
Account(s) 480-0461- Amount(s) $914.15 $40,000 $134,000 $127,778.06
000312-00-
413-526-00-
00-00-62940
480-0461-
000342-00-
413-526-00-
00-00-62940
480-0461-
000674-00-
422-528-00-
00-00-62940
490-0810-
000342-29-
413-526-00-
00-00-62940
CONCLUSION
After considering staffs 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
Attachment A
https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID= l 5409&M... 12/11/2019
26 642
$9.64
$160,910.88
$8.99
$150,061.08
$6.78
$113,171.76
$29 50
Group 1 — • " .1, T. 1 1
(C) (B) (A) (0) (A) (0) (A) (0) (A) (D)
Item Desci iption Inspections Per Estimated Quantity Unit Cost Estimated Annual Cost Unit Cost Estimated Annual Cost Unit Cost Estimated Annual Cost Unit Cost Estimated Annual Cost
Year (No. of Lights) (Per Litt Fixture) (A X B X C) (Per Light Fixture) (A X B X C) per Light Fixture} (A X B X C) [Per Light Fixture} (A X B X C)
1 nspection and maintenance of
arious City owned parking lots $492,414.00
ATTACHMENT A
ITB 2019-.140-ND
Enterprise Electrical Contracting, Inc.'
AUM Construction, Inc.'
R & D Electric, Inc. AGC Electric, Inc.
Item
1
Description
ourly Rate — Regular (7:00 a.m.
to 5:00 p.m., Monday through
Friday)
Estimated Annual
Quantity U / M
260 Hourly Rata
Unit Cost
$35.06
Group 2— EMER.GENCY REPNRS ANC CITYWIDE
Total
(Quantity X Unit Cost) Unit Cost
$9,100.00 $150.00
U-PGRAOES
Total
(Quantity X Unit_Cost)
$39,000.00
Unit Cost
$45.00
Total
(Quantity X Unit Cost)
$11,700.00
Unit Cost
$120.00
Total
(Quantity X Unit Cost)
$31,200.00
2
Hourly Rate — Non Regular (After
5:00 p.m., Monday through
Friday, Weekends, and Holidays) 80 Hourly Rate $50.00 $4,000.00 $225.00 $18,000.00 $65.00 $5,200.00 $180.00 $14,400.00
---
Item
SUB-T71-
% Mark-up
(See Appendix 13
Section 12.3)
2%
$13,100.00
Net Cost
(Dealer Invoice Cost
X % Mark-up)
51,500.00
% 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
Description
- ministrative Mark-up for Pads
nd Su lies
Estimated Annual Gross Costs
(Dealer Invoice Cost)
$75,000
GRAND TOTAL (Items 1 — 3) $14,600.00
Mille
$69,750.00 $24,400.00 $56,850.00
i OTAL OF GROUPS 1 AND 2 $219,811.08 MEM= $549,264.00
Recommended for award as primary
Recommended for award as secondary
Recommended for award as tertiary
ATTACHM ENT A
1TB 2019-140-ND
Ente rprise El ectrical Contracting, lc.' ]
Gro up 1 -IN SP E CTI ON AN D M A INTENA NC E SERVIC ES
(C ) (B ) (A ) (D) (A ) (D) (A) (D) (A ) (O)
Description In spection s Per Estim ated Quantity Unit Cost Estimated Annual Cost Unit Cost Estim ated Annual Cost Unit Cost Estim ated Annual Cost Unit Cost Estim ated Annual Cost
Year (N o . of Li ght s) (Per Light Fixture) (A X B X C) (Per Light Fixture) (A X B X C) (Per Li ght Fixture) (A X B X C) (Per Li ght Fixture) (A X B X C)
u Consiiucion,ieT ] R & D El ectri c, Inc.' AG C El ectri c, Inc.
Item
7 Inspection and maintenance of
various C ity ow ned parking lots $160,910.88 8.99 0.061.08 9 5g $492.414.00
Hourly Rate - Regul ar (7.00 a.m.
to 5.00 p.m ., Monday thr o ugh
I I I I I I I I I s2o0o I Friday) 260 Hourly Rate $35.00 $9,100.00 $150.00 $39,000.00 $45.00 $11,700.00 $31,200.00
Hourly Rate - Nan R egular (After
5.00 p.m., Monday thr o ugh
Friday, W eeken d s, an d Holidays) 80 I Hourly Rate I $50.00 I s40o.0o l $225.00 I s6o0o.0o I $65.00 I $5,200.00 I $180.00 I $14,400.00
Item ER ESE#ER [ ma7o ]
Estim ated A nnual Gross Casis
Description (Dealer Invoice Cost)
Nel Cost
(Jeale r Invoi ce Cost
X% Mark-up)
EEAESJ SEELE
% M ark -up Nel Cost % Mark-up Net Cost % Mark-up Net Cosi
(See Appendi x D (D ealer Inv oi ce Cost (See Ap p en di x D (D ealer In voice Cost (See Ap p en di x D (Dealer Invoi ce Cost
Section 12.3) X% Mark-up) Section 12.3) X% Mark-up) Section 12.3) X% Mark-up)
I dministrative Mark-up for Parts
and Supplies $75,000 2%%
G RA ND T
TO T A L O F GR O U P S 1 AN D 2
$1,500.00 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
1 Recommended for award as primary
' Recommended for award as secondary
Recommended for award as tertiary
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 ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
I. ATTACHMENTS.
Exhibit A: Pre-Bid Sign-in Sheet
II. RESPONSES TO QUESTIONS RECEIVED.
01: In Appendix C, Minimum Requirements and Specifications, Section 03. Specified the light fixture type for every
location. However, not all details and specifications (make and model) are provided in Exhibits 1 through 18. Please
provide part numbers, make and model of the existing light fixtures listed on the table for Group 1, page 28 and 29 (Deco,
Shoe Box, Main St., Med. Base, bollards).
Al: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2
Maintenance, the Contractor is only responsible for replacing the non-decorative General Electric Cobra
heads. The part numbers for these fixtures may be found on page 29 of the ITB.
Q2: Is there a sign-in sheet available from the pre-bid meeting?
A2: Please refer to Exhibit A.
Q3: Is there an estimated budget for this?
A3: There is no established budget.
Q4: CMB parking lots have many feed points and lights that are fed with direct buried cable. This cable is very old and
deteriorated needing to be reconditioned in conduit. Does this maintenance bid include these re-conductor costs? A
typical reconductor of boring in conduit and pulling cable in CMB costs as much as the monthly maintenance paid to the
contractor in the past contract. There is no way of estimating how many sections will need reconductoring. Can CMB
include a line item price per foot for these reconductors? If so, will this include restoration as well?
A4: The reconditioning of cables in conduit is part of the inspection and maintenance services and the
cost will need to be incorporated into the per light fixture unit cost.
Q5: MB is replacing the Cobra head fixture in many parking lots with LED fixtures. The Cobra head fixture was easy to
repair, and replacement parts were kept in stock keeping costs down. New LED fixtures will be under warranty, will CMB
be giving the Contractor the replacement fixture when needed?
A5: If the fixture is under warranty, the City will supply the fixture.
Q6: Can we get an average # of outages over the last 6 months?
A6: In the last six months there have been an average of 43 outages.
RFQ No. 2019-140-ND
Addendum #1
9/26/2019
M IA M I BEACH Procurement Department
1755 Meridian A ve, 3d Floor, Miami Beach, Flor ida 33139
w w w .m iam ibeachfl.gov
ADDENDUM NO. 1
IN V ITATIO N TO BID NO. 2019-140-ND
INS PEC TIO N AN D M AIN TEN A N C E O F PARKIN G LO T LIG H TING (the 1T B)
September 26, 2019
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
cl arifications and revisions issued by the C ity. The 1TB is am ended in the fo llowing particulars only (deletions are shown by
strikethrough and additions are underline d).
I. ATTACHMENTS.
Exhibit A: Pre-Bid Sign-in S heet
i -------------···-· ---·- ·-·· ·-----1
l I
I
11. RESPONSES TO QUESTIONS RECEIVED.
Q1: In Ap p en dix C , Mi nim um Requirem en t s an d Sp e cifications, Section C3. Sp e cified th e ligh t fixture type for ever y
location. How ever, not all details and specifications (m ake and model) are pro vided in Exhibits 1 through 18. Please
provide part num bers, m ake and m odel of the existing light fixtures listed on the table fo r Gr o up 1, page 28 and 29 (D eco,
Shoe Box, M ain St, M ed. Base, bollar d s).
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.
02: Is there a sign-in sheet available from the pre-bid m eeting?
A2: Please refer to Exhibit A.
3: Is there an estim ated budget for this?
A3: There is no established budget.
Q 4: CM B parking lots have m any feed points and lights that are fed w ith direct buried cable. This cable is very old and
deteriorated needing to be reconditioned in conduit. Does this m aintenance bid incl ude the se re-conductor costs? A
typical reconductor of boring in conduit and pulling cable in C M B costs as m uch as the m onthly m aintenance paid to the
contractor in the past contract. There is no w ay of estim ating how many sections will need recon ductor in g. Can C M B
include a line item price per fo ot fo r these reconductors? If so, wi ll this include restoration as w ell?
A4: The reconditioning of cables in conduit is part of the inspection and maintenance services and the
cost will need to be incorporated Into the per light fixture unit cost.
Q5: MB is replacing the C obra head fixture in many parking lots w ith LE D fixtures. The Cobra head fixture was easy to
repair, and replacem ent parts w ere kept in stock keeping costs dow n. N ew LED fixtures w ill be under warr anty, will CMB
be giving the Contractor the replacem ent fixture w hen needed?
A5: If the fixture is under warranty, the City will supply the fixture.
6: Can w e get an average # of outages over the last 6 m onths?
A6: In the last six months there have been an average of 43 outages.
RFQ No. 2019-140-N D
A dden dum #1
9/26/2019
Sin ►Rre
MIAMIBEACH Procurement Department
1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139
www,miamibeachfl.gov
Q7: Can we assume since these parking lots have been under contract, that poles are grounded and up to code?
A7: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications,
1.2.1 Maintenance Plan for Current Conditions, the awarded bidder will inspect the current condition of
City owned surface parking lots and provide a report with its findings and recommendations.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov
Contact: Telephone: Email:
Nat8lio-Delg-atio-- -- - 305=673:7000 ext. 26263' - nataliadell ado • miamibeacht•ov --- - •
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that
have elected not to submit a response to the ITB are requested to complete and return the "No-Bid" questionnaire with the
reason(s) for not submitting a proposal.
Alex Du.ie
Ero 6ment Director
RFQ No. 2019-140-ND
Addendum #1
9/26/2019
M IA M I BEACH Procurement Department
1755 Meridian Ave, 34 Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
Q?: Can we assume since these parking lots have been under contract, that poles are grounded and up to code?
AT: 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@miamibeachfi.gov
Contact:
Natalia Delgado
Telephone:
' 305-673-7000 ext. 26263 miamibeachfl.ov- +
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 Procureme nt Depar tm ent
1755 Meridian Ave, 38 Floor, Mi ami Beach, Florida 33139
www.miamibeachfl.gov
EXHIBIT A
Pre-Bid Sign-in Sheet
RFQ No. 2019-140-ND
Addendum ##1
9/26/2019
MIAMIBEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: September 12, 2019
TITLE: ITB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT
LIGHTING
• • A'. 4u,
..i'L:.i:ASViMINT) .
. COMPANY NI 1MC NON E:',11 %Onatare
1::- 41AR...0'i-flak:SS
Natalia Delgado Procurement - CMB 305-673-7000
Ext. 26263
t
... -:-.,.., ..., nataliadelgado@miamibeachfl.gov
11
,4
C___- .,-
1
,'_ cm ,,, ei -3 S- - LCD I
0(00 - do
aji•vij, EdAgorr, 0-4 elwki:Le , (,„,. 30s-403i-8q
30S. 303 4 cis-0 catta.P 2 ki ) 41W:ge S 1, 2 ch.i-4 inc. ce,,,,A,
(6 „ xv2. A-4re.7-1 /-)-7 nOn•iracin.._ 0 Q..)ay ,sre-r.D (..-?..QCfizt c'. C.:0'-P "30'3- 265- .1-30S.-
CAI-6(st ,.? e_c cat..-nt( Lam,. c, Ca„..yro.ct-e..c
1
1-0
A MI BEA CH V\i. .. . .. ... ........ .
DATE:
TITLE:
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
September 12, 2019
1TB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT
LIGHTING
Natalia Delgado 305-673-7000 -------------~ Ext. 26263
Procurement - CMB
nataliadelgado@miamibeachfl.gov
2as(0/
O05
1
MIAMIBEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: September 12, 2019
TITLE: ITB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT
LIGHTING
.7 '`.1*(N E . : .
(PLEMIt410INO . '
., CONIPAW INAIN/M .: E:, . I PliiiiNtI .Stgootre r
• " ,R,Ilitil, Alniate8'.
V4,e‘N C..0tA\,e, .
&Jr- V- Censo-mc 4torL
,----
2
MIAMI BEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: September 12, 2019
TITLE: ITB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT
LIGHTING
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:
rA ,
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
MI A MI BEA CH
IN V IT A TIO N TO B ID (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:
NATALIA DELGADO, PROCUREMENT CONTRACTING OFFICER II
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3d Floor, Miami Beach, FL 33139
305.673.7000 x6263 I nataliadelgado@miamibeachfl.gov I www.miamibeachfl.gov
V\IAMi BE AC H.
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
M I AM/B E A CH
TABLE OF CONTENTS
SOLICITATION SECTIONS:
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
L,`/ BEACH
SECTION 0200 INSTRUCTIONS TO BIDDERS
1. GENERAL.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective
Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the
City's consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful
Bidders(s) (the "contractor[s]") if this ITB results in an award.
The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder
who has received this ITB by any means other than through PublicPurchase must register immediately with
PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may
result in disqualification of proposal submitted.
2. PURPOSE.
For approximately five years, the City of Miami Beach (the "City") has had an agreement for the inspection and
maintenance of parking lot lighting. The current contract expires on November 30, 2019. In order to consider a
replacement contract, the City is seeking bids from qualified electrical contractor(s) to inspect and maintain various
City owned parking lots containing approximately 600 light fixtures. The requirements and specifications are further
detailed herein and more specifically in Appendix C.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued August 30, 2019
Pre-Bid Meeting September 12, 2019 @ 10:00 AM ET
Deadline for Receipt of Questions September 23, 2019 @ 5:00 PM ET
Responses Due October 4, 2019 @ 3:00 PM ET
Tentative Commission Approval Authorizing Award TBD
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact: Telephone: Email:
Natalia Del•ado 305-673-7000 x6263 nataliadelrado ,ry miamibeachfl.•ov
Additionally, the City Clerk is to be co.:lied on all communications via e-mail at: RafaelGranadocc-DmiamibeachfLov:
•r via facsimile: 786-394-4188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be
received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All
responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
ITB 2019-140-ND
3
SECTION 0200
MIAMI BEACH
INSTRUCTIONS TO BID DERS
1. GENERAL .
This Invitation to Bid (1TB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective
Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the
City's consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful
Bidders(s) (the "contractor[s]") if this 1TB results in an award.
The City utilizes PublicPurchase (www .publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this 1TB. Any prospective Bidder
who has received this 1TB by any means other than through PublicPurchase must register immediately with
PublicPu rchase to assure it receives any addendum issued to this 1TB. Failure to receive an addendum may
result in disqualification of proposal subm itted.
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. SOLI CITATION TIMETABLE. The tentative schedule for this solicitation is as follows·
1TB 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. PRO CUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
• t .. .. ' ., eng, [' •
2]A r1[P[:l[il[i[] [] {$} (V]]] (%· dll'kl'k'llkllll [@[i
Additionally, the City Clerk is to be conied on all communications via e-mail at: RafaelGranado miamibeachfl. ov;
or via facsimile: 786-394-4188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be
received no later than ten (1 O) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All
responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
1TB 2019-140-N D 3
,s\AI 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
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: http://www.miamibeachfl.qov/city-
hall/orocurementiorocurement-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
MI A M/BE A CH
4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s)
m ay be scheduled.
A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address:
C ity of M iam i B each
Procurem ent D epart m ent
C onference R oom
17 55 M eridian A venue, 3rd Floor
M iam i B each, 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 TELEPHO NE NUMBE R: 1- 877-873-8018 (To ll-free North America)
(2) Enter the MEETING NUMBER: 6312925
Pro posers 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 INTERPRETATIO NS. Oral info rmation 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 pro curement solicitations once advertised
and until an award recom mendation has been forw arded to the City Commission by the City Manager are under the
"C o ne of S ilence." The Cone of Silence ordinance is available at
http://libra ry.m unicode.com/index.aspx?client1D=13097&state1D=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 Pro curement Director, or his/her administrative staff responsible for administering the
pro curem ent pro cess fo r this solicitation pro viding said communication is limited to matters of pro cess or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Pro curement Contact nam ed herein with a copy to the City Clerk at rafaelgranado@ miamibeachfl.gov.
7. SPECIAL NO TICES. 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/pro curement/pro curement-related-ordinance-and-pro cedures/ .
• 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 ANO 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 20 19 -14 0 -N D 4
MIAMI BFACH
• 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
M I A M /BEA CH
• PREF ERENCE FO R FLO RIDA SM A LL BUSINESSES OW NED AND
CO NTR O LLED BY VET E RA NS AND TO STATE-CERTIFIED SERVICE-
DISABLED VET ERA N BUSINES S ENTERPRISES............................. CITY CO DE SECTIO N 2-374
• FA LSE CLA IM S ORDINA NCE............................. CITY CO DE SECTI O N 70-300
• A CCE PTA NCE O F GIF T S, FA V O RS & SERVICES CITY CO DE SECTIO N 2-449
8. EXA M IN A TIO N O F SO LI C ITA TIO N D OC U M EN TS A ND SITE: It is the responsibility of each Bidder, befo re
subm itting a Bid, to:
• Exam ine the solici tation thoro ughly.
• Visit the site or structure, as applicable, to becom e fam iliar with conditions that m ay affect costs, pro gress,
perform ance or furn ishing of the W ork.
• Take into account federal, state and local (C ity and Miam i-Dade County) laws, regulations, perm its, and
ordinances that m ay affect costs, pro gress, perform ance, furn ishing of the W ork, or award.
• Study and carefully correlate Bidder's observations w ith the solicitation.
• N otify the P ro curem ent D irector of all conflicts, erro rs or discrepancies in the solicitation of which Bidder
know s or reasonably should have know n.
• The subm ission of a Bid shall constitute an incontro vertible representation by Bidder that Bidder has
com plied w ith the above requirem ents and that w ithout exception, the Bid is premised upon performing and
furn ishing the W ork required by the solicitation and that the solicitation docum ents are sufficient in scope
and detail to indicate and convey understanding of all term s and conditions for perform ance and furn ishing
of the W ork.
9. PO STPO N EM EN T O F D U E D A TE FO R R EC EIPT OF BIDS. The City reserv es the right to postpone the deadline
fo r subm ittal of bids and w ill m ake a reasonable effort to give at least three (3) calendar days written notice of any
such postponem ent to all pro spective Bidders thro ugh PublicPurchase.
10. P R O T ESTS. Pro tests concern ing the speci fications, requirem ents, and/or terms; or pro tests after the bid due
date in accordance w ith C ity C ode Section 2-371, w hich establishes procedures for pro tested pro posals and
proposed aw ards. Protests not subm itted in a timely manner pursuant to the requirements of City Code
Section 2-371 shal l be barred.
11. JO IN T VEN T U R ES. Joint Ventures are not allow ed. The City will only contract with the prime contractor.
P ro posals m ay, how ever, identify other sub-contractors or sub-consultants to the prime contractor.
