Loading...
19-156-01 MWI CorporationCONTRACT NO. 19-156-01 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: lazaropnnwipunnps.conn March 4, 2020 Lazaro Perez MWI Corporation 33 Northwest 2 Street Deerfield Beach, FL 33441 Phone: 954-427-2206 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS. Dear Mr. Perez, On September 24, 2019, MWI Corporation submitted to the City of Miami Beach, Florida (the "City") a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its February 12, 2020 meeting, approved the City Manager's recommendation, pursuant to the ITB to award a contract to MWI Corporation., (the "Contractor") for The Rental of Pumps and Related Items. No services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelezmiamibeachfl.qov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Rodolfo De La Torre, Infrastructure Division Director, Public Works Department, at rodolfodelatorremiamibeachfl.qov or (305) 673-7000 ext. 26243. Sincerely, Al5xtenis Director Procurement Department AD/ME/AG We ale committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. CO NT RA CT NO . 19-156-01 MIAMI BEACH City of Miami Beach, 755 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax. 786-394-4235 SENT VIA E-MAIL TO: lazarop @m wi pum ps.com M arch 4, 2020 Lazaro Perez MWI C orporation 33 Northwest 2 Street Deerfield Beach, FL 33441 Phone: 954-427-2206 R E : N O T IC E O F A W A R D O F C O N T RA C T PU R S U A N T TO IN V ITA T IO N TO B ID (1TB) NO . 2019-156-D F FOR TH E R E N T A L O F P U M P S A N D R E LA TE D IT EM S . Dear M r. Perez, O n Septem ber 24, 2019, MW I Corporation subm itted to the City of Miami Beach, Florida (the "C ity") a bid in response to the above-referenced 1TB. The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Bindi n g Contract, that the approval of the City Manager's recom m endation by the Mayor and City Com m ission shall constitute a binding Contract between the City and the aw arded bidder. Accordingly, this letter shall serv e as official notice from the City that the Mayor and Commission, at its February 12, 2020 meeting, appro ved the City Manager's recommendation, pursuant to the 1TB to aw ard a contract to MW I Corporation., (the "Contractor'') for The Rental of Pumps and R elated Item s. No services may be perform ed until such time as the City has issued a Purchase O rder. If you have any questions regarding this letter of notification of award, you may contact Valerie V elez, C ontract A nalyst, Pro curem ent Departm ent, at ValerieVelez@ miamibeachfl.gov or at 305.673. 7 490. Ot herw ise, all other questions should be addressed to the Contract Manager for this contract, R odolfo De La Torre; Infrastructure Division Director, Public W orks Department, at ro dolfo delatorre@ m iam ibeachfl.gov _ or (305) 673-7000 ext. 26243. snare». • Jjx' enis -: Di rector Pro cure m ent Depar tm en t AD/M E/AG We are com mitted to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM A TT A C H M E N T A R E S O L U T IO N C O M M IS S IO N IT E M S A N D C O M M IS S IO N M E M O R A N D U M Coversheet Page 1 of 2 Competitive Bid Reports - C2 E MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2020 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2019-156- DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida ("City") approve the City Manager's recommendation pertaining to bids received, pursuant