12. V E TERA N B U SIN ESS EN TER PR ISES PR EFER EN C E. Pursuant to City of Miam i Beach Ordinance No. 2011-
3748, the C ity shall give a preference to a responsive and responsible bidder which is a small business concern
ow ned and controlled by a veteran(s) or w hich is a serv ice-disabled veteran business enterprise, and which is within
five percent (5%) of the low est and best bidder, by pro viding such bidder an opportunity of pro viding said goods or
contractual serv ices fo r the low est responsive bid am ount. W henever, as a result of the foregoing preference, the
adjusted prices of tw o (2) or m ore bidders w hich are a sm all business concern owned and contro lled by a veteran(s)
or a serv ice-disabled veteran business enterprise constitute the lowest bid pursuant to an 1TB or ora l or written
request fo r quotation, and such bids are responsive, responsible and otherw ise equal with respect to quality and
serv ice, then the aw ard shall be m ade to the serv ice-disabled veteran business enterprise.
13 . C O N TRA C T PR IC E. Bid Price is to incl ude the furn ishing of all labor, materials, equipm ent including tools,
serv ices, perm it fees, applicable taxes, overhead and pro fit fo r the com pletion of the W ork except as may be
otherw ise expressly pro vided in the solicitation.
14. M ETH O D O F A WA R D . Follow ing the review of bids and application of vendor preferences, the lowest
1TB 20 19 - 14 0-N D 5
A •
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
MIAMI BEACH
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the 1TB will be recommended
fo r 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 M anager 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,
m ay 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 m ay consider the following:
• The ability, capacity and skill of the bidder to perf orm the Contract.
• W hether the bidder can perf orm the C ontract within the tim e specified, without delay or interference.
• The character, integrity, reputation, judgm ent, experience and efficiency of the bidder.
• T he quality of perf orm ance of previous contracts.
• The previous and existing com pliance by the bidder w ith law s and ordinances relating to the
C o ntract.
15. M U L T IPLE A WA R D . The City may award tw o 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 m ay, 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. B IN D IN G C O N TRA C T. The signed bid shall be considered an offer on the part of the bidder, which offer shall be
deem ed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said
award shall constitute a binding Contra ct 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 Pro posal 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 . VO L U M E O F W O R K TO B E R EC EIV ED B Y C O NTRA CTOR. It is the intent of the City to purchase the goods
and serv ices 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 pro visions.
18. G EN ERA L TER M S A N D C O N D ITIO N S. 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
m ay 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
19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award.
Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120)
calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price
before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and
City Commission.
20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from
the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that
meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the
Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall
be placed in the same response. This provision only applies to formal solicitations for the procurement of goods,
services, items, equipment, materials, and/or supplies.
21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters,
information on access for persons with disabilities, and/or any accommodation to review any document or participate
in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY)
five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service).
22. NON-DISCRIMINATION. The bidder certifies that it is in compliance with the non-discrimination clause contained
in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment
opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's
Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of
race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,
and age or disability.
23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all
reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and
records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination,
excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents,
papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other
pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the
immediate cancellation of this contract by the City.
25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be
submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will
notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the
Special Conditions.
26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall
be submitted to the ordering City department.
27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give
ITB 2019-140-ND
7
MIAM/BEACH
19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award.
Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120)
calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price
before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and
City Commission.
20. AL TERNATE RESPONSES MA Y 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 com plete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall
be placed in the sam e response. This provision only applies to formal solicitations for the procurem ent of goods,
services, items, equipm ent, m aterials, and/or supplies.
21. A M ER IC A N W ITH D ISA B ILI T IES A C T . To request this m aterial in accessible format, sign language interpreters,
info rmation on access for persons with disabilities, and/or any accom m odation to review any docum ent or participate
in any city-sponsored pro ceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-72 18 (TTY )
five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service).
22. N O N -DI S C R IM IN A TIO N . The bidder certifies that it is in compliance with the non-discrimination clause contained
in Section 202, Executive Order 11246, as am ended by Executive Or d er 11375, relative to equal em ployment
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, Pro poser shall pro hibit discrimination by reason of
race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,
and age or disability.
23. A SSIG N M EN T. The successful bidder shall not assign, transfer, convey, sublet or otherw ise 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 . A U D IT R IG H TS A N D R EC O R D S R E T EN T IO N . The Successful Bidder agrees to provide access at all
reasonable tim es to the City, or to any of its duly authorized repre sentatives, to any books, documents, papers and
records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, exam ination,
excerpts, and transcriptions. The Successful Bidder shall m aintain and retain any and all of the books, docum ents,
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 com ply with this condition shall result in the
imm ediate cancellation of this contract by the City.
25. B ID B O N D S , P E R FO R M A N C E B O N D S , C ER TIF IC A T E S O F IN S U RA N C E . Bid Bonds, when required, shall be
subm itted with 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 performance bond and certificate of insurance in the amount specified in the
Special Conditions.
26. B ILLI N G IN S T R U C T IO N S . Invoices, unless otherw ise indicated, must show purchase order num bers and shall
be subm itted to the ordering City department.
27. C A N C E L L A TIO N . 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
ALL\ r "Dr
written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10)
calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in
default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City,
through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without
cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior
written notice to the bidder.
28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any
informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the
best interest of the City of Miami Beach.
29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of
the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven
(7) calendar days prior to the scheduled Bid opening date, a request for clarification.
Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from
bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original
specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum
shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt
of any and all Addendum and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement
of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive.
The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing
by any City representative, unless issued by the City via formal written Addendum to this Bid.
Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755
Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk.
30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids
shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to
the extent of ownership, control and management of such related parties in the preparation and submittal of such bid
or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in
another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a
direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be
rejected.
Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract
resulting from collusive bidding may be terminated for cause.
31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard
production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees
items offered and delivered to be new, unused, and free from any and all defects in material, packaging and
workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the
manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All
containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
ITB 2019-140-ND
8
MIA MI 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. C IT Y'S R IG H T TO W A IVE O R R EJEC T B ID S. 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. C LA R IF IC A TIO N A N D A D D EN D A TO B ID SPEC IFIC A TIO NS. 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-respon sive.
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. C O L L U S IO N . 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. C O N D ITIO N A N D PA C KA G IN G . 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 shipmen t, and all prices shall include standard commercial packaging.
32. C O N T RA C T EX TEN SIO N . 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 2019-14 0 -N D 8
A,A,/, I BEAC
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
MI A MI BEACH
33. DELIVERY. U nless actual date of delivery is specified (or if specified delivery cannot be met), show num ber of
days (in calendar days) required to m ake delivery after receipt of purchase order, in space provided. Delivery tim e
m ay becom e a basis fo r m aking an aw ard. D elivery shall be w ithin the norm al w orking hours of the City using
D epart m ent, M onday through Friday, excl uding holidays. R eceiving hours are Monday thro ugh Friday, excluding
holidays, fr om 8:30 A.M . to 4:00 P .M .
34. DELI VERY TIM E. Bidders 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 ranges (For exam ple, 12-14 days) w ill be accepted.
35. DEMONSTRA TIO N OF COMPETENCY.
A . Pre-aw ard inspection of the bidder's fa cility m ay be m ade prior to the aw ard 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 tim e, and
have suffici ent financi al 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 determ ined by the
C ity of M iam i Beach.
E. The C ity m ay consider any evidence available regarding the financial, technical, and other qualifications and
abilities of a bidder, incl uding past perform ance (experience), in making an aw ard 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 m ay also
require m aterial info rm ation from the source of supply regarding the quality, packaging, and characteristics
of the products to be supply to the C ity. Any m aterial conflicts betw een info rm ation 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 contra ct betw een the C ity 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
suff icient 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 C ity, the C ity may place said contracts on
pro batio nary status and im plem ent term ination pro cedures if the C ity determ ines that the successful bidder
no longe r possesses the financial support, equipm ent, and organization w hich w ould have been necessary
during the bid evaluation period in order to com ply w ith the dem onstration 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 follow s:
A. Any contract or agreem ent resulting fro m the aw ard of this Bid; then
B . Adde ndum issued fo r 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 do ubt 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 aw ard, or w ithdraw al of a bid befo re 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 the reby; or, w here surety is not require d, failure to execute a contract as described above m ay be gro unds
1TB 2019-140-ND 9
I A,M i BEAC H
for removing the bidder from the City's bidders list.
38. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid
specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified
brands and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items
offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications
and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION.
THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL.
Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides
as to a standard of acceptable product quality level only and should not be construed as an endorsement or a
product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that
product(s) offered conform with or exceed quality as listed in the specifications.
39. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the
City.
40. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a
public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach,
Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this
solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are
protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue
of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the
City on a "first priority" under the emergency conditions noted above.
41. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is
not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon
the City's actual needs and/or usage during a previous contract period. The City may use said estimates for
purposes of determining whether the low bidder meets specifications.
42. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all
conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non-
responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of
the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you
must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The
City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids.
43. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the
bidder's facilities at any time, upon reasonable prior written or verbal notice.
44. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally,
ITB 2019-140-ND
10
MIAM/BEACH
for removing the bidder from the City's bidders list.
38. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid
specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified
brands and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items
offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications
and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION.
THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL.
Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides
as to a standard of acceptable product quality level only and should not be construed as an endorsement or a
product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that
product(s) offered conform with or exceed quality as listed in the specifications.
39. ELIMINATION FROM CONSIDERA TION. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the
City.
40. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a
public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach,
Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this
solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are
protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue
of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the
City on a "first priority" under the emergency conditions noted above.
41. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is
not obligated to place any order for a given 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,
1TB 2019-140-ND 10
`„ 11 Alv BEArk4
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 BE A CH
Contractor agrees to be in full compliance with Florida Statute 119.0701 incl uding, but not limited to, agreement to
(a) Keep and m aintain public records that ordinarily and necessarily would be required by the public agency in
order to perform the serv ices; (b) provide the public with access to public records on the same terms and conditions
that the public agency would pro vide the records and at a cost that does not exceed the cost provided in this chapter
or as otherw ise 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 term ination of the contract and destroy any duplicate public records that are exempt or confidential
and exem pt from public records disclosure requirements. All records stored electro nically must be provided to the
public agency in a fo rmat that is compatible with the information technology systems of the public agency.
45. F.O.B. DESTINATION. Unless otherw ise 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 otherw ise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid.
46. GRA TUITI ES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
em ployee, 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,
em ployees, agents and instrumentalities from any and all liability, losses or damages, including attorn ey's fees and
costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of
claim s, demands, suits, causes of actions or pro ceedings of any kind or nature arising out of, relating to or resulting
from the perform ance 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, judgm ents, 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 otherw ise provided by the successful Bidder shall in no way limit the responsibility to indemnify,
keep and save harm less and defend the City or its officers, employees, agents and instrumentalities as herein
pro vided. The above indemnification pro visions shall survive the expiration or termination of this Agreement.
48. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherw ise
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 gro ss negligence or willful misconduct of the City.
If any equipm ent 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 fro m responsibility.
51. LIABILITY, INSURA NCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of
M iam i Beach property to deliver materials or perform work or serv ices as a result of the Bid, the bidder will assume
1TB 2019-140-ND 11
At /\ BEAD-
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
MI AM/BE A CH
the full duty, obligation and expense of obtaining all necessary licenses, perm its, and insurance, and assure all work
com plies w ith all Applicable Law s. The bidder shall be liable fo r any damages or loss to the City occasioned by
negligence of the bidder, or his/her officers, em ployees, contractors, and/or agents, fo r failure to com ply with
Applicable Law s.
52. M A N N ER O F P ER FO R M A N C E. Bidder agrees to perform its duties and obligations in a pro fessional manner
and in accordance w ith all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder
agrees that the services pro vided shall be pro vided by em ployees that are educated, trained, experienced, certified,
and licensed in all are as encom passed w ithin their designated duties. Bidder agrees to furn ish to the City any and
all docum entation, certification, authorization, license, perm it, or registration currently required by applicable laws,
rules, and regulations. Bidder further certifies that it and its em ployees will keep all licenses, permits, registra tions,
authorizations, or certifications required by applicable law s or regulations in full force and effect during the term of
this contract. Failure of bidder to com ply w ith this paragraph shall constitute a material breach of this contract.
53. M ISTA K E S. Bidders are expected to exam ine the specifications, delivery schedules, bid prices, and extensions,
and all instructions pertaining to supplies and serv ices. Failure to do so will be at the bidder's risk and may result in
the bid being non-responsive.
54 . M O D IFIC A TIO N /W ITH D RA WA LS O F B ID S. A bidder m ay subm it a m odified bid to replace all or any portion of
a previously subm itted bid up until the bid due date and tim e. Modifications received after the bid due date and tim e
w ill N O T be considered.
Bids sha ll be irrevocable until contract aw ard unless w ithdraw n in writing prior to the bid due date or after expiration
of 120 calendar days from the opening of bids w ithout a contract award. Letters of withdrawal received after the bid
due date and befo re said expiration date and letters of w ithdrawal received after contract award will NOT be
considered.
55. N O N -C O N FO R M A N C E TO C O N TRA C T C O N D ITI O NS. Item s may be tested for com pliance with specifications.
Item s delivered, not confo rm ing to specifications, may be rejected and return ed at the bidder's expense. These
item s, as w ell as item s not delivered as per delivery date in bid and/or purchase order, m ay be purchased by the
C ity, at its discretion, on the open market. Any increase in cost m ay be charged against the bidder. Any violation of
these stipulations m ay also result in the bidder's nam e being rem oved from the City's vendor list.
56 . O PT IO N A L C O N T RA C T U SA G E. W hen the successful bidder(s) is in agreem ent, other units of government or
non-pro fit agencies m ay partici pate in purchases pursuant to the award of this contract at the option of the unit of
govern m ent or non-pro fit agency.
57. O S H A . The bidder w arrants to the C ity that any w ork, serv ices, supplies, materials or equipm ent supplied
pursuant to this B id shall confo rm in all respects to the standards set forth in the O ccupational Safety and Health Act
of 1970, as am ended, and the failure to com ply w ith this condition will be deem ed breach of contract. Any fines
levi ed because of inadequaci es to com ply wi th this con dition sh all be born e solely by the bidder.
58. PA T EN TS & R O YA L TIES. The bidder shall indem nify and save harmless the City of Miam i Beach, Florida, and
its officers, em ployees, contractors, and/or agents, fro m liability of any nature or kind, including cost and expenses
for, or on account of, any cop yr ight ed, patent ed, or unpa tented inv en tion , pro cess, or article man ufact ured or used in
the perform ance of the contract, incl uding its use by the City of M iam i Beach, Florida. If the bidder uses any design,
device or m aterials covered by letters, patent, or copyright, it is m utually understood and agreed, without exception,
that the bid prices shall incl ude all ro yalties or cost arising fro m the use of such design, device, or materials in any
w ay involved in the w ork.
1TB 2019-140-ND 12
' LL\ BEACH
59. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to
comply with Bid specifications, free of damage or defect, and properly invoiced.
60. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing
the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity
specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special
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
MIAMIBEACH
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 m ay offer cash discounts fo r prom pt payments; however, such discounts will not be
considered in determining the lowest price during bid evaluation. Bidders are requested to pro vide prom pt paym ent
terms in the space pro vided on the Bid subm ittal 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 attem pt is to be
made to tie any item or item s in with any other item or item s. Cash or quantity discounts offered will not be a
consideration in determination of award of bid(s).
61. P R O D U C T IN F O R M A TIO N . Pro duct literature, specifications, and technical info rm ation, including
M anufa cturer's Safety Data Sheets (M SDS) should be pro vided with this bid as an attachm ent to the "BID FOR M ".
However, in all cases must be pro vided within five (5) calendar days upon request fro m Purchasing Agent.
62 . R EA SO N A B LE A C C O M M O D A T IO N . In accordance with Title II of the Americans with Disabilities Act, any
person requiring an accomm odation at the Bid opening because of a disability must contact the Pro curem ent
Division.
63 . S A M P LE S . Bids submitted as an "equal" product must be accom panied with detailed specifications. Sam ples of
item s, when required, must be furn ished free of expense and, if not destroyed, will, upon request, be return ed at the
bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid
opening. All sam ples will be disposed of after thirty (30) days. Each individual sample m ust be labeled with the
bidder's nam e. Failure of the bidder to either deliver required samples, or to clearly identify sam ples m ay be reason
fo r rejection of the bid. Unless otherw ise indicated, sam ples should be delivered to the Pro curement Department,
1755 Meridian Avenue 3rd Floor, M iam i Beach, FL 33139.
64 . SPE CI AL C O N D IT IO N S . Any and all Special Conditions that m ay vary from these G eneral Terms and
Conditions shall have precedence.
65. SP O 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. However, the City reserves the right to purchase the item s from state or other govern m ental
contract, or on an as-needed basis thro ugh the City's spot market purchase pro visions.
66 . SU B STIT U T IO N S . After award of contract, the City W ILL NO T accept substitute shipm ents of any kind, without
previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipm ents
will be return ed at the bidder's expense.
67 . TAX ES . The City of Miami Beach is exem pt from all Federal Excise and State taxes.
68. TIE B ID S . In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be
given to bidders certifying that they have implem ented a drug free work place program. A certification form will be
required. In the event of a continued tie betw een two or more bidders after consideration of the drug free workplace
pro gram , the City '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 M anager's
1TB 2019-140-ND 13
IA \ A A BEAT '
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
MIA MI 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 term ination notice.
In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work
and/or serv ices satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a
consequence of the default.
Notw ithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained
by the City by virtue of any breach of the contract by the bidder, and the City m ay reasonably withhold payments 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.
The City may, at its discretion, pro vide 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 m ay proceed to term inate the contract fo r cause in accordance with this
subsection 1.57.
70. T ER M IN A TIO N FO R C O N V EN IE N C E O F C ITY . The City m ay, fo r its convenience, terminate the work and/or
services then remaining to be perform ed, 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 com pensate 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 serv ices
actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in
assembling and delivering to City all docum ents. No compensation shall be due to the successful bidder for any
profit s 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 pro vided for in this subsection.
71. A D D IT IO N A L IT EM S/SE R V IC ES . Although this solicitation and resultant contract identifies specific goods,
services or facilities ("item s"), it is hereby agreed and understood that the City m ay require additional items to be
added to the Contract which are ancillary or supplemental to the item s specified herein and required to complete the
work. W hen additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item
being requested, under this contract m ay 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 ah amendm ent to
the Contract. Additional items with a cum ulative value of $50,000 or less may be approved by the City Manager. City
Com mission approval is required fo r additional items with a cum ulative value greater than $50,000.
Th e C ity m ay d eterm ine to o b tain price q uo tes fo r th e ad ditional item s fro m other ven dors in the event that
fair an d reasonab le pricin g is not o btain ed fr om th e cu rren t contract vendo rs, o r fo r other reaso ns at the
C ity's d isc retio n.
1TB 20 19 -14 0 -N D 14
BEACH
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed
envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound
copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within
three (3) calendar days upon request from the City. The following information should be clearly marked on the face
of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return
Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed
mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-
responsive. All corrections on the Cost Proposal Form shall be initialed.
FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE
ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT
RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
• TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A).
• TAB 3 — Documentation indicating compliance with Minimum Eligibility Requirements.
The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form
(Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if
applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully
executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted
documentation within three (3) business days upon request from the City, or the bid may be deemed non-
responsive. Non-responsive bid packages will receive no further consideration.
3. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of proposals will be considered late and not be
accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays,
natural or otherwise.
ITB 2019-140-ND
15
MI AI BE A C H
SEC T IO N 0300 PR O PO SA L SU B M IT TA L IN STR UCTIO NS AND FORM AT
1. SE AL ED B ID S. 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 electro nically, either thro ugh email or facsimile, are not acceptable and will be rejected.
2. B ID PR O P O SA L. The Bid Proposal is to include the following:
• TA B 1 - C ost Proposal Form (Ap pendi x E). Th e Cost Proposal Form (Appendix E) shall be completed
m echanically or, if m anually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-
responsive. All corrections on the Cost Pro posal Form shall be initialed.
• TA B 2 - B id C ert ification, Q uestionnaire and A ffidavits (Appendix A).
• TA B 3 - D ocum entation indicating com pliance with Minim um Eligibility Requirements.
The C ity reserv es the right to request any docum entation om itted, w ith exception of the Cost Proposal Form
(A pp end ix E), P roposal C ert ification, Q uestionnaire & Requirem ents Affidavit (Appendix A), and Bid Bond (if
ap plicab le). 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 fro m th e City, or the bid may be deemed non-
respon sive. Non -respon sive bid packa ges will receive no further con sideration.
3. LA TE B ID S. Bid Pro posals are to be received on or before the due date established herein for the receipt of Bids.
A ny B id received after the deadline established fo r receipt of proposals will be considered late and not be
accep ted or w ill be return ed to Proposer unopened. The City does not accept responsibility for any delays,
natural or otherw ise.
1TB 2019-140-ND 15
APPENDIX A
ACH
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
MIAMI
Proposal Certification,
Questionnaire &
Requirements Affidavit
1TB 2019-140-ND
In sp e ction a nd M aintena nce of
P a rking Lo t Lig hting
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,c. 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
So lici ta tion N o :
2019-140-ND
Solicitation Title:
lnsnection and Maintenance of Parkin
Procurement Contact:
Natalia Del ado
Tel:
305-673-7000 x6263
Email:
nataliadel ado mmiamibeachfl.1ov
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 LOCALL y I NO. OF EMPLOYEES:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 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 C ity reserv es the right to seek additional inform ation from Pro poser or other source(s), including but not lim ited to: any firm or principal
info rm ation, applicable licensure, resum es of re levant individuals, client info rm ation, financial inform ation, or any info rm ation the City deems
necessary to evaluate the capacity of the Pro poser to perform in accordance with contra ct require m ents.
ITB 2019-140-ND 17
Veteran Owned Business. Is Pro oser claiming a veteran owned business status?
YES NO
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportaLdnb.com/webapp/wcs/stores/servlet/SurilierPortal?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/orocurement/orocurement-related-ordinance-and-procedures/
ITB 2019-140-ND
18
1. Veteran Owned Business¡ Is Pro1oser claiming a veteran owned business status?
vs [ Jo
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 2011-37 48.
2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommen ded 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) Telephon e, 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 t°¡"on-p¡rtormance by ~lie sector agency?
YES L__J NO
SUBMITTAL REQUIREMENT: If answer to above is "YES," Prop oser 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://yyy.miamibeachf].gov/city- hall/procurem ent/procuremen t-related- ordinance-and-procedures]
1TB 2019-140-ND 18
8. Living Wage . Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered
employees shall be paid the required living wage rates listed below:
1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with
health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care
benefits.
2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with
health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care
benefits.
3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with
health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care
benefits.
The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation
using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's
Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by
resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement
same (in a particular year).
Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may,
at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties
and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is
available at http://www.miamibeachfficiov/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.miamibeachtqov/citv-hall/procurement/procurement-related-ordinance-and-
procedures/.
ITB 2019-140-ND
19
8. Li ving W age . Pursuant to Section 2-4 08 of the City of M iam i Beach Code, as sam e may be am ended from tim e to time, covered
em ployees shall be paid the required living w age ra tes listed below :
1. Effective January 1, 2018, covere d em ployees m ust be paid a living wage rate of no less than $11.62 per hour with
health care benefit s of at least $2.26 per hour, or a living w age rate of no less than $13.88 per hour without health care
benefit s.
2. Effective Jan uary 1, 2019, covere d em ployees m ust be paid a living wage ra te of no less than $11.70 per hour with
health care benefit s 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 Jan uary 1, 2020, covere d em ployees m ust be paid a living wage rate of no less than $11.78 per hour with
health care benefit s of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care
benefit s.
The living wage rate and health care benefit s rate m ay, by Resolution of the City Com m ission be indexed annually for inflation
using the Consum er Price Index for all Urban Consum ers (CPI-U) M iam i/Ft. Lauderdale, issued by the U.S. Department of Labor's
Bureau of Labor Statistics. Notw ithstanding 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 determ ines it would not be fiscally sound to im plement
sam e (in a part icular year).
Proposers' failure to com ply with this pro vision shall be deem ed a m aterial breach under this pro posal, under which the City may,
at its sole option, im m ediately deem said Pro poser as non-responsive, and may further subject Proposer to additional penalties
and fines, as pro vided in the C ity's Living W age Ordinance, as am ended. Further info rm ation on the Living W age requirement is
available at http://www .m iam ibeachfl.gov/city -hall/pro curem ent/procurem ent-related-ordinance-and-pro cedures/.
SU B M ITT A L R EQ UIR EM ENT: No additional subm ittal is required. By virtue of executing this affi davit docum ent, Pro poser agrees
to the living w age requirem ent. Any payro ll request made by the City during the contract term shall be com pleted electro nically via
the C ity's electronic com pliance portal, LC P Tra cker (LC PTracker.net).
9. Equ al Benefit s fo r Em ployees w ith Spouses and Em ployees w ith Dom estic Part ners. W hen awarding com petitively solicited
contracts valued at over $100,000 wh ose contra ctors m aintain 51 or m ore full tim e em ployees on their payro lls during 20 or more
calendar work weeks, the Equal Benefit s for Dom estic Partners Ordi n an ce 2005-3494 require s certain contractors doing business
w ith the City of M iam i Beach, who are aw arded a contract pursuant to com petitive proposals, to provide "Equal Benefits" to their
em ployees w ith dom estic partners, as they pro vide to em ployees w ith spouses. The Ordinance applies to all em ployees of a
Contractor who work within the City lim its of the City of M iam i Beach, Florida; and the Contractor's em ployees located in the United
States, but outside of the City of M iam i Beach lim its, who are directly perform ing work on the contract within the City of Miam i
Beach.
A. Does your com pany pro vide or offer access to any benefit s to em ployees w ith spouses or to spouses of em ployees?
J e t 1o
B. Does your com pany provide or offer access to any benefits to em ployees with (sam e or opposite sex) dom estic partn ers" or to
dom estic partners of em ployees? t vs _7so
C . Please check all benefit s that apply to your answ ers above and list in the "other" section any additional benefits not already
specified. Note: som e benefit s are pro vided to em ployees because they have a spouse or dom estic partner, such as bereavement
leave; other benefit s are provided directly to the spouse or dom estic partner, such as medical insurance.
BEN EFIT Firm Pro vides fo r Firm Pro vides fo r Firm does not
Em ployees with Em ployees w ith Provide Benefit
Spouses Dom estic Partners
Health
Sick Leave
Fam ily M edical Leave
Bere avem ent Leave
If Pro poser cannot offer a benefit to dom estic partners because of re asons outside your control , (e.g., th ere are no insurance
pro viders in your area w illing to offer dom estic partner coverage) you may be eligible fo r Reasonable Measures com pliance. To
com ply on this basis, you m ust agree to pay a cash equivalent and subm it a com pleted Reasonable Measures Application
(attached) with all necessary docum entation. Your Reasonable Measure s Application w ill be reviewed for consideration by the City
M anager, or his designee. Approval is not guaranteed and the City M anager's decision is final. Further info rm ation on the Equal
Benefit s requirem ent is available at http://www .m iam ibeachfl.gov/city-hall/procurem ent/procurem ent-related-ordinance-and-
pro cedures/.
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 Crim es. Section 287.133(2)(a), Florida Statutes, as currently enacted or as am ended from tim e to tim e, states that a
person or affi liate who has been placed on the convicted vendor list fo llowing a conviction for a public entity crim e may not submit
a pro posal, pro posal, or reply on a contract to pro vide any goods or serv ices to a public entity; may not subm it a proposal,
pro posal, or reply on a contract with a public entity fo r the construction or repair of a public building or public work; may not submit
pro posals, proposals, or replies on leases of real property to a public entity; m ay not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity
in excess of the threshold am ount pro vided in s. 287.017 fo r CATEGO RY TW O for a period of 36 months following the date of
being placed on the convicted vendor list.
SU B M ITT A L R EQ UIR EM EN T: No additional subm ittal is required. By virtue of executing this affi davit docum ent, Pro poser agrees
w ith the requirem ents of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list.
11. No n-Di s crim inat ion . Pursuant to C ity Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the
business represents that it does not and w ill not engage in a boycott as defined in Section 2-375(a) of the City Code, including the
blacklisting, divesting fro m , or otherw ise refusing to deal with a pers on or entity when such action is based on race, color, national
origin, religion, sex, intersexuality, gender identity , sexual orientation, m arital or fam ilial status, age or disability.
SU BM ITT A L R EQ U IR EM ENT: No additional subm ittal is required. By virtue of executing this affidavit docum ent, Pro poser agrees
it is and shall rem ain in full com pliance w ith Section 2-375 of the City of Miam i Beach City Code.
12. M or at o rium on Travel to and the Purchase of Goods or Serv ices from North Carolina and Mississippi. Pursuant to
Resol ution 2016-29375, th e C ity of M iam i Beach, Florida, prohibits offi cial City travel to the states of North Caro lina and
M ississippi, as w ell as the purchase of goods or serv ices sourced in North Caro lina and Mississippi. Proposer shall agree that no
travel shall occur on behalf of the C ity to North Caro lina or M ississippi, nor shall any product or serv ices it provides to the City be
sourced fro m these states.
SU B M ITT A L R EQ UIR EM ENT: No additional subm ittal is required. By virtue of executing this affidavit docum ent, Pro poser agrees
it is and shall rem ain in full com pliance with Resolution 2016-29375.
13. Fair Chance Requirem ent. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract re sulting from a
com petitive solici tation, unless the proposer certifies in writing that the business has adopted and em ploys written policies,
practices, and standards that are consistent with the City's Fair Chance Ordinance, set fo rth in Article V of Chapter 62 of the City
C ode ("Fair C hance O rdinance"), and w hich, am ong other things, (i) prohibits City contractors, as an em ployer, from inquiring
about an applicant's crim inal history until the applicant is given a conditional offer of em ploym ent; (ii) prohibits advertising of
em ploym ent positions w ith a statem ent that an individual with a crim inal record may not apply fo r the position, and (iii) prohibits
placing a statem ent on an em ploym ent application that a person w ith a crim inal record may not apply fo r the position.
SU B M ITT A L R EQ U IR EM ENT: No additional subm ittal is required at this tim e. By virtue of executing this affidavit, Proposer
cert ifies that it has adopted polici es, practices and standards consistent w ith the City's Fair Chance Ordinance. Pro poser agrees to
provide the C ity with supporting docum entation evidencing its com pliance upon request. Pro poser further agrees that any breach
of the representations m ade herein shall constitute a m aterial breach of contract, and shall entitle the City to the immediate
term ination fo r cause of the agreem ent, in addition to any dam ages that m ay be available at law and in equity.
14. A cknow ledg em ent of Addendum . After issuance of solicitation, the City m ay release one or more addendum to the solicitation
w hich m ay pro vide additional info rm ation to Pro posers or alter solicitation requirem ents. The City will strive to reach every
Pro poser having received solicitation through the City's e-pro curem ent system , PublicPurchase.com . However, Pro posers are
solely responsible fo r assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies that the Pro poser has received all addenda released by the City pursuant to this solicitation. Failure to
obtain and acknow ledge receipt of all addenda m ay result in pro posal 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 Adden dum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Adden dum 10 Adden dum 15
If additional confirm ation of addendum is required, subm it under separate cover.
1TB 2019-14 0 -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.
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 CERTFICATITN
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 Proposers Authorized Representative:
Signature of Proposer's Authorized Representative: Date:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
ITB 2019-140-ND
22
PROPOSER CERTIFICATION
I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any
other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal,
inclusive of the Pro osai Certification, Questionnaire and Re uirements Affidavit are true and accurate.
Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative:
Signature of Proposer's Authorized Representative: Date:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
1TB 2019-140-ND 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 have decided not to respond, to complete and submit
the attached "Statement of No Bid." The "Statement of No Bid" provides
the City with information on how to improve the solicitation process.
Failure to submit a "Statement of No Bid" may result in not being notified
of future solicitations by the Oily.
ITB 2019-140-ND
23
A P PE N D IX B
"No Bid" Form
1TB 20 19 -14 0-N D
Inspection and Maintenance of
Parking Lot Lighting
PRO CUREM ENT 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 t a t e 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 or kl o ad doe s not allow us to subm it a pro posal
_In suff icient tim e to respond
Sp e ci fi cation s unclear or too restrictive
U nab l e to m e et specifications
_U na b le to m e et serv ice requirem e nts
_U na b le to m eet insurance requirem e nts
D o not offer this product/serv ice
_O T H E R. (P le ase specify )
W e do _ do not_ w ant to be retaine d on your m ailing list fo r future pro posals
of this type pro duct and/or serv ice .
]][a[l][},
Title : -----------------------
Legal Company lame.
N ote : F ailu re to respond , either by subm itting a pro posal or this com pleted fo rm ,
m ay result in yo ur com pany being rem oved from our vendors list.
PLEASE RETURN TO:
C IT Y O F M IA M I BEA C H
P R O C U R E M E N T D E PA R T M E N T
A T T N : N atalia D e lg a do , Pro curem e nt C ontracting O ff icer II
PR O P O SAL # 2019 -140-N D
1755 MERIDIAN AVENUE, 3RD FLOOR
MIAMI BEACH, FL 33139
1TB 20 19-14 0 -N D 24
APPENDIX C
/'
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
M inimum Requirements
& Specifications
1TB 2019-140-ND
Inspection and Maintenance of
Parking Lot Lighting
PRO CUREM ENT DEPARTM ENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2019-140-ND 25
C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation
are listed below. Proposers that fail to comply with the minimum requirements shall be deemed
non-responsive and shall not have its bid considered.
1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County
Licensed Master Electrician (and maintain same throughout the duration of the contract).
2. Bidder must demonstrate experience in parking lot, right of way, or other forms of large-
scale lighting projects.
Submittal Requirement: For each qualifying project, submit project name, project
description, start and completion dates, and project contact information (phone and
email).
C2. Statement of Work Required. The prospective bidder shall provide all personnel, equipment,
tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and
maintain approximately 600 light fixtures located in various City owned surface parking lots. When
providing services, the prospective bidder shall maintain and replace head fixtures, bulbs, photo
cells, wires, fuses, and repair the underground fault. These services include but are not limited to
repairing connections, wiring, fuses, and/or service points.
C3. Specifications
GROUP 1 — Inspection and Maintenance Services
1.1 Inspection. Contractor shall perform bi-weekly (every two weeks) night inspections of the
following parking lots and light fixtures:
LOT# ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE
P1 South Pointe Park - Public Parking 24 480 175 Shoe Box LED
P2 South Pointe Drive & Ocean Drive Under Construction*
P4 100 block Washington Ave. 10 240 175 Deco
P5 4th Street & Alton Road 3 480 250 Cobra Head
P9 11th Street & Washington Avenue 6 240 250 Shoe Box
P10 15 Street & Michigan Ave. (softball lot) 7 120 150 Deco
P11 6th Street & Meridian Ave. 1 120 250 Cobra Head
P12 9th Street & Washington Ave. 8 120 400 Deco LED
P13 10th Street & Washington Ave. 7 120 400 Deco LED
P16 13th Street & Collins Ave. W-S 15 120 250 Poulsen
P18 Lincoln Lane S. & Meridian 2 120 250 Cobra Head
P19 Lincoln Lane S. & Jefferson Ave. E-S 5 120 250 Cobra Head
P20 Lincoln Lane S. & Jefferson Ave. W-S 2 120 250 Cobra Head
P21 Lincoln Lane S. & Michigan Ave. 1 120 250 Cobra Head
P23 16th Street & West Ave. 6 120 250 Cobra Head
ITB 2019-140-ND
26
C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation
are listed below. Proposers that fail to comply with the minimum requirements shall be deemed
non-responsive and shall not have its bid considered.
1. Bidder must be a State of Florida Certified Electrical Contractor or a Miami Dade County
Licensed Master Electrician (and maintain same throughout the duration of the contract).
2. Bidder must demonstrate experience in parking lot, right of way, or other forms of large-
scale lighting projects.
Submittal Requirement: For each qualifying project, submit project name, project
description, start and completion dates, and project contact information (phone and
email).
C2. Statement of Work Required. The prospective bidder shall provide all personnel, equipment,
tools, materials, supervision, labor, transportation, and incidentals necessary to inspect and
maintain approximately 600 light fixtures located in various City owned surface parking lots. When
providing services, the prospective bidder shall maintain and replace head fixtures, bulbs, photo
cells, wires, fuses, and repair the underground fault. These services include but are not limited to
repairing connections, wiring, fuses, and/or service points.
C3. Specifications
GROUP 1 - Inspection and Maintenance Services
1.1 Inspection. Contractor shall perform bi-weekly (every two weeks) night inspections of the
following parking lots and light fixtures:
LOT# ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE
P1 South Pointe Park- Public Parking 24 480 175 Shoe Box LED
P2 South Pointe Drive & Ocean Drive Under
Construction*
P4 100 block Washington Ave. 10 240 175 Deco
P5 4th Street & Alton Road 3 480 250 Cobra Head
pg 11th Street & Washington Avenue 6 240 250 Shoe Box
P10 15 Street & Michigan Ave. (softball lot) 7 120 150 Deco
P11 6th Street & Meridian Ave. 1 120 250 Cobra Head
P12 9th Street & Washington Ave. 8 120 400 Deco LED
P13 10th Street & Washington Ave. 7 120 400 Deco LED
P16 13th Street & Collins Ave. W-S 15 120 250 Poulsen
P18 Lincoln Lane S. & Meridian 2 120 250 Cobra Head
P19 Lincoln Lane S. & Jefferson Ave. E-S 5 120 250 Cobra Head
P20 Lincoln Lane S. & Jefferson Ave. W-S 2 120 250 Cobra Head
P21 Lincoln Lane S. & Michigan Ave. 1 120 250 Cobra Head
P23 16th Street & West Ave. 6 120 250 Cobra Head
1TB 2019-140-ND 26
P24 17th Street & West Ave. 6 120 250 Cobra Head
P25 Lincoln Lane N. & Lenox Ave. W-S 10 120 400 Cobra
Head LED
P26 Lincoln Lane N. & Lenox Ave. E-S 5 120 250 Cobra Head
P27 Lincoln Lane N. & Meridian Ave. 6 120 250 Cobra Head
P29 17th Street & Convention Center Dr. 68 240 175 Poulsen
P45 Purdy Boat Ramp 7 120 175 Poulsen
P46 18th Street & Purdy Ave. 4 120 175 Poulsen
P48 21st Street & Park Ave. 5 120 175 Deco
P49 21st Street & Collins Ave. 70 120 250 Shoe Box
P49A* 21st Street & Collins Ave. 58 N/A N/A Bollards
P51 23rd Street & Liberty Ave. E-S 5 120 250 Poison
P55 27th Street & Collins Ave. 6 120 250 Cobra Head
P56 34th Street & Collins Ave. 4 120 250 Poulsen
P57 35th Street & Collins Ave. 13 120 250 Cobra Head
P58 40th Street & Royal Palm Ave. 4 120 250 Cobra Head
P59 40th Street & Prairie Ave. 8 120 250 Cobra Head
P60 40th Street & Chase Ave. 19 120 250 Deco
P61 41st Street & Alton Road 18 120 250 Deco
P62 42nd Street & Jefferson Ave. 4 120 250 Cobra Head
P63 42nd Street & Royal Palm Ave. 18 120 250 Cobra Head
P64 47th Street & Pine Tree Drive 2 120 250 Cobra Head
P71 46th Street & Collins Ave. 40 120 250 Cobra Head
P72 53rd Street & Collins Ave. 21 120 250 Cobra Head
P80 71st Street & Byron Ave. 8 240 175 Cobra Head
P81 64th Street & Collins Ave. 8 120 250 Cobra Head
P82 65th Street & Indian Creek (marina) 7 120 250 Cobra Head
P83 71st Street & Harding Ave. E-S 4 120 250 Main St.
P84 70th Street & Harding Ave. W-S 5 120 250 Main St.