to ITB 2019-156-DF, for the rental of pumps and related items. BACKGROUND/HISTORY The City has utilized competitively awarded contracts from cooperative alliances or public entities, that have themselves utilized a public procurement process, to procure the rental of pumps and related items for approximately two (2) years. The purpose of this bid is to establish a contract, by means of sealed bids with a qualified firm(s) to provide the rental, delivery and pick up of pumps and related items on an "as-needed" basis. It is the City's intent to award this contract as a push button contract. Push button contracts provide the means of quickly responding to critical needs via a competitively solicited indefinite quantity contract. When items are needed, the requesting department will select the awarded vendor that has the best pricing and availability for the sum of the items needed for the particular need identified, on a case by case basis. ANALYSIS The ITB was issued on August 23, 2019, with bid opening date of September 26, 2019. The Procurement Department issued bid notices to 7,767 companies utilizing www.publicpurchase.com and www.bidsync.com website. 67 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of five (5) responses from: Here Rentals, Inc. ("Here Rentals"), MWI Corporation ("MWI"), Bobcat of Miami, LLC d/b/a Synergy Equipment ("Synergy Equipment"), United Rentals (North America), Inc. ("United Rentals") and Xylem Dewatering Solutions, Inc ("Xylem Dewatering Solutions"). See Attachment A for a tabulation of bids received. The ITB stated that the responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award. Here Rentals failed to provide bid pricing in accordance with the requirements and specifications of the ITB, therefore their bid submittal was deemed non-responsive and received no further consideration. Additionally, United Rentals included exceptions with their bid which were unacceptable to the City, therefore on January 14, 2020 United Rentals withdrew their bid from further consideration. Staff has verified that the remaining bids submitted by MWI, Synergy Equipment, and Xylem Dewatering Solutions met the requirements of the ITB and can be considered. The remaining three (3) bid submittals have been deemed responsive to the ITB requirements. A brief description of each proposer follows: MWI MWI was originally founded as a company engaged in the manufacture of iron and steel equipment, MWI realized the need for a reliable manufacturer of pumping stations for irrigation, drainage, and flood control applications. MWI continues to be a leader in the global engineering and manufacturing of custom-designed axial and mixed flow pumps and related systems, with over 20,000 propeller pumps built to date. SYNERGY EQUIPMENT Synergy Equipment was established in 2012 and has since established themselves in the compact and heavy equipment industry with an emphasis on building symbiotic relationships between rental and dealer. Synergy Equipment provides multiple lines of equipment manufacturers to cater the needs of a wide variety of customers from a large commercial construction to local contractors. XYLEM DEWATERING SOLUTIONS Xylem Dewatering Solutions is a leading water technology company committed to "solving water" by creating innovating and smart technology solutions to meet the world's water, wastewater, and energy