P85 71st Street & Carlyle Ave. S-S 2 120 250 Cobra Head
P86 71st Street & Bonita Drive S-S 3 120 250 Cobra Head
P87 71st Street & Bay Drive S-S 4 120 250 Cobra Head
P88 Normandy Drive & Rue Versailles 2 120 250/400 Cobra Head
P89 Normandy Drive & Bay Road N-S 2 120 250 Cobra Head
P90 71st Street & Bonita Drive N-S 2 120 250 Cobra Head
P91 72nd Street & Carlyle Ave. 6 120 250 Cobra Head
P92 72nd Street & Collins Ave. 33 120 250 Cobra Head
P106 75th Street & Collins Ave. 15 240 150 Med.Base
ITB 2019-140-ND
27
P24 17th Street & West Ave. 6 120 250 Cobra Head
P25 Lincoln Lane N. & Lenox Ave. W-S 10 120 400 Cobra
Head LED
P26 Lincoln Lane N. & Lenox Ave. E-S 5 120 250 Cobra Head
P27 Lincoln Lane N. & Meridian Ave. 6 120 250 Cobra Head
P29 17th Street & Convention Center Dr. 68 240 175 Poulsen
P45 Purdy Boat Ramp 7 120 175 Poulsen
P46 18th Street & Purdy Ave. 4 120 175 Poulsen
P48 21st Street & Park Ave. 5 120 175 Deco
P49 21st Street & Collins Ave. 70 120 250 Shoe Box
P49A* 21st Street & Collins Ave. 58 N/A N/A Bollards
P51 23rd Street & Liberty Ave. E-S 5 120 250 Poison
P55 27th Street & Collins Ave. 6 120 250 Cobra Head
P56 34th Street & Collins Ave. 4 120 250 Poulsen
P57 35th Street & Collins Ave. 13 120 250 Cobra Head
P58 40th Street & Royal Palm Ave. 4 120 250 Cobra Head
P59 40th Street & Prairie Ave. 8 120 250 Cobra Head
P60 40th Street & Chase Ave. 19 120 250 Deco
P61 41 st Street & Alton Road 18 120 250 Deco
P62 42nd Street & Jefferson Ave. 4 120 250 Cobra Head
P63 42nd Street & Royal Palm Ave. 18 120 250 Cobra Head
P64 47th Street & Pine Tree Drive 2 120 250 Cobra Head
P71 46th Street & Collins Ave. 40 120 250 Cobra Head
P72 53rd Street & Collins Ave. 21 120 250 Cobra Head
P80 71 st Street & Byron Ave. 8 240 175 Cobra Head
P81 64th Street & Collins Ave. 8 120 250 Cobra Head
P82 65th Street & Indian Creek (marina) 7 120 250 Cobra Head
P83 71 st 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 71 st Street & Bonita Drive S-S 3 120 250 Cobra Head
P87 71 st 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 71 st Street & Bonita Drive N-S 2 120 250 Cobra Head
P91 72nd Street & Carlyle Ave. 6 120 250 Cobra Head
P92 72nd Street & Collins Ave. 33 120 250 Cobra Head
P106 75th Street & Collins Ave. 15 240 150 Med.Base
ITB 2019-140-ND 27
P108 80th Street & Collins Ave. 24 120 175 Deco
P110 85th Street & Abbott Ave. 2 120 250 Cobra Head
P111 84th Street & Collins Ave. 6 120 250 Cobra Head
*Contractor must supply the bollards when repairing and/or replacing.
Bi-weekly (every two weeks), the Contractor must provide a detailed inspection report to the
designated City Representative in the Property Management and Parking Departments.
The bi-weekly (every two weeks) report must detail the following:
1) List all parking lots ('locations") inspected
2) List total number of outages noted during the inspection by location.
3) List total number of damaged items noted during the inspection by location.
4) State the repairs accomplished during the inspection and number of bulb replacements by
location.
5) State any suspected vandalism or suspicious activities related to City property noted
during the inspection.
6) Detail any repairs required that have not been previously listed.
At any time during the month, the City Representative may request from the Contractor a detailed
report summarizing the bi-weekly (every two weeks) night inspections. The Contractor must
provide said detailed report within 24 hours of request from the City Representative. Failure to
provide this report may result in notice to cure, contract violation, and/or termination of contract.
1.2 Maintenance. The Contractor shall be responsible for the repairs and/or replacements of
parking lot lights due to broken parts, corrosion, power outages, and vandalism. When necessary
and in order to ensure continued lighting, Contractor is responsible for the temporary running of
cables from one light pole to another.
The City shall supply the following materials and equipment for repair and/or replacement:
• arms
• bases
• bollards (except for Lot #P49 — 21St Street & Collins Ave.)
• concrete bases
• decorative light fixtures
• handholes
• landscape light fixtures
• poles (inclusive of aluminum)
The Contractor shall be responsible for the following materials and equipment for repair and/or
replacement:
• All wiring
• All electrical components
• All non-decorative fixtures
ITB 2019-140-ND
28
P10 8 80th Street & Collins Ave. 24 120 17 5 Deco
P110 85th Street & Abbott Ave. 2 120 250 Cobra Head
P111 84th Street & Collins Ave. 6 120 250 Cobra Head
contractor m ust supply the bollards when repairing and/or replacing.
Bi-weekly (every tw o 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 tw o 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 sum marizing the bi-weekly (every tw o weeks) night inspections. The Contractor must
pro vide said detailed report within 24 hours of request from the City Representative. Failure to
provide this report m ay 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
• bollard s (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 t o the electrical system in such a manner as to prevent electrical
shock to the general public must be attended to by the Contractor at all times, including normal
work hours and on weekends. The Contractor shall respond and complete work pertinent to
emergency notifications received by the City, within 6 hours after receipt of the notification by
a City Representative. The Contractor shall also be responsible for responding to all other
emergencies determined by the City. This includes circuit outages, lights determined to be high
priority and strong winds or hurricane damages. The Contractor must provide two contact names
and cell phone numbers for 24 hours a day, 7 days a week, 365 days emergency contacts.
ITB 2019-140-ND 29
The replacem ent of non-decora tive fixtures m ust confo rm to the City's standard equipment. Any
substitutions m ust be appro ved by the C ity Repre sentative. Specifically, for Cobra head lighting the
C ontractor m ust use General Electric C obra heads:
C O N V EN T IO N A L PA R T #
E R S2H H 3815505G RA Y
E R S20H 3B 15505G R AY
E R S2H H 3811504G R AY
DESC RIPTIO N
250W HPS & MH -480V
250W HPS & M H -277V
400W HPS & MH -480V
R epairs resulting from the inspection report or initiated by a City Representative must 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 completion of
the repair the C ontractor must rem ove exposed cables.
W hen m ajor re pairs (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 mediately and get appro val
before pro ceeding w ith the repair. These major repairs m ust be completed 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 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. The C ontractor must 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 anagem ent Di re ctor
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 from the re port 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 ergency R epairs and C ityw ide Upgrades
2.1 Em ergency R epairs. The rem oval of knock down poles or parts of a pole, m ast arm(s),
lum inaries(s), and re pairs 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 times, including norm al
w ork hours and on w eekends. The C ontractor shall respond and complete work pertinent to
em ergency notifications received by the City , w ithin 6 hours after receipt of the notification by
a C ity R epre sentative. The C ontractor shall also be responsible fo r responding to all other
em ergenci es determ ined by the C ity. This incl udes circuit outages, lights determined to be high
priority and stro ng w inds or hurricane dam ages. The Contractor m ust pro vide tw o contact names
and cell phone num bers fo r 24 hours a day, 7 days a week, 365 days emergency 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 ere ction. Earth shall be thoroughly compacted around the pole base
to prevent shifti ng. This installation shall be completed within 48 hours after notification by a
City Representative. The only exceptions are unavailability of the City issued materials or if
damage has been done to the foundation that requires underground work. These exceptions
must be verified by a City Representative.
2.2 Citywide Upgrades. The City may request, at any time, the replacement of an existing light
fixture or set of light fixtures at a parking lot(s) as part of a cityw ide upgrade. In this scenario, the
lights m ay 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. W henever 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) m onths of the execution of the contract.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
1TB 2019-140-ND 30
EXHIBIT 1
__,.---
---- ,÷---,-*-----s.....=•••-•-•,----
—
_
• fr,
A
5.11R.
4. Ft
T
' ---',
.t, .....lt
i .1 f 14:
4
• l' ., t 'I 441
•i;
s , s
, low \ -
v k ta
,
.
E
s. •
0 rill
0 t •
g • . M m. - 0 . ft.! saArrillia
1
r
9
":
7 U NAV. "itil,t- Nibt' 1
1 N t . i It
1' A le •g _ At'
h il
WA •., ilivi ,,.. -1:.!. , .1*
, m1744E01
4
6 1
1'1: 0
el • g I ., . k
vi
i
gie,x.-
ma
4
'
A §
1
4 r k 1
,
d
E
F
P
O
L
E
I
A
I
L
$
lii fil ,
Pof
Ita ti:11 tmtp_il
-:—
, q iiii
ITB 2019-140-ND
31
EXH IB IT 1
3 #
•• "'I i-¡ , . # -r s
;
¡$ l
$ê ¿
# '
1
s. -r%.
=.as " . ---·•--w:ni -·····
i i #% • ! $
-2Rf,]}r[[," kt t i
.. 'Í!l
° #
.. ,' i
j i
}
1TB 2019-140-ND 31
EXHIBIT 2
.
•
(9 o 0 1 '...
/ 11 1 6 ' Tj.1.411 ,----
.1 t.''.
INNIS 'e- 1 '
h 1 ..t.1
1 1 1 via
li
as „
• ,
.
.
• 4 •
i v
• gig.
• lig'
VA.
1
'
.•
•
1.
ON I i 5ii
-s-4-1 • :
p
.
A , ,.. , .
N. '
., ___,__
.
•
I Hi
....,,............_........._.
-
1
..i
•
: hg
v,;4••
i*t
z----g 0
Ak
,
1
t
k:
•
4.
mni••
• ,.... _ _ , • r .. _ .
g
. .r.1,
•
.
•
N
a.
og.
H
l'
r.i. 0
,
4 .
•
•
1
•
!.
. l''' , , • . • bulgy k,• vi
•
V
•
p
, 111\
.i.
,
. j
1
.. .
. ,
4 - 4 31F
. ..,.........____...4,41
• .
• .
• . It th • fil
,
•
/4 lh
, .
•
ITB 2019-140-ND 32
EXHIBIT 2
1TB 2019-140-ND 32
stn
ITB 2019-140-ND 33
EXHIBIT 3 EXHIBIT 3
ua oar web at..alt tee poll-[--run.....v.uoot---«--«nu»!4$po
h tilo o to
• ).
a a
y h5+,
1TB 2019-140-ND 33
EXHIBIT 4
L4
ffi
En
a( •
ITB 2019-140—ND 34
EXHIBIT 4
t
·E l
#ill
, 'l
. ' i
"
a-l-
11· '•l
.ff,•~- 1 ¡ff~
#g.je# $ $t
1TB 2019-140-ND 34
P
A
tf>
A
11,
4
irtg;
ITB 2019-140-ND
35
EXHIBIT 5 EXHIBIT 5
r
' '
±$ %i A
, al. 0o 3%
4
''<\ ·;¡··'·~ %l
' ['' j O,,
.,,,~- ,, '
r
_] h-oll l. '~¡ .. - ... -. - - -·- --- ..
"E 0,
zu1 i " u·'::t ..... ,. ~-- ....
#Eg
E
f'
i »wt
1TB 2019-140-ND 35
- INSCRIBED LETTERS
APPROX_ Nial & 1/4" DEEP
WAKED orti ARROOS
DIRECTION 1+1'
ory OF MIAMI (EACH-,
PULL BOX CNER
-1.00(ifi; OEOet
ROI
.)..G4 ROO..
mop41.9,
EXHIBIT 6
LOCK Oev,CE-i
TWICAL RUA £OX NOV
{LAW POLE OR Sava PONT
-141011tAIM SozE
13*x24." DJAZ/TE: KILL aox
KNOCK0101-
(4 PLACES)
ULU. QUALLIt. P ULL ILQX
N T
i
f
J
4
PUISUO NORIO DePANIIIMENY
STREET LIGHT DETAILS
ir X 24" QUAZITE KILL aox
ITB 2019-140-ND
36
EXHIBIT 6
TY OF WIAMI B8£AC--
PL... Ox CR.
5CI8£0 LETIER5
4PPROX. 3' HIGH d& 1/4" DEEP
MARKE 9M74 4R60S S440WMG
DAR&CTON RUN
/ 3" KNxut « PLACES)
i
J
i • !
l
T t pq
î .
I
'--MN/IM S»2E
13Q4" U421TE P0u 9Ox
'2' PE» ROD
I
I
tcet} amt !4
] kt [I STRE ET LIGHT DETAILS
7 roue nos orr «or ¡.2.a_Z. 13x240u Putt. a0x ...............arso- SIL1
1TB 2019-140-ND 36
01,./AZIlt FAIL ROX
STU
.Y.1441,
I
37 ITB 2019-140-ND
EXHIBIT 7
7-INSCAKO 111TERS
AP*OX .1" fibt;i4 k t/4" DEE,p
MARKED WITH AHROWS S*I(PAING
LI)RECT,01dF 01.IN
()-- MIAMI F)CACI1-....,
PUtl, 901c (ZAP
Kt OCAC,F..
10()INC C*'oICE--1
,3” KtvOCXOL4r—/
(4 Pi ACES)
1 l'Ko5Sli: L LL PULL-80X
N. r 3,
rinItic WOKS DIVOITAIPIT
901€11i)
ITA ROCK w,
2' minmum
ir Or", ROC(
111
STREET LIGHT DETAILS
1 r x 3i ouAzite, piA L Box
EXHIBIT 7
Lx'KING DE'CE
,,
41x30 U4ZTE FULL Ox
S" «NCC&OUT -°
(¢ PLACS)
BO FILED 'Mf#--,
£» Ro
2' wwu
T J
4
L
err4 «op t,4
R$ 4 + I-I STREET LIGHT DETAILS l] voue non»s or«ror ¡....Et,IZE.] 1rx UA£. uu sox
.-l i"
$1L2
1TB 2019-140-ND 37
•
rSOt,T PA'TERN k ANCHOR
BOLTS BY MANUFACTURER
I" 0 aOLT CIRCLE-N
REINF BAR (TYR)
//3 'TIES (TYP.:).
f'VC CONVIA'
LCAST W. ACC)
- PRF CA Sr Caretif If
EtASt r A4 c.,AUIt4Uo44 Pol
CAS1 iN PL AO: IN
SPE.CIAL CRCUMSIANCI ro
et TX 1F,R1,0NE0 AI THI
niof UI rNS'IAU.A Flak
LAIL
N, 7, S
PiAllit WP M% INIPA7411111041
STREET (*HT GE TAft,5
CONCRETE P01 E HAW DETAII. SIL3
ITB 2019-140-ND
38
EXHIBIT 8 EXHIBIT 8
9" +8OLT RCLE-
80LT PATTERN & ANCHOR
/ 80L1$ B8Y MANUFACTURER.
/
/+5 REIF 9AR (TYP)
!
/@3 s (1P.}
/
7'
J
f
PVC CONUN'
/ (CAS1 IN PACE)
-- Y PRE CASI CONCHE IE
/ 8AS +OR ALUMINUM POLE
/ OR CST IN PL ACE it
SPE CAL CIRC UMSTAN Ç TO
¢. DOE IERMINED) AI HE
hM£ OF IMS1ALLA RAN
Pu i wons or?anritt il o il a f' .art id
l.itali.,
.ta.ti.. ilusa.da..-- -a 44ad.-
STREET LAGHT OETA.S
CONCRETE POE ASE DE TAIL s13
1TB 2019-140-ND 38
7"—itC,Is4. BOLT CIRCLE PER_
MANUrACTURER'S SPEDIFICATIONS
8-0 POW, BARS EQUALLY SPACED
—24" WA.--
t .1, ; "
EXHIBIT 9
PLAN ',01EW
s,.
ELEvATKIN YIEy
CONS. RE TE P LE EI A SE IX TA I L ,
• PAYOLA° WORK'S ON MVO'
STREET LIGHT DETAILS
CONCRETE POLE BASE DETAIL
STL3a
1,1101.10
ITB 2019-140—ND
39
EXHIBIT9
7"-12" IA. 8OL,1 CIRCE. PER
WAMUF A. TUR.R'S SPECIFICATIONS">
B8-6 REINF, BARS EQUALLY SPACEO-- 1 E •
PLAN WE'W
-.li-±----
3 I HI + II ¡
I I II I ¡
"'
I It II II ¡
i% 1-LL±-Lu-I
i i !{t!! i + 14 h l-+- , [ li -Il-+ '~'
ti Lull-A
I I I .. , I 11 II j
i 1 I ¡
- -l)---l--+ '·"Ct.
i t ! l ' 4. I · I
5 I I
la k f
f I I
I I i I I ai 5 « .5i k e r 17
I I
I I
• A I r
ha es a are nao ame ne as a
t
ELE VA nCN VE W
i J; , !i?%; !4
h. ± rit - }
a! ']8:± "4 wt
-" par+sr ri su ":+
.Et
£ + 93 Fr£ ,
• ¡}.." r :
ii, + ¡:3
CONICRI POL£ 3AS D IAIL
N.I.5.
STREET LIGHT DETAIL.S
CONCRETE POLE 8AS 0ETAL STL3a
1TB 2019-140-ND 39
EXHIBIT 10
GROUND ROD AND GROLIND
CLAMP SitAa GC CAIVEN IN CaRNER
OF PULL BOX * WEE THAN r
FROM EITHER ;NSW. WALL 0ROL0.1)
ROD SHALL CIE .3/4: X IV 0•1114)
COPPER ',kW I:0R EQ1Av,1
2IX c,,ACkIND RID
POINT CONNeCTION.
NOE; t+41 F.43 U173 Pi:Man-To
\—tottY4LOAXITIIRMIC
Vit()INti
wirWo W-laft.(1
17-
7mA.
STREET LIGHT DETAILS
TYPICAL GROUND DETAIL FOR
STREET LGHTING LUMINARIES
"-eh) GROUND *RF
/ CR MANUFACTURER
GROOND 'kV WING
TO FIXTURE
.--- YORE SPLICE
FPI,C.ES 51-14.14
witY.
PULLOOX WV;
f,SCTS 2/0
miNiium lam
CNOuND \ \
\
\ \
r CONTINUOUS ?ANNUM
/Q i CpOUND. 'ORE
"- MECHANICAL GROUND "LUG
PIATICIN OF
LI,MINAIRF,S RASE END CF 170,4;611' SHALL
SEAI,ED
PAEONICAL PuTry
IN kk,L8qx. e:ONDuit
9-0U ir eacti•
COMB
RC'X RILED w'lw•-
••••E,A [mot •
MINI141.114 f,
12.' PEA AOCK--/
SCHEDULE 40 i Pyc CONDUh
(Typic
TYPtOAL GROUND DETA1
ALL 5TRELLI,IG-ITING
4.y,*
PVGLIC WORKS giaraorrnieta STL4
?4011E;
FOR PARPOSE OAD'IVELDND,
OW Gloom ogREs MUST OE
#3 A40 MINIMUM
OW aim CODE TO R 4SECI
SEE SHZET 511.17
ITB 2019-140-ND
40
EXHIBIT 10
- j10 6RCJN W/RF
'' êR? MANUF AC TIRER
II GR{)(JND 'lllxE Gl)IW~
· TO FIXTURE
/ -WE SPUCE
" -co»mucous vu»
J
l I ./ ~f; GROUND -~&J~E
\
I .. ..,_ ·./ .. /" MECHAH"C¡l,L 1~0UN!) 'LUC
.,
»ETAL PTIC OF
LL,Wk MIRE53 ASE
40IE;
FOR RPOSE CF CA'WELDNG.
AL. GCJNDO 'WRIES AUST BE
F 6 A'MG 4III/M
4RKG CCR CCDE TO EE 4SEO,
EE S£ET 5II
t
TYPCA GROUND DEJAL 5OR
8II SIREEI LIGHTING, IMANARIE.S
4.3%
AB8ACH
eu tac wons otarM aNr
STREET LIGHT DETAILS
TVPCAL GROUND CE TAIL FOR
STREET LIGHTING LLUMINARIES
STL4
1TB 2019-140-ND 40
tiCaL
Fe7. PURK,GE fk GAPAT1.1%N.C.,
ALL GRaumo wohx$ 11U:Sr FE
Of NIVG %.0111:11PA
/—$99 GROUND 'AWE
• C1 mallffil.C'CURER
CROGN) WIRE (WINO
To FIKTIJRF,
CAtYal:LOADOOTERMIC ,-\
MELDING \
t
r
WINNIDNI
(141:11NO WIRE
•
!AIRE. SPLICE
CON tIMIJOLDS MINIMUM
• GROLND iVIRE
MECHA IICAL GROUND LUG
„A-1E1'AL FTIRTICIII OF
BOUM° LIGHT BASE
'''---gclfttLID 112ger•:-Tilt:g...), THE
R0D $'4 40' (PM)
D,Dil*Fa At-LD (OR ECLIIV..)
END DP 00,anT littALL
Di SEALED \
ELECT ;CAL PATTY
Puu.sax. CCNDLIIT
SHOJI ?f: 0" 43.EU:01
CasE4
ALL SPLICES 1J LALL
al WADE 4N
PLILLOO AV
'il`V,',13 2/0
OCIY, FILLED 44TH---
PEA RIXT,P;
MINIMUM
Nal; No VETO'S cEFoliiTTE0
12 4 PEA rifxK---/
scHEDULC 40 2' UNDIAT-1:
CDPICAL)
yi
DOX
DETAIL STU
'511.2)
c-BOLLARD BOGY
MOOG HOLE
WRING Cr,t,:55 10 81E u8ED,
SEE, "NUJ,
reiCALSYQUND EITAIL FOR
EXHIBIT 11
MINCIAl f.,
PUBLAC womts III4A111411NX
STREET LIGHT DETAILS
TYPICAL GROUND NETAiL STLtia
FoR BOLLARD LICHTS
ITB 2019-140-ND
41
EXHIBIT 11
- 10 GROUND WARE
/ CR WMNLF AC TIHER
/ CF]LND WIRE GING
/ TG F«TURE
/
-- CUN TINUOLS WINI!JMa
/ 6 GFL ND 8E
3¥ FILED 'WT
EA RX
?" 44/ML4M
4 1,
I
\,
- uLL. @0%
(SE DETAIL ST!
Ö 572)
TPICML.}
TPIAL, G8Q\UND EE TAI EDO
60LL.4D0 LGH IS
M.1.5
1ru.
I STREET LIGHT DETAIL.S
TyPCAL GROUND JE TAIL
FCT BOLLARD LIGHTS
STL4a
1TB 2019-140-ND 41
Meg* 0E4 LIO Ci.4294 VW** NOW:C --7N/ 7 PA4 RCP, 40,1 STANDAng. c4N1140.
Ito" LEO ,201/2'77 OA Ye VC:CM POW* %ACV?
CATALOG # 01.29145A.150C471AY Fr* Oa VOUS
CATALOG # 011.2010A-15000RAY nye Mari VC( TS
kiTONE WIR94 3 00 04 Upair)(1) Tvisv
&WS > SEr. 'W94 GYA0t2Ab G011 oist 9ifs
t-41APCO *LIMON 0011".
41-asitsi ea IGJAI.
POLE #-A5.4-.
ft OS. IMAM
'rlr:10° QuAZIlt
goy, jSift
DIETAk
'100.4 14 IA pr
o
lV;1
4,44
001,
LOCATED wool
roArtic verN Covr.k FASTIND
%IN glome.ESS Si/E1 WNW
RCfEII TO IrriC41. 3,04/401
*CM. FCIP AU, WOO I
%WAG (SU CfrAIL 5T!1)
---COKAVE MI BASE (TYPE
;SEE newt, s/1.4)
STREET LIGHT' OEIAILS
ccetRA. LiGsiT FIX'UFZE nVAIL
EXHIBIT 12
\-400E11E0 eitRart A1i11 r Ni*ItriER towArekE
41114 pax NAY* NTH STVONGIti ADEOUAT fOR
1 rt Or PMECTIte ARIA Ai CND Of ow(
Mot 120 Wi4 ',VW°
Lic?Fi r IVR
N. I.'S.
UMUC WORIt, 01.0111111111Per
ITB 2019-140-ND
42
EXHIBIT 12
b t
!"(i(.! él.SL-·\ 2' 5'92¢" HH
\
+1.30" qu431£ -
PUL. 80% {S££
Tu $t21
I
LUGHI FLARE DE TAI.
NL5.
eut uc wons boerar riser
,oher o t et4» j
STREET LIGHT E TAILS
06R/ LIGHT FIXTURE ET Ail ST5
1TB 2019-140-ND 42
EXHIBIT 13
4
PUIALIC MIMS OMPAMINIENT STL7
Imo
STREET LIGHT DETAILS
c3HAN4 'La It LEO L143111 EIXIORE. LMT
c RAPPACIF 1 LEO CLAW<
/ VANUA)* fiXTURL it/ IQOW
AUTO Seeilttli wx.l'Adt. (347
Nay 2400 EitACX ti TYPE IP
OV311111111% SniPt EAr.
CAST1P4Q LAMP XVOLSOIKA14383N
"41KiktASS
04,6046TRErT AiNOSG44 SCKICS
PULE CATALOG 011(103)
XTURE aillkt4G .1E1 A4'4 74s1MAso¢0 114w. ‘.:CPPER #
(SEE DETNtl
rX NCsIT P1lc EAiC !Crfir,E
SFI D(TAA. STo
a gm
17"x sn" corallE
KC. 90X i;SLE
WAIL Sill) tiSaL
REFER TO '1#CAL WAAL)
OfT411. FOR ALL GROIRIO
ANC (tiff ZETA; V14)
GR. A1S:I.11..L.1.1.1.E.T... LA:al 5. AN.,} fAIL
N r
ITB 2019-140-ND
43
EXHIBIT 13
/
:<li.Il£ \ltlRfl'Ô j 110 l,!/1(;
IRAN(D THw. CCR W#£,
SE CTN.
'
/
-~~•C"!°;t ~£ BA'S[ (ME ',t,')
SEE DIA.. ST.J
/ -';'r' } 47'30" CU7F-
PU 8¥ (SEE
D.TAR.. St2
AwwuF ED AS «c.
° SIMAR} # TUR £. w/ 1'O w
AUTO SSING VO.TA&t (34?
Tu 140) 8Ao £S T
8S5TR8uOn 9 SAE TYE
CASTING LAMP 4$6\080 JK 405.9
--nRGAS POE
/ (MA#STREET KO50R SER€5S
t POE CATALOG FT803}
t
I
j
I
sTL7
1TB 2019-140-ND 43
EXHIBIT 14
POST MP 1.1CLIN r LED FIXTURE.
MTH OUTTON PHOTCEYE: LOUIS
PILULE-EN, MODEL ALBERTSLUND
gAXI POST c1 1.21,1 LED/40000
OR APPRIMD
ROUND STRA10.1T ALUgaNIAA POLE,
LOUIS POULSEN MODEL RSA-4.5
OR APPROVED EC UAL
41
CONCRETE POLE EASE (TYPE "A")
/ VEE DETAiL SILSA
NOTE:
I *TER TO ryPicAL (MIND
DETAIL FCYR ALL OPOONO
WRAG (SEE DETAIL STL,C)
I 17 4 X:0' NAME
' PULL. 2O.K. (sEE
DETAIL STL2)
ALBERTSLUND MAXI POST STANDARD uGHr l'1X,IIME: DETAIL
PUOLIC WORKS DIPARTMCWC
IFILe
STREET LIGHT DETAILS
ALEIERTSLUtteD LECP'L.OHT FIXTURE LIEML
SUM
ITB 2019-140-ND
44
EXHIBIT 14
IMI]
t
'· --POST TOP MWCUNT LEDO FIX TJR&
TH 8UTT» POTCEYE, L0LS
PCJLSEN, MCEL ALDER TSLLND
x1 POST (112W LED/ACOCK)
A4PPR£D EUAL
ROUND STRAIGHT ALLWNLM PCLE,
! LOUIS POULSEN MCEL RS-4.3
¥ OR APPROVED EQUAL
• I
4
i4
ALBE.& TSI UND MA,X]
N.TS.
- -t - -
€
51ANDARD LI(CHI EIX[IRE DE [AI
sTL.7a
1TB 2019-140-ND 44
2, F,ELO,T, APPROvED POLES, SE-41-07 -W & S641-0100,
VilRiNE; coi3OR COIF TO BE USW (SEE SPIEET Sn17),
• COT SHALL VFW Y FLOOD ELEVATICRi
WIN Oda fiL(ITE:
ALL POLE 14,151ALL ATTONS SHALL BE SUI AOLE FOR 150 MPH WIND WIN EXPOSURE 44POR TANCE
FACTOR 1:1S AND APPROWIA TE OUST FACTOR Pelt APPLICABLE ZONE OF ItcS TALL ATiON AS DEFINED Ltd THE
FLORIDA SUILDIN4; 000E. THE CON MA.C1COR ALL INCLUDE Yi1T14 'SE SmOp ORAWINC. yBf ITTAL, A POLE
WIND LOAT'ANG CALCULA PON SIGNE() AND SEAtED eY A STRUCTURAL ENGINEER RECi STEREO IN FLORIDA
SHORING THAT THE, PROPOSED .:INSTALLA.TIONS MILL MEET THE OIVEN WIND LOAD REQUIREMENT, CONTRACTOR
SHALL AD,ASST THE s2E OF ElAfiE AND [DEPTH OF POLE AT NO ADOIT9ONJ L co5r TO MEET NE REQUIRED
tOACDIN G.
f,,ER
. 1.
FOOT .TYPL P
°URA- STRE$S INC
(SERVICE POLE)
PRESTRESSED
L:ON,C,kETE POLE
--PANE LSOAIRO
TOO 4,11c',1 0N TED
mAm SRL: AKER. 'SEE
%WA CE RISER FOR
3/4" obo
oux.
mAINTERANCE \
CCANCRE re
-F1NISHED ALT
-5EE PLAN SHEET'S
FOR CONDui
CCe4DLICTOR SIZE
------GROAAD ROO -----'"
21/4'ts A.1"
CAD-At -I ID
C7K-X4'S
BED CI- PLAsiOce,----irr-
oR. ,C.4;:::SktED STONE
ECY1 DRANAOL MOUT ft Pia 'kali, 21,11..'_ vAilsiN,
ApPRo4E0 GROUND. CLAN-11-1-,
FOR 1,7.17NNI.C.TINIC MANI S
HORD, POI. f f3ROuN1J h1.IRt, II
“ROtuND ROD ,AND SERVICE.
ME7)L.IN TE GAL %%Mil
CO/'Dui
ME TER
2- .51,0 '',,ITAiNLESS STEEL
- CHANNEL 6: 0.1OUR1INC,
HARD WkRE (TyP )
„PAINr ME CONOUIT
//- (-4LFLx
17-Pe1Ai rP&L SPLICE EfOxf
Exi!,3.TINc PAO mOoNr
TRANSTORMU,t, II
• DAVIN C EP &L.
POLE
I RISER 'FOR CONDUa
AND CONOuolOR SIZE.
NOTES-
1. COP-47RACTOR SHALL VERIFY POLE we. A, ND LOCATION 11ITH Owt4ER PRIOR TO 4NSTALLATION,
f
-4 -1 0
ON
-01
7
L
-6
I
N 91
=i
OJ
N)
O
O
I
l o
I z
O
A n
I ;,_-
1
' 3°
1 t-
I
l;
AFF?RLNEO GRLUNé± CLAMAI
FLA# E.DONNE ING BAE }
s)Nb, PL± Ruurn wfet, '
GRD'JND ROD AND St:R".•ICE \
).
'I Mlt)1JN TE 1) _ G.,1,_ 1. V,<l.l'>U[[I)
!] STE±L CON Llt 1
$l
I ·ílf '! pt3 Hf i
%
"! # 2 ä# 8 --« mc
2
3
" g
3
-~
FOT TYPE P
..- DURA-STRES S 1wñ'
D • (S£RE POE) -
PRESTESSED
l ' ' i.:öNCì,,'£T:î P?'-E;
...--PANLBt )A#? - -.J
t"..----so1 ours }+ M4et B#EA»Ek. EE ,,I { sEncr Rist# FR
!. szE.
« 3,4g" « s "/ , #G " -.
] PU HOx ,-
l _,.,/ .,-•-"-'•'"'' \, e s'
4 MAA!TE#AN£ %
} CCR£T sLA\
i £ f _..-FIS+ED 8ADE \
lo -~:-" ,,-s<C F'LM< SHEE~ ?_.ill < FR count &
Ht or to.." , 3 C u €Tok 5Z£
. Hl sr FI,Ml.h iy ] k R45+££) ST9NE -..iu} ..- GROUND R .--1
F DkAtAat E 3/4" x 2u FRONT £LEZA[ON CAD-wID
:NF .TINE
n 7' co
.- ME IE R
.-->2" 56 S?AIE SS SEE
" HARNE &_OUN nw; e HA0a£ ¡r+e )y
A INI MET# Caw0nr
W1H LfL€x 20! _.,.,..,, ..
ill TEW P t SPLICE O X¿
\€XI 7IN PAD 4o/wt
, TRANSF CRME R. ~, .u1 r-E1<:1s_·nr-.c: fP&!L, o£ dz= +k ,.
-SEE RISER FOR CONOLJ»T
St££.£L E VA DON . A NDO c oñ u r1 ok sr z £
D o1Es
1. CATRAC TOR SHA±! VERIFY POLE S ZE AND O CA TH ON WTH OWN£R PRIOR TO INSTALL.A T ON
2, FO,E. APPRD PQLS, S641- 0720 &8 S641 0100.
3. MW/G COL.DOR EDDE TO BE LUSEO (SEE SEE,I SE17}.
• CONTRACTOR Ht±, VERIFY FLKOO EE VA TIN
Hu,QA2Ii&.- NQIE
$. ALL POE NSTALL M FIN S S9 L L BUE SUITABLE FOR 1'50 MPH 'WIN; Wt EXPOSURE "C", IMP OR TAN C E
FA C IOR IA! AND AP P R OPRI A TE GU S T FACTOR PER APPLICABLE ZON E Or I#STALLA T ON AS DEF INED IN TH E
FL ONIDA 8LING COE. TE CON TRAC TOR SMALL INCLUDE WITH TE SHOF DR#WING SUbM!TTL, A #OLE
Wit3 LAING CAL.CULA TON SIGNED3 AND SEALED BY A STRU CTURAL EN GIN EE R REG STE REO IN FLORIA
SH1NG TAT THE PROPOSE.DO NSTAL,LA TONS WLL MEET HE GIVEN WW> LAD REQUIRE MEN T. CON TR ACTOR
+AL D&UST TH£ SI2E OF BASE AN DEPTH OF POLE AT MO ADDITONAL O ST TO MEET TH RE0REE
WIM .MADIG . 5ER WACE PON1. DETAIL
LS
m >< E
U ::¡ .....
€
TO EXiSTING FP&L SPLICE
Km/TRANSFORMER
2 #1, 1 #1 NEW/------
GROUND, 2%
CONNECTIONS
CAD otELOi
l
2* PVC CONDUIT-1\
IN r APART ----.SEE PLAN SHEETS FOR
...------- -,.., L5 to, 1 11061fG, r I,
CONDUI T ANO CONDUCTOR
WES, QUI AN TITY AND
\-13' X 24 QUAZITE ---16 OROUNDINO CABLE LOCATIONS
PULL SORES TO 2-3/444 x 70'
COP-PER CLAD OHC.UNO
RODS, SEE (DETAIL
529111.201NUNIDSUATIQKILI
CO CONTRACTOR SHOULD PROnE AND kNSTALL 1-Aflii WO AMID, 120/240V METER
IN A NINA .3R ALUMINUM ENCLOSURE MOUNTED ON THE NEW CONCRETE POLE PER
FP&L STMDARDS ANO REOUIREMENTS. CONTRACTOO MME ALL CCNNECnONs
NECESSARY FOR A C-OMPt.E.TE WORKIK; SYSTEM IN PLACE. :W DETAILS KIR
ADDITIONAL. INrORMATION,
CONTRACTOR SHALL PROVIDE AND INSTALL 1-NEW 100,4 RATED, 120/240V &MOLE
PHASE SER',ACE RATED PANEL[ OARO WITH A BOTTOM MOUNTED 100A M AIN BREAXER IN
A NEMA 4X 316 STAINLESS STEEL LOCKABLE ENCLOSURE MOUNTED ON THE NEW
CONCRETE POLE, CONTRACTOR SHALL MAKE ALL CONNECTIONS NECESSARY FOR A
COMPLETE WORKING SYSTEM IN PLACE, SEE DETAILS AND SCHEDULES FOR ADDITIONAL
RIFCAN4A TI ON ,
Cs) CONTRACTOR :SHALL PROVIDE AND INSTALL 1-NEW EXTERNAL MOUNTED 5034 SURGE
PROTECTIVE °DACE (GPI) IN A NEMA 4X .316 STAINLESS Sitat ENCLOSURE.
CONTRACTOR SHALL INSTALL PO PER MANUFACTURE RECOMMENDATION FOR A
COMPLETE WORKING SYSTEM,
0 PHOTO CELL LIGHT CONTROLS,
LIGHTING CCI4TACTOR.
kiSER
N. TS.
mu
STREET LIGHT DETAILS
NEW SERVICE 174NNT FUSER
,04.71V1,0
STL8a
EXHIBIT 16
MAIO WORKS OPANTRINT
I
ITB 2019-140-ND
46
EXHIBIT 16
TO EXISTING FPL SPLICE
Ox /TR ANSF CRAMER
I I
1
.o
2 #1, 141 NE/---
GROUND, 2"c r ¡n
WETER o CAD WEL}-
ccwNEc iöN \
2" PVC 0:)NDUI v-\ 0
NE.w '(@)
ANEL BOARD] "<' @a
())
--SEE PLAN SHEETS FC
CCNUIT ANO CONDI C TOR
1ZES, CuAN/TY MD
LOC# TCNS
5E «CE. PONE.I N SIA.A TI.NOIES
(7) CONTRACTOR SHOULD PROWDE ANDO INSTALL. 1--NE 100 AMP, 120/240V ME TER
-' M A NEMA SR ALUMINLUMA ENCLOSURE MOUN TEO ON THE NE'W CONCRETE, PO£. ER
FPL STAARDS MND REQUIREMEN TS. CON TRAC TC SH ALL MAH £ ALL CCNAE C DONS
NE CE$SMAY FOR A CNPIE TE WORKIN SYSTEM IN PL,ACE. SEE DE TAILS FR
ANI TIONAL INFORM4A TIN.
(G) CONTRACTOR SH ALL PROVE AND INSTALL 1-NE'W 1COA RATED, 120/240W SNGLE
/' »ASE SER'WCE RATED PMANELBOARO 'WITH A4 BOTTOM MOUN TEDO 1CO4 WAIN BREAKER IN
A NEMA 4¥ 36 STAINLESS STEEL LOCKABLE ENCLOSURE MOUN TED ON THE NEW
CONCRETE POLE. CONTRACTOR SH ALL MAKE ALL CONNECTICNS NECESSARY FOR A
COMPLETE 'WORKING SYSTEM IN PLACE. SEE OETAILS AND SCHEDULES FOR ADDITIONAL
NFCRI A TIN,
(G) CONTRACTOR SHALL PROVIDE AND INSTALL I-NEW EXTERNAL WOUN TED 50KA SURGE
- PROTEC'VE OE WCE (SFO) IN A NEMA 4X 316 STAINLESS STEEL ENCLOSURE.
CONTR ACTOR SH ALL INSTALL SFD PER MANUFACTURE RECOMMEND A TIM FOR A
COMLETE 'WORKING SYSTEM.