needs. FINANCIAL INFORMATION The costs of the related services are subject to funds availability approved through the City's budgeting process. Grant funding will not be utilized for these projects. https://tniamibeach.novusagenda.comiagendapublie/CoverSheet.aspx?ItemID=1.487684Me... 2/18/2020 Cover she et Page 1 of2 Competitive Bid Reports - C2 E MIAMI BEACH COMMISSION MEMORANDUM TO: FROM: DATE: Honorable Mayor and Members of the City Commission Jimmy L. Morales, City Manager February 12, 2020 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO. 2019-156- DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida ("City") approve the City Manager's recommendation pertaining to bids received, pursuant to 1TB 2019-156-DF, for the rental of pumps and related items. BACKGROUND/HISTORY The City has utilized competitively awarded contracts from cooperative alliances or public entities, that have themselves utilized a public procurement process, to procure the rental of pumps and related items for approximately two (2) years. The purpose of this bid is to establish a contract, by means of sealed bids with a qualified firm(s) to provide the rental, delivery and pick up of pumps and related item s on an "as-needed" basis. It is the City's intent to award this contract as a push button contract. Push button contracts provide the means of quickly responding to critical needs via a competitively solicited indefinite quantity contract. When items are needed, the requesting department will select the awarded vendor that has the best pricing and availability for the sum of the items needed for the particular need identified, on a case by case basis. ANALYSIS The ITB was issued on August 23, 2019, with bid opening date of Septem ber 26, 2019. The Procurem ent Departm ent issued bid notices to 7,767 companies utilizing www.publicpurchase .com and www.bidsync.com website. 67 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of five (5) responses from: Herc Rentals, Inc. ("Herc Rentals"), MWI Corporation ("MWT"), Bobcat of Miami, LLC d/bla Synergy Equipm ent ("Synergy Equipment"), United Rentals (North Amer ica), Inc. ("United Rentals") and Xylem Dewatering Solutions, Inc ("Xylem Dewatering Solutions"). See Attachment A for a tabulation of bids received. The 1TB stated that the responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the 1TB will be recommended for award. Herc Rentals failed to provide bid pricing in accordance with the requirements and specifications of the ITB, therefore their bid submittal was deemed non-responsive and received no further consideration. Additionally, United Rentals included exceptions with their bid which were unacceptable to the City, therefore on January 14, 2020 United Rentals withdrew their bid from further consideration. Staff has verified that the remaining bids submitted by MWI, Synergy Equipment, and Xylem Dewatering Solutions met the requirements of the 1TB and can be considered. The remaining three (3) bid submittals have been deemed responsive to the 1TB requirements. A brief description of each proposer follows: MWI MWI was originally founded as a company engaged in the manufacture of iron and steel equipment, MWI realized the need for a reliable manufacturer of pumping stations for irrigation, drainage, and flood control applications. MWI continues to be a leader in the global engineering and