(@) Oro cEL JCT CONTR OLS.
@) ucTG CONTACT.
NEW SERICE POINA! ELSER
M.TS
M„A,ABEACH vs #it '£
«li«.
..tu4i.
sr2 =lcoca-
STREET LIGHT DETAILS
NEWV SER'WICE POINT RISER
$TL.8a
1TB 2019-140-ND 46
VIA 10 191,101, LAK.A11.4
()Etat FIN ALL 4,40o•V
00itig)tgUC OCTAL S1'4 )
r-tatarcrt Ku: cr,gx "1t1
ur 00AA if1-$4
cso" 4,41w
NAL BO* ticE
(*Alvk 1;1111
EXHIBIT 17
atio
ON APOROAD COW..
n ii
1LO PUSOANT !MAC *Ili vomit
poporCeri, K71 Mit i Or3,111JOCN.
MINIM Ur.olloo WW1 461.34/or
II MED
(119701.1D-F1r-U-Sei-100.11C1413)
OR APP.OVCI, MAL
Ltret_a:
"—MAO SOTMihr 41.1.10ALW mom 431.4304-4 tin 000111l74.0 ECPIAL,
LIG1-11-
S
4.••/04.
Pulki.it *WO% DIPARVIAMT
1L••
S1 r UGH I DE rms
sTERNBERG LIGHT FIXTURE DETAIL STL5a
ITB 2019-140-ND
47
EXHIBIT 17
ê
I
-- CAO TE POE, BA (T ""1
9 at $I1.4
+?x0' aua2
FUL o (SE ,
or 'Au st2}
1
j
JE MBERO LBOHI FIR,RE. DETAIL
N,1.S
ruait ors otrAnrwr
taro tort a M $
STREET LIGHT DE TAILS
TERNBERG LIGHT FTRE DETAIL. $TL.5a
1TB 2019-140-ND 47
PUI1U4 WORKS IMPAIRTAIVIT
EXHIBIT 18
i CONCRETE EASE
0/ POLE &
PLAN "VIEW C- C
2"P 11C 'CONDUITS
flu') LOCATE TO MAIN TAIN
2' MIN CLEARANCE WITH
OTHER UTILITIES
.
x
iv ; / 5' CURS & TER
›-SCHEDIR.E. 40
1 V0 SOL T C;Ret.
PROJECTION AS. PER POLE
MANUIAC RAD! SPECS
--ANCHOR tia( -48° LONG WI WI
'OP 6" HOT DIPPED GALY,
BOLT DIA, AS REG. PER P-DLE
041,4ENSIONS AtiC, HF SASE 1 s(PE
I
1 jI 'R .ILJ' lj fi9St.,_1).L tA1L.
N T 5,
STREET LIGHT OETAJES
cotickETE POLE RASE OE !AIL STt6
ITB 2019-140-ND
48
EXHIBIT 18
" - SCHEDULE «0
2"PC CONDUITS
FELD LOCATE TC VAIN TAN
2' MN CLEARANCE 'W.TH
OTHER URL TIES
I
I
- t
' ·'
' \
Putic wows otPArMrNT
a in +et it tag# $
-aut. •
.4ta4a.á..,
1 ádu.. Aas4..
STREET LUGHT DOE TAILS
CONCHE TE PQLE B8AS 0E 'AIL. ST 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
Special Conditions
1TB 2019-140-ND
Inspection and Maintenance of
Parking Lot Lighting
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1TB 2019-140-ND 49
1. TERM OF CONTRACT. This Contract shall remain in effect for a period of three (3) years from
date of contract execution by the Mayor and City Clerk.
1.1 Providing the Contractor(s) will agree to maintain the same price, terms and conditions
of the current contract, this contract may be renewed at the sole discretion of the City,
through its City Manager, for two (2) additional one (1) year terms, if mutually agreed
upon by both parties.
1.2 In the event that the contract is held beyond the term herein provided it shall only be
from a month-to month basis only and shall not constitute an implied renewal of the
contract. Said month-to-month extension shall be upon the same terms of the contract
and at the compensation and payment provided herein.
2. PRICES SHALL BE FIXED AND FIRM. All prices quoted in the awardee's bid submittal shall
remain firm and fixed, unless amended in writing by the City.
2.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement.
During the renewal term, the City may consider prices increases not to increase the
applicable Bureau of Labor Statistics (www.bls.gov) CPI-U index or 3%, whichever is less.
The City may also consider increases based on mandated Living Wage increases. In
considering cost escalation due to Living Wage increases, the City will only consider the
direct costs related to Living Wage increases, exclusive of overhead, profit or any other
related cost.
3. SHIPPING TERMS. Prices shall include prepaid freight by the bidder to City premises and shall
be F.O.B. Destination. The Contractor shall hold title to the goods until such time as they are
delivered and accepted by an authorized City representative.
4. METHOD OF PAYMENT. The Contractor(s) shall submit monthly invoices. These invoices shall
be submitted to the City user department(s) that requested the service through a purchase order
and shall include the applicable bi-weekly (every two weeks) inspection reports pursuant to
Appendix C, Minimum Requirements and Specifications, C3. Specifications, 1.1 Inspection.
Contractor(s) will be paid unit cost, pursuant to Appendix E, Cost Proposal Form, per location.
5. WARRANTY REQUIREMENTS. In addition to all other warranties that may be supplied by the
bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective
material, for a minimum period of one (1) year after the date of acceptance of the labor, materials
and/or equipment by the City. This warranty requirement shall remain in force for the full one (1)
year period; regardless of whether the bidder is under contract with the City at the time of defect.
Any payment by the City on behalf of the goods or services received from the bidder does not
constitute a waiver of these warranty provisions.
The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within
five (5) calendar days and 30 calendar days for underground faults, after the City notifies the bidder
of such deficiency in writing. If the bidder fails to satisfy the warranty within the period specified in
the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the
products or services from another vendor and charge the bidder for any additional costs that are
ITB 2019-140-ND
50
1. TERM OF CONTRA CT. This Contract shall remain in effect for a period of three (3) years from
date of contract execution by the Mayor and City Clerk.
1.1 Providing the Contractor(s) will agree to maintain the same price, terms and conditions
of the current contract, this contract may be renewed at the sole discretion of the City,
through its City Manager, for two (2) additional one (1) year terms, if mutually agreed
upon by both parties.
1.2 In the event that the contract is held beyond the term herein provided it shall only be
from a month-to month basis only and shall not constitute an implied renewal of the
contract. Said month-to-month extension shall be upon the same terms of the contract
and at the compensation and payment provided herein.
2. PRICES SHALL BE FIXED AND FIRM. All prices quoted in the awardee's bid submittal shall
remain firm and fixed, unless amended in writing by the City.
2.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement.
During the renewal term, the City may consider prices increases not to increase the
applicable Bureau of Labor Statistics (www .bls.gov) CPI-U index or 3%, whichever is less.
The City may also consider increases based on mandated Living Wage increases. In
considering cost escalation due to Living Wage increases, the City will only consider the
direct costs related to Living Wage increases, exclusive of overhead, profit or any other
related cost.
3. SHIPPING TERMS. Prices shall include prepaid freight by the bidder to City premises and shall
be F.O.B. Destination. The Contractor shall hold title to the goods until such time as they are
delivered and accepted by an authorized City representative.
4. METHOD OF PAYMENT. The Contractor(s) shall submit monthly invoices. These invoices shall
be submitted to the City user department(s) that requested the service through a purchase order
and shall include the applicable bi-weekly (every two weeks) inspection reports pursuant to
Appendix C, Minimum Requirements and Specifications, C3. Specifications, 1.1 Inspection.
Contractor(s) will be paid unit cost, pursuant to Appendix E, Cost Proposal Form, per location.
5. WARRA NTY REQUIREMENTS. In addition to all other warranties that may be supplied by the
bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective
material, for a minimum period of one (1) year after the date of acceptance of the labor, materials
and/or equipment by the City. This warranty requirement shall remain in force for the full one (1)
year period; regardless of whether the bidder is under contract with the City at the time of defect.
Any payment by the City on behalf of the goods or services received from the bidder does not
constitute a waiver of these warranty provisions.
The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within
five (5) calendar days and 30 calendar days for underground faults, after the City notifies the bidder
of such deficiency in writing. If the bidder fails to satisfy the warranty within the period specified in
the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the
products or services from another vendor and charge the bidder for any additional costs that are
ITB 2019-140-ND 50
incurred by the City for this work or items; either through a credit memorandum or through
invoicing.
6. EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE. The equipment being offered
by the vendor shall be the most recent model available. Any optional components which are
required in accordance with the contract specifications shall be considered standard equipment for
purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential
detail from these specifications does not relieve the vendor from furnishing a complete unit. The
unit shall conform to all applicable OSHA, State, and Federal safety requirements. The
engineering, materials, and workmanship associated with effort performed hereunder shall exhibit
a high level of quality and appearance consistent with or exceeding industry standards.
7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full
criminal background check at its own expense on each of its employees engaged in providing
services under this ITB or any resulting Agreement prior to the commencement of said services.
No contractor employee shall be eligible to perform services, pursuant to this ITB or resulting
Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program
for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery;
burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money
laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any
sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape;
child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal
weapon possession, sale or use. The contractor shall defend, indemnify and hold the City, its
officers, employees, and agents harmless from and against any and all liability, loss, expense
(including reasonable attorney's fees) or claims for injury or damages arising out of its failure to
comply with this requirement.
Contractor shall employ personnel competent to perform the work specified herein. The City
reserves the right to request the removal of the Contractor's employee's from performing
maintenance on the City's grounds where the employee's performance or actions are obviously
detrimental to the program. Contractor's personnel must wear photo identification at all times.
8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each
employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms
must be provided at the Contractor's expense, and may not be charged to the employee or
deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the
living wage rate required by this solicitation.
9. WORK ACCEPTANCE. This project will be inspected by the City Representative. This
inspection shall be performed to determine acceptance of work, appropriate invoicing, and
warranty conditions.
10. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be
serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this
contract at the option of the City. When an addition to the contract is required, successful bidder(s)
under this contract shall be invited to submit price quotes for these new facilities. If these quotes
are comparable with prices offered for similar services, the award(s) shall be made to the lowest
ITB 2019-140-ND 51
incurred by the City for this work or items; either through a credit memorandum or through
invoicing.
6. EQ U IP M EN T SH A LL B E MO ST R EC EN T M O D EL 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. B A C K G R O U N D C H EC K S/C O N TRA C TOR 'S PERSONNEL. The Contractor shall conduct a full
criminal background check at its own expense on each of its employees engaged in providing
services under this 1TB or any resulting Agreement prior to the commencement of said services.
No contractor employee shall be eligible to perform services, pursuant to this 1TB or resulting
Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program
for any crime involving dishonesty or bre ach of trust; embezzlement; drug trafficking; forgery;
burglary; ro bbery ; theft; perjury ; possession of stolen property; identity theft; fraud; money
laundering; shoplifti ng; 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; terro rism or terro rist 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
com ply with this requirement.
Contra ctor shall employ personnel competent to perform the work specified herein. The City
reserv es the right to request the removal of the Contractor's employee's from performing
m aintenance on the City's grounds where the employee's performance or actions are obviously
detrimental to the pro gram. Contractor's personnel must wear photo identification at all times.
8. U N IFO R M S. All personnel furn ished 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. W O R K A C C EPTA N C E. This pro ject will be inspected by the City Representative. This
inspection shall be performed to determine acceptance of work, appropriate invoicing, and
warranty 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 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 com parable with prices offered for similar services, the award(s) shall be made 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 issued 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 models without the express written consent of the City
Representative. Substitute brands or models must be of equal or better quality.
12 . R O A D M A P FO R PR O JE C T S A W A R D ED O N A TIM E A ND MATERIALS BASIS (Group 2).
The City may award work on a time and m aterials 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 m aterial basis (bid hourly charges
plus parts or materials) fo r a specific request or for a pre-need encumbrance (blanket order).
Pursuant to Section 0200, General Condition 15, entitled M ultiple Awards, secondary and primary
Contractors may also be considered.
12 .1 W ork Day. For billing purposes, regular working hours are from 7:00 a.m. to 5:00 p.m.,
M onday thro ugh Friday. Calls outside these hours and days will be considered non-regular.
12 .2 S ch e d u ling/Respon se Time. Response time requirements shall be as follows:
12 .2.1 Em ergency Repairs/Service. When the Contractor is notified of an emergency, the
Contractor is expected to secure or fix the pro blem within a total of 6 hours, 2 hours to
return the call and 4 hours to secure or fix the problem.
12 .3 A dm in istrativ e M ark-up fo r Part s. For parts and m aterials ordered under this option,
Contractors shall provide a quote or invoice, as determ ined by the Contract Manager, based
on the cost of parts and m aterials plus the agreed to m ark-up. In determining cost of m aterials
to which the mark-up may be applied, the Contract Manager m ay:
i. require the Contractor to provide actual cost of parts and m aterials (e.g., contractor 's
invoice, M SRP, etc.) prior to the issuance of a Purchase Order or approval of an invoice;
or
ii. require the Contractor to seek and docum ent competition from its sources for the
required parts or m aterials; or
ii. obtain data available from primary or other secondary sources and use that data in
determ ining 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 M anager, m ay be determ ined in the m anner prescribed above.
12 .3 E stim ates. The City Representative may require the Contractor to pro vide an estimate
prior to the com m encem ent of work. Any actual charges that exceed estimate amounts m ust
be pre-approved by the City Representative.
13 . U S E O F P R EM ISES. 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
encum ber the prem ises with his/her m aterials.
ITB 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. C LE A N -U P. 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. LI Q U ID A TED D A M A G ES. 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. LI VIN G W A G E. 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.
[TH E R EM A IN D ER OF TH IS PA GE IS LEFT INTENTIO NALLY BLANK]
1TB 2019-140-ND 53
APPENDIX E
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 PPEN DIX E
MIA MI
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
Group 1 — INSPECTION AND MAINTENANCE SERVICES
(B)
(A)
Estimated
(C)
Unit Cost (Per Quantity (No. Inspections Per
Lis ht Fixture of Lights),
Year
(D)
Estimated Annual Cost
(A_X_B_X_C) Item Descri•tion
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 recei,t of proposals will result in proposal being 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.
Inspection and maintenance of
various City owned parking lots
Group 2 — EMERGENCY REPAIRS AND CITYWIDE UPGRADES
Estimated
Annual Total
Item Descri )tion Quantit 1 U I M Unit Cost (Quantity_X_Unit. Cost)
Hourly Rate — Regular (7:00 a.m.
to 5:00 p.m., Monday through
Friday) 260 Hourly Rate
Hourly Rate — Non Regular (After
5:00 p.m., Monday through Friday,
Weekends, and Holida s 80 Hourl Rate
EA
642
26
Description
SUB-TOTAL — LABOR (Items 1 — 2
% Mark-up Net Cost
Estimated Annual Gross Costs (See Appendix D (Dealer Invoice
(Dealer Invoice Cost) Section 12.3) Cost_X_% Mark-up) Item
Administrative Mark-up for Parts
and Supplies $75,000 0
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
A P P E N D IX E
C O S T P R O P O S A L FO R M
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
(A p pendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E)
co m pleted in pencil shall be deem ed non-responsive. All corrections on the Cost Proposal Form
(A pp endix E) shall be initialed.
G roup 1-INSPE CTI ON AND MA INTENA NCE SERVICES
(B)
Estim ated
Quantity (No.
of Li ghts)1 Item Description •i------------- Inspection and m aintenance of
various Ci ty own ed arkin lots S EA 26
Gr o up 2 - EM ERG EN C Y REPA IRS AND CITYW ID E UPG RADES
Estim ated
A nnual Total
Item Description Quantity1 U/ M Unit Cost (Quan tity _X_Unit_Cost)
Hourly Rate - Regular (7:00 a.m .
to 5:00 p.m ., M onday through
Frida 260 Houri Rate $ $
Hourly Rate -- Non Regular (After
5:00 p.m ., M onday through Friday,
W eekends, and Holida s
SUB -TO TAL - LAB OR Item s 1-2
Item • Description
Estim ated Annual Gro ss Costs
(D ealer Invoice Cost)
% M ark-up
(See A ppendix D
Section 12.3)
Net Cost
(Dealer Invoice
Cost_X_% Mark -up)
Adm inistrative M ark-up fo r Parts
and Su lies $75,000
SUB-TO TA L- PART S & EQ UIPME N T
GRAND TO TA L (Item s 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 DI X F
MIAMI
Insurance Requirements
1TB 2019-140-ND
Inspection and Maintenance of
Parking Lot Lighting
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1TB 2019-140-ND 56
iv\ IAMI 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
MIA I BEA CH
INSURA NCE REQUIREMENTS
The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of
the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to
maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of
payments or termination of the contract.
A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute
440, and Employer Liability Insurance for bodily injury or disease.
B. Commercial General Liability Insurance on an occurrence basis, including products and completed
operations, property damage, bodily injury and personal & advertising injury with limits no less than
$1,000,000 per occurrence, and $2,000,000 general aggregate.
C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then
coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per
accident for bodily injury and property damage.
Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to
all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations
performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work
or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's
insurance.
Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled,
except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services.
Waiver of Subrogation - Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of
subrogation on the coverages required. However, this provision applies regardless of whether the City has received
a waiver of subrogation endorsement from the insurer.
Acceptability of Insurers - Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher.
If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers
may also be considered if they are licensed and authorized to do insurance business in the State of Florida.
Verification of Coverage - Contractor shall furnish the City with original certificates and amendatory endorsements,
or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and
endorsements are to be received and approved by the City before work commences. However, failure to obtain the
required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City
reserves the right to require complete, certified copies of all required insurance policies, including endorsements,
required by these specifications, at any time.
1TB 2019-140-ND 57
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
do EXIGIS Insurance Compliance Services
P.O. Box 4668 — ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at:
Certificates-miamibeach4riskworks.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@riskworks.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)
A TT A C H M E N T C
C O N S U L T A N T S R E S P O N S E T O T H E (ITB )
Detail by FEI/EIN Number Page 1 of 2
Florida Department of State
DIVISION OF CORPORATIONS
'.0119/
art ~ffi lois, Plorav welAqte
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Detail by FEI/EIN Number
Florida Profit Corporation
AUM CONSTRUCTION INC.
Filing Information
Document Number P06000007050
FEI/EIN Number 20-8608887
Date Filed 01/13/2006
State FL
Status ACTIVE
Last Event REINSTATEMENT
Event Date Filed 10/12/2018
Principal Address
424 SW 7TH ST., #402
MIAMI, FL 33130
Changed: 08/10/2016
Mailing Address
8950 NW 119th St
Hialeah Gardens, FL 33018
Changed: 04/19/2017
Registered Agent Name & Address
NUNEZ, RODOLFO
255 UNIVERSITY DRIVE
CORAL GABLES, FL 33158
Name Changed: 10/12/2018
Address Changed: 06/17/2016
Officer/Director Detail
Name & Address
Title Secretary
Aracil, Juan
424 SW 7 St
402
Miami, FL 33130
httn://se2rch . sunhi 7..org/Tnniiirv/Cornorati on Senrch/SearchR esultDelail?innuirvtvne=FeiN... 17/11/2019
D e ta il b y F E I/E IN N um b er Page 1 of 2
Florida Department of State DIVISION OF CORPORATIONS
Dr/Io of
CC'ppp,Art)4; ·ik')i ii .)!
un ojjiuial Saie of Ftorida webie
Department of State I Division of Corporations / Search Records / Detail By Document Number /
Detail by FEI/EIN Number
Florida Profit Corporation
AUM CONSTRUCTION INC.
Filing Information
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Principal Address
P06000007050
20-8608887
01/13/2006
FL
ACTIVE
REINSTATEMENT
10/12/2018
424 SW 7TH ST., #402
MIAMI, FL 33130
Changed: 08/10/2016
Mailing Address
8950 NW 119th St
Hialeah Gardens, FL 33018
Changed: 04/19/2017
Registered Agent Name & Address
NUNEZ, RODOLFO
255 UNIVERSITY DRIVE
CORAL GABLES, FL 33158
Name Changed: 10/12/2018
Address Changed: 06/17/2016
Officer/Director Detail
Name & Address
Title Secretary
Aracil, Juan
424 SW 7 St
402
Miami, FL 33130
http ://search s mnbiz.oro/Inanirv/C orporation.Search/S earchR es iltD etail7inanirvtv e =FeiN 19/11/2019
Detail by FEI/EIN Number Page 2 of 2
Title V
GONZALEZ, PATRICIA
8950 NW 119 ST
HIALEAH GARDENS, FL 33018
Title PT
ORTIZ, HUMBERTO
8950 NW 119 ST
HIALEAH GARDENS, FL 33018
Annual Reports
Report Year Filed Date
2017 04/19/2017
2018 10/12/2018
2019 02/06/2019
Document Images
02/06/2019 -- ANNUAL REPORT
04/19/2017_.. ANNUAL REPORT
7g01 Amendment
06!1,7/2016 -.-_Off/D4r_Resigeation
03/09/2016 -- ANNUAL REPORT
03/03/2015 -- ANNUAL REPORT
12/08/2014 -- AMENDED ANNUAL REPORT
10/24/2014 -- AMENDED 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 formal
View image in PDF format
View image in PDF format
07/15/2014 -- AMENDED ANNUAL REPORT
07/08/2014 -- AMENDED ANNUAL REPORT
View image in PDF format
View image in PDF format
05/01/2014 -- REINSTATEMENT
02/02/2010 -- Off/Dir Resignation
07/08/2008 -- ANNUAL REPORT
07/27/2007 -- ANNUAL REPORT
01/13/2006 -- 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
Florida Department of State, Division of Corporations
httryllsearch.sunhi z.org/Inouirv/CornorationSearch/SearefiR esnitDel ai 1 ?incii lirvtvne=FeiN. . 1 2/1 1 /201 9
Detail by FEI/E IN Number Page 2 of 2
Title V
GONZALEZ, PATRICIA
8950 NW 119 ST
HIALEAH GARDENS, FL 33018
Title PT
ORTIZ, HUMBERTO
8950 NW 119 ST
HIALEAH GARDENS, FL 33018
A n n u a l R e p o rt s
Report Year
2017
2018
2019
Filed Date
04/19/2017
10/12/2018
02/06/2019
D o c u m e n t Im a g e s
02/06/2019 -- ANNUAL REPORT
10/12/2018.-REINSTATEMENT
04/19/2017 -- ANNUAL REPORT
06/17/2016-.- Amendment
06/17/2016 -- Off/Dir Resignation
03/09/2016 -- 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
03/03/2015 -- ANNUAL REPORT
12/08/2014__ AMENDED ANNUAL REPORT] :===========;
oosas«.anono AwonaoL """
07/18/2014-- Off/Dir Resignation
07/15/2014 -- AMENDED ANNUAL REPORT I
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
07/08/2014 -- AMENDED ANNUAL REPORTj
k=;
05/01/2014 -- REINSTATEMENT I
E;
02/02/2010 -- Off/Dir.R.fil]gnation I
F
10/05/2009.- REINSTATEMENT [ E ,
07/08/2008 -- ANNUAL REPORT I :===========~
07/27/2007 -- ANNUAL REPORT I
E,
01/13/2006 -- Domestic Profi! ._I __ V_ie_w_im_a_g_e_in_P_D_F_fo_rm_at _ __,
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
Florida Department of State, Division of Corporations
http://search.sunbiz.or/Inauirv/CornorationSearch/SearchResltDetail'?inairvtvne=FeiN 12/11/9019
APPENDIX A
MIAMI r) 1-
iiimor 1161 IF
II
I
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
A P P E N D IX A
M A M I BEACH
P ro p o s a l C e rtificatio n ,
Q u e sti on nai re &
R e q u ire m e n ts A ffid av it
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: A /f/i 6- fr ,..../.1.7,6,-h fi n _T c v , NO. OF YEARS IN BUSINESS: / 3 NO. OF YEARS IN BUSINESS LOCALLY: 1 3 NO. OF EMPLOYEES: 46
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: //:9
FIRM PRIMARY ADDRESS (HEADQUARTERS): g q 6* /? if/4/ /mil/ q 5, 74
.,,,,,, c:
4
CITY: //iet /94, 4
re
/ie. ;
STATE: p /
p
. /
/ / cia--
ZIP CODE: —, / c a
TELEPHONE NO.: •--e:25 ‘/5 6 e/g 4/g %
i1/2/
/e
r TOLL FREE NO.:
FAX NO.: F_ gi 6 ..... .- .'' C6 7. efz i...
FIRM LOCAL ADDRESS:
es .. 0 ,..„.......„ / 7 q
.7
4
CITY:
/G1 /eet A "ecl--, deo -5
STATE: .-/, . /
/c/ric-Pet-
ZIP CODE: -•• .--c, g
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: 1.e--.7‘ &'r--7(/'-. ACCOUNT REP TELEPHONE NO.: --0 6...„ ..3 4/5 ...... 3 477
ACCOUNT REP TOLL FREE NO.:
/(///4
ACCOUNT REP EMAIL: 1, /7 a A. c / 01 t" vie • e'-5
FEDERAL TAX IDENTIFICATION NO.:
2 0 eg 6, 5 g g
The CityCity 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
Sol ici tat ion N o:
2019-140-ND
Solicitation Title:
Ins ection and Maintenance of Parkin Lot Li htin
Procurement Contact:
Natalia Del ado
Tel:
305-673- 7000 x6263
Email:
nataliadel adot mmiamibeachfl.1ov
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 LOCA'VJ3 NO. oF EMPLOYEES: ,
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRMARY ADDRESS HEADQUARTERS) 59 /
crr. e5
STATE: z coo z,3 013,
rove.No: 206-4/56- 4 (¿
TOLL FREE NO.
o»o - 2 €-7/21
CITY:
STATE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
U
AccouNr REP TELEPHONE NO: 29£5.2/,- ,3
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
1TB 2019-140-ND 17
Veteran Owned Business, Is Pro oser claiming a veteran owned business status?
YES x NO
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportal,dnb.com/webapP/wcsistores/servlet/SupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each
Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible
in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at
800-424-2495.
SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the
City, with bid or within three (3) days of request.
3. Conflict of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of
its affiliates. /WA
4. References & Past Performance. Proposer shall submit at least three (3) references for whom the roposer has completed work
similar in size and nature as the work referenced in solicitation. 5e,
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to non-performance by a. ny public sector agency?
YES IXINO
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. /t//9
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 oth9r, the Conflict pf interest, lobbying and ethics
provision of the City of Miami Beach and Miami Dade County. ot,t?‘4..e/t.&.. ,
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.miamibeachfLoov/city-hall/orocurement/procurement-related-ordinance-and-procedures/
ITB 2019-140-ND
18
1. Veteran Owned Business¡ Is Pro¡oser claiming a veteran owned business status? vs [X]o
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SR. 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.
4.
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. //
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. $e a j hod
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.
Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to(on-p¡normance by any public sector agency?
YE s LX ]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.
5.
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. 4//{
7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity thai 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 pf interest, lobbying and ethics
provision of the City of Miami Beach and Miami Dade County. 6e e Tl echo ,
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of
Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/
IT 2019-140-ND 18
8. Living Wage . Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered
employees shall be paid the required living wage rates listed below:
1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with
health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care
benefits.
2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with
health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care
benefits.
3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with
health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care
benefits.
The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation
using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's
Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by
resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement
same (in a particular year).
Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may,
at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties
and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is
available at http://www.miamibeachfl.qov/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
2s States, but ou ide of the City of Miami Beach limits, who are dirgctly performing work on the contract within the City of Miami
Beach. A/A ie 5 1114 vl 5 / e,,,i/gbyge s .
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.miamibeachfLoov/city-hall/procurementiorocurement-related-ordinance-and-
procedures/.
ITB 20 19- 1 40-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.miamibeachfi.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 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
8each. //4 less fl 5l elopee s.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? L Jes 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? L Je Jo
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement
leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for Firm Provides for Firm does not
Employees with Employees with Provide Benefit
Spouses Domestic Partners
Health
Sick Leave
Family Medical Leave
Bereavement Leave
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal
Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures/.
1TB 2019-1 40-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
Recept
Initial to Confirm
Receipt
Initial to Confirm
Receipt
/10 Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required, submit under separate cover.
ITB 2019- 1 40-N D 20
10. Public Entity Crimes. Section 287.133(2}(a), Florida Statutes, as currently enacted or as amended from time to time, states that a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit
a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity
in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list.
11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the
blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national
origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to
Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and
Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no
travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be
sourced from these states.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Resolution 2016-29375.
13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies,
practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City
Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring
about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of
employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits
placing a statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer
certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to
provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach
of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate
termination for cause of the agreement, in addition to any damages that may be available at law and in equity.
14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are
solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies that the Proposer has received all 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
H O Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
lf additional confirmation of addendum is required, submit under separate cover.
ITB 20 19 -14 0 -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.
ITB 2019-140-ND
21
DISCLOSURE AND DISCLAIMER SECTION
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers,
directors, shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance
only, and does not constitute all or any part of an agreement.
The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as
required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become
public records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation.
Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge,
information, and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment
by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The
previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
ITB 2019-140-N D 21
Title of Proposers Authorized Representative:
/re &/4 71-
70/g/o
Date:
Name of Proposers Authorized Representative:
UPvi r*7 /0 ?
Signal Proposer's Autho d Representative!
A_s_ era.
%or ot4, Notary Public State of Florida
Sydney Herrera
My Commission GG 343073
or o.cr Expires 10/04/2023
PROPOSER CERTIFICATION
I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any
other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal,
inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
ITB 2019-140-ND
22
PROPOSER CERTIFICATION
I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any
other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal,
inclusive of the Pro osai Certification, Questionnaire and Re uirements Affidavit are true and accurate.
Name of Proposer's Authorized Representative:
Signa
Title of Proposer's Authorized Representative:
fresale»h
Date:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
1TB 2019-140-ND 22
APPENDIX E
M I AN\ I BF ACil
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
M AMI 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
Total
Group 2 — EMERGENCY REPAIRS AND CITYWIDE UPGRADES
Estimated
Annual
Description Quantity1 U / M Unit Cost (Quantity. X Unit _Cost)
Ig OOP°
$61.00000 SUB-TOTAL — LABOR tems 1 —
% Mark-up Net Cost
Estimated Annual Gross Costs (See Appendix D (Dealer Invoice
Item Description (Dealer Invoice Cost) 1 -
Hourly Rate— Regular (7;00 a.m.
to 5:00 p.m., Monday through
Friday) 260
Group 1— INSPECTION AND MAINTENANCE SERVICES
(B)
(A) Estimated (C) (D)
Unit Cost (Per Quantity (No. Inspections Per Estimated Annual Cost
Li • ht Fixture) of Lights)1 Year (A_X_B_X_C)
5►gg EA I 642
M000.00
Item Description
Administrative Mark-up for Parts
and Su ) 'lies $75,000
SUB-TOTAL — PARTS & EQUIPMENT
GRAND TOTAL (Items 1— 3)
2 -,50.0o
9--g0.0&
$ 50.0
Inspection and maintenance of
various City owned parking lots $ 1.5g 061.04
Hourly Rate $ [5000
Hourl Rate $ 2 5. 00
1 26
Hourly Rate — Non Regular (After
5:00 p.m., Monday through Friday,
Weekends, and Holida s 80
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 recei it of pro • osals will result in • ro iosal being deemed non-res • onsive and bein • reected.
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 Affirmation
Company: il 5 t'G 109 %),1
Authorized Representative: eil ice t^, 0 n''2‘1',
Address: gq*a ova/ //I 54. //joileetA Atelie4s / PZ 330/
Telephone: 3a6 --- ...c‘•-• e/c6 gt ;
Email: h og et c,,,y , -
N
.
..\:
,,,_ ,.,\ ,k s. Authorized Representative's Signature: N . 1
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 Ci owned arkin lots + 150061. 0&
Item
Group 2-EMERGENCY REPAIRS AND CITYWIDE UPGRADES
Estimated
Annual
Description Quantity1 U/ M Unit Cost
Total
(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
,31,000
19,00000
SUB-TOTAL- LABOR (Items 1-2)
% Mark-up Net Cost
Estimated Annual Gross Costs (See Appendix D (Dealer Invoice
(Dealer Invoice Cost) Section 12.3) Cost_X_% Mark-up)
s51000.00
Item • Description
Administrative Mark-up for Parts
and Su lies $75,000 /7
SUB-TOTAL- PARTS & EQUIPMENT
GRAND TOTAL (Items 1-3)
, 2,750.00
s 60.0o
s 7, 52.0
1The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than the estimated amounts.
Authorized Rep
Address: %,
Telephone:
Email: h
ITB 2019-140-ND 55
RESOLUTION NO. 2000-23879
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT
A CODE OF BUSINESS ETHICS PRIOR TO ENTERING INTO A
CONTRACT WITH THE CITY OF MIAMI BEACH
WHEREAS, the Greater Miami Chamber of Commerce ("GMCC") adopted a
Model Code of Business Ethics (the "Model Code"); and
WHEREAS, the City of Miami Beach is a member of the GMCC; and
WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of
principles to help guide decisions and actions based on respect for the importance of
ethical business standards in the community; and
WHEREAS, the GMCC encourages its members to adopt the principles and
practices outlined in the Model Code; and
WHEREAS, the Commission believes that each entity which does business with
the City of Miami Beach should be required, as a condition of doing business with the
County to adopt a Code of Business Ethics.
NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA:
Section 1. 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 City Manager or
his or her designee prior to execution of any contract between the contractor and the City.
The Code of Business shall, at a minimum, require the contractor to comply with all
applicable governmental rules and regulations including, among others, the conflict of
interest, lobbying and ethics provisions of the City Code.
Section 2. The Commission urges the Greater Miami Chamber of Commerce
to require that all of its members adopt the Model Code of Business Ethics,
Section 3. This resolution shall become effective immediately upon its
adoption.
RE SOLUTION NO. 2000-23879
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH RE QUIRI NG THA T CONTRA CTORS ADOPT
A CODE OF BUSINESS ETHICS PRI OR TO ENTERI NG INT O A
CONTRA CT WI TH THE CITY OF MIAMI BEACH
WHERE AS, the Greater Miami Chamber of Commerce ("GMCC") adopted a
Model Code of Business Ethics (the "Model Code"); and
WHEREAS, the City of Miami Beach is a member of the GMCC; and
WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of
principles to help guide decisions and actions based on respect for the importance of
ethical business standards in the community; and
WHEREAS, the GMCC encourages its members to adopt the principles and
practices outlined in the Model Code; and
WHERE AS, the Commission believes that each entity which does business with
the City of Miami Beach should be required, as a condition of doing business with the
County to adopt a Code of Business Ethics.
NOW, THERE FORE BE IT RE SOLVE D BY THE MAYOR AND CITY
COMM ISSION OF THE CITY OF MIAMI BEACH, FLORIDA:
Section 1. 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 City Manager or
his or her designee prior to execution of any contract between the contractor and the City.
The Code of Business shall, at a minimum, require the contractor to comply with all
applicable governmental rules and regulations including, among others, the conflict of
interest, lobbying and ethics provisions of the City Code.
Section 2. The Commission urges the Greater Miami Chamber of Commerce
to require that all of its members adopt the Model Code of Business Ethics.
Section 3.
adoption.
This resolution shall become effective immediately upon its
, I
PASSED and ADOPTED this 12th day of April 2000
ATTEST:
YOR
at(
CITY CLERK
APPROVED AS TO
FC RM & LANGUAC::.
& FOR EXECUTIO
••• · .• :·. ••1 •.. , •. ·• / ,'
. .
. .
a,a i , ·os +»
PASSED and AD OPTED this 12th
ATTEST:
day of A p r il 2000
VL Y O R
ft« fie-
CITY CLERK
APP ROVED AS TO
FC RM & LANGUAGE
& FOR EXE CUTI ON
!
GREATER MIAMI CHAMBER OF COMMERCE,
MODEL CODE OF BUSINESS ETHICS
STATEMENT OF PURPOSE
The Greater Miami Chamber of Commerde ("GMCC") seeks to create and sustain an ethical business
climate for its members and the community by adopting a Code of Business Ethics, The GMCC
encourages its members to incorporate the principles and practices outlined here in their individual
codes of ethics which will guide their relationships with customers, clients and suppliers. This Model
Code can and should be prominently displayed at all business locations and may be incorporated Into
marketing materials. The GMCC believes that its members should use this Code as a model for the
development of their organizations' business codes of ethics.
This Model Code is a statement of principles to help guide decisions and actions based on respect for the
importance of ethical business standards in the community: The GMCC believes the adoption of a meaningful code
of ethics is the responsibility of every business and professional organization.
Compliance with Government Rules & Regulations
• We will properly maintain all records and post all licenses and certificates
in prominent places easily seen by our employees and customers;
In dealing with government agencies and employees, we will conduct business in
accordance with all applicable rules and regulations and in the open;
• We will report contract irregularities and other improper or unlawful business
practices to the Ethics Commission, the Office of Inspector General or
appropriate law enforcement authorities.
Recruitment, Selection & Compensation of Vendors and Suppliers
We will avoid conflicts of interest and disclose such conflicts when identified;
Gifts which compromise the integrity of a business transaction are unacceptable;
we will not kick back any portion of a contract payment to employees of the other
contracting party or accept such a kickbaCk.
Business Accounting
• All our financial transactions will be properly and fairly recorded in appropriate
books of account, and there will be no "off the books" transactions or secret
accounts.
Promotion and Sales of Products and Services
Our products will comply with all applicable safety and quality standards;
We will promote and advertise our business and its products or services in a
manner which is not misleading and does not falsely disparage our competitors;
Doing Business with the Government
G R E A TE R M IA M I C H AM B E R O F C O M M ER C E
M OD E L C OD E O F B U SI N E S S ETH I C S
STATEMENT OF PURPOSE
The Greater Miami Chamber of Commerée ("G M C C") seeks to create and sustain an ethical business
climate for its members and the com munity by adopting a Code of Business Ethics. The GMCC
encourages its members to incorporate the principles and practices outlined here in their individual
codes of ethics which will guide their relationships with customers, clients and suppliers. This Model
Code can and should be prominently displayed at all business locations and may be incorporated into
marketing materials. The GMCC believes that its members should use this Code as a model for the
development of their organizations' business codes of ethics.
This Model Code is a statement of principles to help quide decisions and actions based on respect fat the
importance ol ethical business standards in the community, The GMCC believes the adoption of a meaningful code
of ethics is the responsibility of every busine ss and professional organ ization.
C o m pl ia n c e wi th Government _Rules Regulations
. We will properly maintain all records and post all licenses and certificates
in prominent places easily seen by our employees and customers;
• In dealing with government agencies and employees, we will conduct business in
accordance with all applicable rules and regulations and in the open;
WVe will rep ort contract irregularities and other improper or unlawful business
practlces to the Ethics Commission, the Office of Inspector General or
appropriate law enforcemen t authoritles.
Recruitment, Selection_& Compensation_of Vendors and Suppliers
WV/e will avoid conflicts of interest and disclose such conflicts when identified;
Gifts wh ic h compromise the integrity of a business transaction are unacceptable;
we will not kick back any portion of a contract paym ent to employees of the other
contracting party or accept such a kickback. •
Business Accounting
All our financial transactions will be properly and fairly recorded in appropriate
books of account, and there will be no "off the books" transactions or secret
accounts.