manufacturing of custom-designed axial and mixed flow pumps and related system s, with over 20,000 propeller pumps built to date. SYNERGY EQUIPMENT Synergy Equipment was established in 2012 and has since established themselves in the compact and heavy equipm ent industry with an emphasis on building symbiotic relationships between rental and dealer. Synergy Equipment provides multiple lines of equipment manufacturers to cater the needs of a wide variety of customers from a large commercial construction to local contractors. XYLE M DEWATERING SOL UTION S Xylem Dewatering Solutions is a leading water technology company committed to "solving water" by creating innovating and smart technology solutions to meet the world's water, wastewater, and energy needs. FINANCIAL INFORMATION The costs of the related services are subject to funds availability approved through the City's budgeting process. Grant funding will not be utilized for these projects. https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item1D 14876&Me... 2/18/2020 Coversheet Page 2 of 2 CONCLUSION As previously stated, award of the ITB will establish a pool of prequalified firms that have submitted fixed unit pricing for a wide range of items or services that may be required for future work. While the actual lowest bidder may vary by item, when a specific project is required, staff will utilize the total of the unit prices submitted by each bidder for the required work to identify the overall lowest total cost for the project. These types of contracts, known as push button contracts, are common in the industry and used extensively by agencies such as the Florida Department of Transportation. They are innovative ways to expedite work while assuring the City is benefiting from pricing established through competitive solicitations. Therefore, after reviewing the bids received and the evaluation of staff, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract, pursuant ITB 2019-156-DF, to MWI Corporation, Bobcat of Miami, LLC d/b/a Synergy Equipment, and Xylem Dewatering Solutions, Inc, as responsive, responsible bidders to the ITB; and further authorize the Mayor and City Clerk to execute the contracts. Applicable Area Not Applicable Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? No No Legislative Tracking Public Works/Procurement ATTACHMENTS: Description 0 Attqqb.r.nent... https://miamibeachmovusagenda.com/agendapublic/CoverSbeet.aspx?Item1D-14876&Me... 2/18/2020 C o v e rs h e e t P a g e 2 o f 2 CONCLUSION As previously stated, award of the ITB will establish a pool of prequalified firms that have submitted fixed unit pricing for a wide range of items or services that may be required for future work. While the actual lowest bidder may vary by item, when a specific project is required, staff will utilize the total of the unit prices submitted by each bidder for the required work to identify the overall lowest total cost for the project. These types of contracts, known as push button contracts, are common in the industry and used extensively by agencies such as the Florida Department of Transportation. They are innovative ways to expedite work while assuring the City is benefiting from pricing established through competitive solicitations. Therefore, after reviewing the bids received and the evaluation of staff, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract, pursuant 1TB 2019-156-DF, to MWI Corporation, Bobcat of Miami, LLC d/b/a Synergy Equipment, and Xylem Dewatering Solutions, Inc, as responsive, responsible bidders to the ITB; and further authorize the Mayor and City Clerk to execute the contracts. Applicable Area Not Applicable ls this a Resident Right to Know item? No Does this item utilize G.O. Bond Funds? No Legislative Tracking Public Works/Procurement ATTACHMENTS: Description n Attachment A https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item[D=14876&Me... 2/18/2020 Attachment A Tabulation Group 1-pump Rental 194,,.., ,.. „e„,„„9,.0 , -,-,,,,,,,,a..1:-.--,-, 4" ..I -,. 50 010 0-1178497 5 379.00 MW l Corporation WeuRlY02te moneRlY Hate ' $ 761.00 j S 3074.00 Hourly Rah. 5091D -Synergy SOil t 5 .,,166,03 Equipment Weekly RateMonthly $ 551.00'5 Race.` I''''' 4,700.00 iloorly•Ratef•13,7 OaIly,Rate „ 5 206.00 Xylem Dewatering Weekly Rate; 4;4'1: Monthly Rate $ 46880 1 140400 S 55.00 2 I.4" 416 head 00 310 S 314.00 S 855.00 1 S 2,333.00 00 BED +...208.00 5 695.00 S 2,130.00 $ 467 4-0 447 09 S 13341.00 ; 0' 4,023.00 3 1°' 03 310 5 082.00 5 1A23.00 5 2.708.20 N0519 $ 233.00 759 CA $ 7,300.09 $ 208.3S 5 258/5 5 226.25 I 0 0,333.75 .1" H1 8h Mead 000117 $ 405.00 5 1,293.00 0 2,981.00 50 513 5 297.00 0 990.00 5 3,000.00 S 529.75 6 523.75 5 1,739/5 ; S 5.217/5 5 g' 00 313 5 492.00 5 1,31502 3,58500 00 549 367.00 -5 801.00 $ 2.700,09 5 347,29 5 347.20 5 1,04125 I 5 0.125.25 6 8" High ,e00 N0310 2 1,210.00 S 3,144.03 2 8,200.00 40310 347,00 5 ,_ 1,155.03 $ 3,300.00 2 773.00 5 778.53 2,335.50 ' $ 7,406.50 7 110" NO BID 0 993 00 $ /59.3.00 S 6,757.00 ' 90 SID 5 , 996.00 5 1.320.00 5 4,000,00 0 437.25 S 417.25 S 1,311.75 S 5,935.25 10" H,gi Head 90 gID 90 IIIC 00 319 NO WO 90 BID $ 42640 0 1419,03 S 4,300.00 3 77 550 $ 778 50 $ 2,335.50 ' 5 7,025.50 3 12" 90 010 5 5,058.170 2,027.00 S 7,314.00 1 140,540 5 495.00 $ , 1.65000 5 5,000.00 $ 519.03 $ 513 00 1 1,539.00 1 > 4,917 00 10 12" 0ten Head 00 310 5 1,479.00 5 3,85s.co 1 $ 10.263.00 00 SID S 543.20 5 1,81500 S 5,500.03 I 5 945.00 5 945.00 5 3535.00 I 5 850500 it eims.2.12661Litriii Group 2- Rental of Related Items qp,,,,,pt 5,,,...,,f . , '. ' ' 55.)‘.' i. ,:•. aS 13.5ethon 0., 9 NO BID 0311y Rare $ 12 00 . 1 S 5, . 29.00 7,1onthly Pate , 0 7520 .ms Houely Rate . NO 50 Daily e .•,-, 3, W ate, S 3000 Montht $ HO 9000 11,..047. ' 420 Daily Rate - S 2.20 VVeelety Rate ,, :,-.,,Monthly13010 ,5, ' ' ' ': '''' 5 6 6450 12 6 22'511114n 00 913 5 23 03 5 5830 S 15000 90 50 . 155.20 3 5 45.00 375 - 63 5 2.63 0 5 I 113.40 6" 10' S01f'on NO HID 5 1542$ 35DO S 10300 120 BID 13.3 5 3000 S 9000 $ _140 $ 11.60 5 34.20 IS 152,60 5"20'50,4.4^ NC 310 S 32 00 S 77.00 5 0000 900:0 $ 57.20 5 >300 160.00 40 5 5742 S 52.29:5 50 4 0' 5e=nen 00 81 $ 20.02 3 49.30 5 125,00 93 50 -0 5 saco 5 120.00 5 19,90 5 13.32 0 59 1 S 17410 16 23 SeoIon 90 813 3 37 07 0 96 00 5 250.00 120 SID 22.03 0 66.00 S 200.00 5 31.20 5 31.70 5 93.60 1 200.80 17 10' 00 Section 10 910 5 33,03 5 27.00 5 200,00 120 11,9 0 26.30 5 5000 .5 150 $' .00 5 24.00 > 72.00S 15.00 18 10" 2u Section 90 310 S 60 00 S 154,.00 2 400.00 120 530 3 37.00 5 03.00 5 250.00 5 46.90 S 42120 ',5 12" 12' Section 0 310 S 40 00 5 136.00 3 275.00 NO 51D, 3 2.03 5 35.00 $ 20000 5 11 53 5 7 031.580S S 145.45 3 9540 > 20570 22 Grout' 2.13 .. Suction 2' 23 Section Procession Screen (Strainer} • ••.,,,,s,...,,, • - 110 SID Nom 5 5 3103 0.0e 5 5 211.00 12.20 S 5 ..,. • 550.00 25.00 30 80 N0619 5 33.43 $.4,035 5 9900 12.00 5 300.00. 