P ro m o tio n an d Sales o f Pr o d u c ts and S e rvic es
Our products will comply with all applicable safety and quality standards;
We will promote and advertise our business and its products or services in a
manner which is not misleading and does not falsely disparage our competitors;
Doing Business with the Government
We will conduct business with government agencies and employees In a manner
which avoids even the appearance of impropriety. Efforts to curry political
favoritism aro unacceptable;
•
Our bids will be competitive, appropriate to the bid documents and arrived at
independently;
•
Any challenges to contracts awarded will have a substantive basis and not be
pursued merely because we are the, unsuccessful bidder;
• We will, to the best of our ability, perform government contracts awarded at the
price and under the terms provided for in the contract. We will not submit inflated
Invoices for goods provided or services performed under such contracts, and
claims will be made only for work actually performed, We will abide by all
contracting and subcontracting regulations.
We will not, directly or indirectly, offer to give a bribe or otherwise channel
kickbacks from contracts awarded, to government officials, their family members
or business associates.
We will not seek or expect preferential treatment on bids based on our
participation in political campaigns.
Public Life and Political Campaigns
• We encourage all employees to participate in community life, public service and
the political process;
• We encourage all employees to recruit, support and elect ethical and qualified
public officials and engage them in dialogue and debate about business and
community issues;
Our contributions to political parties, committees or individuals will only be made
in accordance with applicable law and will comply with all requirements for public
disclosure. All contributions made on behalf of the business must be reported to
senior company management;
• We will not contribute to the campaign& of persons who are convicted felons or
those who do not sign the Fair Campaign Practices Ordinance.
We will not knowingly disseminate false campaign information or support those
who do.
(A;;,.,--/,-,./;011,_4,, 4m le e4
Company Name Corporate Officer
/e/D7haig
WV e wi ll c o n d u ct b u si n e s s wi th government agencies and employees in a manner
which avoids even the appearance of impropriety. Efforts to curry political
favoritism are unacceptable;
• Our bids will be competitive, appropriate to the bid documents and arrived at
independently;
• Any challenges to contracts awarded will have a substantive basis and not be
pursuod merely because we are the unsuccessful bidder;
We will, to the best of our ability, perform government contracts awarded at the
price and under the terms provided for in the contract. WVe will not submit inflated
invoices for goods provided or services performed under such contracts, and
claims wi ll be made only for work actually performed. We wi ll abide by all
contracting and subcontracting regulations.
We will not, dire ctly or indi rectly, offer to giv e a bribe or oth erwi se ch ann el
kickbacks from contracts awarded, to government officials, their family members
or business associates.
We will not seek or expect preferential treatment on bids based on our
participation In political campaigns.
Public Life and Political Campaigns
• W e encourage all employees to participate in community life, public service and
the political process;
We encourage all employees to recrui t, support and elect ethical and qualified
public officials and engage them in dialogue and debate about business and
community issues;
• Our contributions to political parties, committees or individuals will only be made
in accordance with applicable law and will comply with all requirements for public
disclosure. All contributions made on behalf of the business must be reported to
senior company management; ·
We will not contribute to the campaigns of persons who are convicted felons or
those who do not sign tho Fair Campalgn Practices Ordinance.
We will not knowingly disseminate false campaign information or support those
who do.
o d ,l 95
Corporate Officer
d/4/eia 6
VOI110111011.11.0.1..... .1110•11•10••••••••
00 API? -6' NI 3' 1 9 CITY OF MIAMI BEACH
OFFICE OF THE MAYOR & COMMISSION.
MEMORANDUM
TO: LAWERENCE LEVY
CITY MANAGER
FROM: JOSE SMITH
COMMISSIONER
DATE: APRIL 4, 2000
RE: RESOLUTION REQUIRING THAT CONTRACTORS ADOPT A CODE
OF BUSINESS ETHICS BEFORE ENTERING INTO A CONTRACT
' WITH THE CITY OF MIAMI BEACII
Please place the attached resolution on the agenda at the next meeting of the Mayor and City
Commission on April 12, 2000.
JS/jm
Agenda item
Date —
j tD
00_AP? -5 PI 3 19
CITY OF MIAMI BEACH
OFFICE OF THE MAYOR & COMMISSION .
M E M O RA N D U M ".:
l
T O :
FR O M :
DATE:
RE:
LAWERENCE L EVY
CITY MANAGER
10 SE SM I T Qf
COMMISSIONER (]°'
A PRI L 4, 2000
RESOLUTION REQUIRING THAT CONTRACTORS ADOPT A CODE
OF BUSINESS ETHICS BEFORE ENTERING INTO A CONTRACT
· WITH THE CITY OF MIAMI BEACH
Please place the attached resolution on the agenda at the next meeting of the Mayor and City
Comm ission on A pril 12, 2000.
JS/jm
Agend a em(1
we 4-12:00
References & Past Performance:
Firm Name Contact
Name & Title
Address Telephone Email Scope of Service
Miami Dade County,
Traffic Signals and
Signs Division
Julio Navarro,
Street Lighting
Supervisor
7100 NW 36 St
Miami, FL 33166
305-776-0532 Julio.Navarro@miamidade.gov Street Lighting
Maintenance.
RPQ No. 20160044
FDOT District 4 Timothy Butler,
Project Manager
5548 NW 9 Ave Fort
Lauderdale, FL
33309
954-958-7646 Timothy.Butler@dot.state.fl.us Roadway lighting
installation and
maintenance
FDOT contract No.
T4468
FDOT District 6 Melissa de Zayas,
Project Manager
1000 NW 111 Ave
Miami, FL 33172
305-640-7174 Melissa.DeZayas@dot.state.fl.us Roadway lighting
installation and
maintenance
FDOT contract No.
T6453
Miami Dade County,
Traffic Signals and
Signs Division
Daniel Castilla,
Roadway Lighting
Engineer
7100 NW 36 St
Miami, FL 33166
305-679-0084 Daniel.Castilla@miamidade.gov Street Lighting
Maintenance.
RPQ No. 20160043
Re fe ren ce s & Past Perf orm ance:
Firm Nam e Contact Address Telephone Email Scope of Service
Nam e & Titl e
Miami Dade County, Julio Navarro, 7100 NW 36St 305-776-0532 Julio.Navarro@miamidade.gov Street Lighting
Traffic Signals and Street Lighting Miami, FL 33166 Maintenance.
Signs Division Supervisor RPQ No. 20160044
FDOT District 4 Timothy Butler, 5548 NW 9 Ave Fort 954-958-7646 Timothy.Butler@dot.state.fl .us Roadway lighting
Project Manager Lauderdale, FL installation and
33309 maintenance
FDOT contract No.
T4468
FDOT District 6 Melissa de Zayas, 1000 NW 111 Ave 305-640-717 4 Melissa.DeZayas@dot.state.fl.us Roadway lighting
Project Manager Miami, FL 33172 installation and
maintenance
FOOT contract No.
T6453
Miami Dade County, Daniel Castilla, 71 00 NW 36 St 305-679-0084 Daniel.Castilla@miamidade.gov Street Lighting
Traffic Signals and Roadway Lighting Miami, FL 33166 Maintenance.
Signs Division Engineer RPQ NO. 20160043
MIAMIBEACH Procurement Department
1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139
www.miamibeachfLgov
ADDENDUM NO. 1
INVITATION TO BID NO. 2019-140-ND
INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING (the ITB)
September 26, 2019
This Addendum to the above-referenced ITB is Issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
I. ATTACHMENTS,
Exhibit A: Pre-Bid Sign-in Sheet
II. RESPONSES TO QUESTIONS RECEIVED,
Q1 In Appendix C, Minimum. Requirements and Specifications, Section C3, Specified the light fixture type for every
location. However, not all details and specifications (make and model) are provided in Exhibits 1 through 18. Please
provide part numbers, make and model of the existing light fixtures listed on the table for Group 1, page 28 and 29 (Deco,
Shoe Box, Main St., Med. Base, bollards).
Al: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2
Maintenance, the Contractor is only responsible for replacing the non-decorative General Electric Cobra
heads. The part numbers for these fixtures may be found on page 29 of the ITB.
Q2: Is there a sign-in sheet available from the pre-bid meeting?
A2: Please refer to Exhibit A.
Q3: Is there an estimated budget for this?
A3: There is no established budget.
Q4: CMB parking lots have many feed points and lights that are fed with direct buried cable. This cable is very old and
deteriorated needing to be reconditioned in conduit. Does this maintenance bid Include these re-conductor costs? A
typical reconductor of boring in conduit and pulling cable In CMB costs as much as the monthly maintenance paid to the
contractor in the past contract. There is no way of estimating how many sections will need reconductoring. Can CMB
include a line Item price per foot for these reconductors? If so, will this include restoration as well?
A4: The reconditioning of cables in conduit is part of the Inspection and maintenance services and the
cost will need to be incorporated Into the per light fixture unit cost.
Q5: MB is replacing the Cobra head fixture in many parking lots with LED fixtures. The Cobra head fixture was easy to
repair, and replacement parts were kept in stock keeping costs down, New LED fixtures will be under warranty, will CMB
be giving the Contractor the replacement fixture when needed?
A5: If the fixture is under warranty, the City will supply the fixture.
Q6: Can we get an average # of outages over the last 6 months?
A6: In the last six months there have been an average of 43 outages.
RFQ No. 2019-140-ND
Addendum #1
9/26/2019
MIAMI BEACH Procurement Department
17 55 Meridian Ave, 3 Floor, Miami Beach, Florida 33139
ww w.m iam ibeachfl.gov
ADDENDUM NO. 1
INVITATIO N TO BID NO. 2019-140-ND
INSPECTIO N AND MAINTENANCE O F PARKING LOT LIG HTING (the 1TB)
September 26, 2019
This Addendum to the above-referenced 1TB Is Issued in response to questions from pro spective 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 un derline d).
I. ATTACHMENTS.
-------- -- -- ----- ----·------------ ---------------
Exhibit A: Pre-Bid Sign-in Sheet
II. RESPON SES TO QUESTIONS RECEIVED.
Q 1: In Ap pen di x C, Minim um R equirem en ts an d Sp ecification s, Section C3. Sp ecified the light fixt ure typ e 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 m odel of the existing light fixtures listed on the table for Gro up 1, page 28 and 29 (Deco,
Shoe Box, Main St., M ed. Base, bollards).
A1: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications, 1.2
Maintenance, the Contractor is only responsible for replacing the non-decorative General Electric Cobra
heads. The part numbers for these fixtures may be found on page 29 of the 1TB.
02: Is there a sign-in she et 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: CM B parking lots have m any feed points and lights that are fed with direct buried cable. This cable is very old and
deteriorated needing to be reconditioned in conduit. Does this 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 CMS
include a line Item price per foot for these reconductors? If so, will this include restoration as well?
A4: Th e reconditioning of cables In conduit is part of the Inspection and m aintenance serv ices and the
cost will need to be Incorporated Into the per light fixture unit cost.
Q5: MB is replacing the Cobra head fixtur e in man y parking lots with LED fixtures. Th e Cobra head fixt ure 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
I
j
l
l
j ·--i
»
,j
j
l
! I
j
I
l i
I I
l
I
j
! ¡
!
i
1
Sin
Alex
P 6ment 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?
A7: Pursuant to Appendix C, Minimum Requirements and Specifications, Section C3. Specifications,
1.2.1 Maintenance Plan for Current Conditions, the awarded bidder will inspect the current condition of
City owned surface parking lots and provide a report with its findings and recommendations.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov
Contact; Telephone: Email:
-305--673:7000-ext-26263----- - - -Natalia-Delgada-- natallacW acLnibeachfl: ov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that
have elected not to submit a response to the ITB are requested to complete and return the "No-Bid" questionnaire with the
reason(s) for not submitting a proposal.
RFQ No. 2019-140-ND
Addendum #1
9/26/2019
MIAMI BEACH Procurement Department
1755 Meridian Ave, 34 Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
Q 7: C an w e assum e since these parking lots have been under contract, that poles are gro unded 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.
A ny questions regarding this Addendum should be subm itted in writing to the Procurem ent M anagem ent Departm ent to the
attention of the individual nam ed below , w ith a copy to the City C lerk 's O ffice at Rafa elG ran ado@m i am i be achfl.g ov
Contact: Telephone: E m ail:
-'N at alia D el ua do 3 05-673-7 000 e xt . 26263 'natal ia del 4a do
' I ov---- ---- ;
Proposers are rem inded to acknow ledge receipt of this addendum as part of your ITS subm ission. Potential proposers that
have elected not to subm it a response to the 1TB are requested to com plete and return the "N o-B id" questionnaire w ith the
reason(s) fo r not subm itting a proposal.
(b
m ent D irector
RFQ NO. 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
M IA MI BE A CH Procurement Department
1755 Meridian Ave, 34 Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
-------------
EXHIBIT A
Pre-Bid Sign-in Sheet
RFQ N 0 . 2019-140-ND
Addendum #1
9/26/2019
(10 "3€S--401
c(O OS
301-103 -?Li
62AQQ 2bascfrial.n4-60,0, 3013034 cisro
MIAMIBEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: September 12, 2019
TITLE: ITB-2019-140-ND INSPECTION AND MAINTENANCE OF PARKING LOT
LIGHTING
Natalia Delgado
416k
1/42-6kM(but3 • L
\Max- kiV1T5c".N.
'&4'1 -dAglic-r:
A.{16,aez
Procurement - CMB
nataliadelgado@miamibeachfl.gov
(22..oct-074 C. CA's 0
305-673-7000
Ext. 26263
?
CA"--)50-Cc) Caz-.717-t (..4. C. Cek.o•trtixce-al-
1IA MI BEACH
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
Procurement - CMB 305-673-7000 ---------------i nataliadelgado@miamíbeachfl.gov Ext. 26263
1
4- V- Conso- \OA cr-1_
VA et\ C.Aoi Ve,
MIAMMEACH
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
MI AM I BEA CH
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
,' " ;
2
Ron DeSantis, Governor
Halsey Beshears, Secretary dba
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ELECTRICAL CONTRACTORS LICENSING BOARD
THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE
PROVISIONS OF CHAPTER 48- LORIDA STATUTES
ORTIZ, HUMBERTO CARLOS
,AW
.s.-:-_---„,-,.....r.
AUM CONSTRUCTION INC:7-11111117 7
278 ATLANTIC AVENUE ;1/4,"' i
r.,, 1, SUNNY ISLES FL 33160 r l'
t,
.tiff -
LICENSE NUMBER: EC1300479 2
EXPIRATION DATE: AUGUST 31, 2020
Always verify licenses online at MyFloridaLicense.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.
5.
I1
• 5
~ ;•-
# tjl
w
st 2
OU
Ron DeSantis, Governor
ST A T E O F FLO R IDA
D E P A R T M E N T O F B U S IN E S S A N D P R O FESSIO N A L REGU LA TIO N
EEcTRIcAL CO7RAG"OSHFNSING BOARD
THE ELECTRICAL G , ~~ t.mWVi:r ~ - :r:i~~FIED UNDER THE
PROVISlr .JP~~-"-"'. -=.:~~,iJ_-~TUTES
¡.,,· - :::: - - ~- ~ ~- ká -1. i + ¡
Il - ~
1 = ±4 i rii"ha " hr {
I 9±±St±$±l A.A #Al ? • <a_.e ...i R »rESRTO CARI.OS
I ¡..-.,..__.~•• - ~ ~,=-;n
- 2 ~ -~ =-- .J-; ~ t-' ..,- 3 <cci + 2p%,gp2pg,221É. -si8 TANTIC AVENUE ":,$ ¿,7,,„Z S , „ g "g%%%% hg#e? se ,El «gag 6, ---- . ~f
h ars, Secretary d ~~r Halsey Bes lE
IDEI. I -lóU U /92
EX P IRA T IO N DA T E: A U G U ST 31, 2020
Always verify licenses online at MyFloridalicense.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.
cr o6l
ATTACHMENT D
INSURANCE REQUIREMENTS
A TT A C H M E N T D
IN S U R A N C E R E Q U IR E M E N T S
APPENDIX F
NAIA,M1 BEACH
Insurance Requirements
ITB 2019-140-ND
Inspection and Maintenance of
Parking Lot Lighting
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2019-140-ND 56
A PPEN DI X F
MIAM CH I
Insurance Requirements
1TB 2019-140-ND
Inspection and Maintenance of
Parking Lot Lighting
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1TB 2019-140-ND 56
MIAMI BEACH
INSURANCE REQUIREMENTS
The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of
the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to
maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of
payments or termination of the contract.
A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute
440, and Employer Liability Insurance for bodily injury or disease.
B. Commercial General Liability Insurance on an occurrence basis, including products and completed
operations, property damage, bodily injury and personal & advertising injury with limits no less than
$1,000,000 per occurrence, and $2,000,000 general aggregate.
C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then
coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per
accident for bodily injury and property damage.
Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to
all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations
performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work
or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's
insurance.
Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled,
except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services.
Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of
subrogation on the coverages required. However, this provision applies regardless of whether the City has received
a waiver of subrogation endorsement from the insurer.
Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher.
If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers
may also be considered if they are licensed and authorized to do insurance business in the State of Florida.
Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements,
or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and
endorsements are to be received and approved by the City before work commences. However, failure to obtain the
required documents prior to the work beginning shall not waive the Contractor's obligation to provide them, The City
reserves the right to require complete, certified copies of all required insurance policies, including endorsements,
required by these specifications, at any time.
FTB 2019-140-ND 57
MIA MI BEACH
IN SU RA N C E REQ UIREM ENTS
T he vendor shall m aintain the below required insurance in effect prior to awarding the contract and fo r the duration of
the contract. The m aintenance of pro per insurance coverage is a m aterial element of the contract and failure to
m aintain or renew coverage m ay be treated as a m aterial breach of the contract, which could result in withholding of
paym ents or term ination of the contract.
A. W orker's C om pensation Insurance for all em ployees of the vendor as required by Florida Statute
440, and Em ployer Liability Insura nce for bodily injury or disease.
B. C om m ercial G eneral Li ability Insurance on an occurrence basis, including products and com pleted
operations, propert y dam age, bodily injury and personal & advertising injury with lim its no less than
$1,000,000 per occurrence, and $2,000,000 general aggregate.
C . Autom obile Liability Insurance covering any autom obile, if vendor has no owned autom obiles, then
coverage for hired and non-ow ned autom obiles, w ith lim it no less than $1,000,000 com bined per
accident fo r bodily injury and pro perty dam age.
A ddition al Insur e d - Ci ty of M iam i Beach m ust be incl uded by endorsem ent as an additional insured with respect to
all liability polici es (except Pro fessional Liability and W orkers' Com pensation) arising out of work or operations
perform ed on behalf of the contractor incl uding m aterials, parts, or equipm ent furn ished in connection with such work
or operations and autom obiles ow ned, leased, hired or borro wed in the fo rm of an endorsement to the contra ctor's
insurance.
N otice of C ancel lation - Each insurance policy re quired above shall pro vide that coverage shall not be cancelled,
except w ith notice to the C ity of M iam i Beach c/o EX IG IS Insurance Com pliance Serv ices.
W aiver of Subr o gation - Vendor agrees to obtain any endorsem ent that may be necessary to affect the waiver of
subro gation on the coverages required. H ow ever, this pro vision applies regardless of whether the City has received
a w aiver of subro gation endorsem ent from the insurer.
A cceptab ili ty of Insurers - In suran ce must be placed w ith insurers with a current A.M . Best rating of A:V II or higher.
If not rated, exceptions m ay be m ade fo r mem bers of the Florida Insura nce Funds (i.e. FW CIGA, FAJUA). Carriers
m ay also be considered if they are licensed and authorized to do insurance business in the State of Florida.
V erifi catio n of C overa ge - C ontra ct or shall furn ish the City with original certificates and am endatory endorsements,
or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and
endorsem ents are to be received and approved by the City befo re work com m ences. However, fa ilure to obtain the
required docum ents prior to the w ork beginning shall not w aive the Contractor's obligation to pro vide them. The City
reserv es the right to require com plete, certified copies of all required insurance policies, including endor sements,
required by these specifications, at any tim e.
1TB 2019-140-ND 57
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
do EXIGIS Insurance Compliance Services
P.O. Box 4668 — ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at:
Certificates-miamibeachriskworks.com
Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements,
including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this
section or under any other section of this agreement.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
ITB 2019-140-ND
58
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 -ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at:
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