36.30 5 0 5. 5.02 4.20 '1 2 54.00 4.20'5 5_52.00 5 1240 > 486.00 37.80 9 22 3 NO SID $ 7.003 19.50150 30.00 90 1:7 5 5.00 0 17.060 50.06 4,004,030 8.. 14 43.20 23 008117 5 1000 5 00 S 4040 8 8, 4 0 4 0 2 7.29 5 20.00 5 60.00 $ 43 5 5.05 5 1520'5 40.30 20 52" +30815 5 03.00 5 35.00 0 9000 60 5:0 S 5 25.00 $ 75,02 $ 7534 $ 0,90 S 2343 7320 25 32" 93 910 S 03 00 5 4900 0 325,0 120 20.CD $ 9600 3 40 $ 840 0 33.311 > 7554 .Groun 2C -,lee Float SecCon End, ' , '•• :::A. -,.i.4,- 26 90 910 00 613 50 BID 120 013 60 6.0 S 8.02 5 25.00 0 +5 .00 0 4.3"0 S 6.20 > 12.60 5 3750 27 6" 0001D 93 313 53510 NO SID 60 ID 11.20 5 33.00 5 200320 S 450 0 4.00 $ 1440 5 43 70 78 0 31D NC 317 NO 61D 0 010 90 6 34..4.2 5 41.00 5 125.47 $ 5.40 5 5.4 $ 36 .20 0 95.53 70 10 0 817 00 810 0 0 - 0 D 16.44 3 .3.00 $ 5..00 , 0 , 5 33.43 , 7,0 7 .2 , 0 0 110 0 9C 033 0 : 0 0 3 015 00 80 0 C 0 7500 5 175 .00 5 4 $ 4 25.20 $ ..../ G.0.6i204.iviropirtene Disoarge Nose (110 et, 300 0,-,1;,-.....,„. .. . - .. ...~2t6`f. .CC,.? 'C.'S, 3 0' 5e1'004 9 0 512 50 al, 40 510 SC 533 120 6.0 $ 4 03 5 13.00 0 -..4000 .00 5 15 06 5 2230 45.0j 32 4 0' Sect'on NO 31D 12C 310 NO 637 143 360 120 BID 0 7.CO 5 20.00 5 69.43 $ 32.00 S 30.01 5 5002 5 90.70 33 6 0 00123,n NO 03) NO 2 1J NO 537 NO 5 19 120 610 5.00 0 17.00 0 50.00 5 18.39 S 18 30 S 27.50 5 55 DO 34 6 20'5e .on 00 330 NO 033 k0 510 NO 313 h0 610 S 3.00 $ 26.4A > 80.23 > 36.66 5 35.66 5 55.07 > 110,0 35 8" 13 Sean*, NO BID 120 313 50 0317 120 ale NO 512 0 7.000 20.00 0 60.00 5 91.665 21,06 0 32.53 2 65.22 36 0" 20'5 1041 120 910 NC 810 ti09113 NC 330 10 6ID 5 13..53 $ 33.00 S 6000 5 43.33 5 43.33 5 65.02 S 65.20 37 10 0 Sect on 50 6I0 00 8<3 NC 3,0 120 830 120 0 5 8.00 5 23.00 5 7030 S 25.30 S 2500 5 21.065 75.30 38 1 22 Section 0 ID 03313 120640 NO 310 NO 6:0 S 00 S 40.00 124.27 5 50.90 5 55.40 $ 7500 0 53.00 9 2" 10' Section 50 310 120 510 00 BID 120 3,0 90 52 3 1100 •5. 33.00 5 143.00 28_33 20.33 5 42 50 85.03 4 17' 20' SectIon NO NO 90 510 30 310 0C310 90 IUD S 17.00 5 53.00 2 16700 S 56.50 > 56,30 5 3503 0 120.00 Cm 20 - iayYlarl3os 41 8' 5.0' Secticr. NO 8,0 $ 2500 $ 59_00 S 15009 90 6.0 5 10.",0 -r1-‹ S 4400 _ >3420 5 12.60 5 1240 $ 37.30 5 103.40 42 4 100' Section 140 210 $ 99.00 3 9930 5 250170 NO BID 0 29.00 $ 9.00 $ 270,0 $ 27.60 5 26.60 5 73.80$ 221,40 3 SO' 501144*,NO 813 5 30.00 S 89 00 > 325.00 90 519 OD S 5502 $ 160,20 ' 20.40 5 20.40 $ 8129 5 143.50 44 6" 100' Section 00 BID 5 60.30 S 145.00 5 375.25 40 660 5 33.70 0 175.00 $ 020 -0 S 3900 > 39.C4 $ 117CA 5 330.33 4 0 3050104 '40 5.0 5 45 00 5 100.00 $ 275,00 NO 510 5 22.50 5 66.00 $ 403 90 0 49.80 .. $ $ 648.20 3 100' Sectror 1203'3 5 72.00 45000 50040 S 44.30 $ 112.00 5 400.123 5 3230 5 53.00 5 83774 Attachment A Tabulation Group 1-Pump Rental MWI Corporation Synergy Equipment a NO t 275.00 761.00 i$ 2,074.00 NO tD [;"Hg:rea¢ i6s.20l$ 561.00 Xylem Dewatering #- ts +ghead No 3I • . ±,700.00[$ 156.00 314.0015 856.00!$ 1$6.00 }$ 468 00 }$ 2.333.00 NO 3ID 208.0015 693.00 1,404.00 32.22[_$ 405.0% 2,100.00]$ 447.co o32 NO 31D 44700¡$ 1,023.00 1,093.00 3is5cs 2,981.00 NO 3t 223.00 $ 297.00 $ 1.351.00]s 4,223.00 T NO 31 75$.00 55EE5 2.~00.00: j s 2sa:1s 3,000.00$ 579754$ Z58.2$ Ts#ea& 1a=- No 3r $79.7515 492.00 1,315.02 3,588.00 NO34 72_22_LS 1,239.251$ 2,328.75 55=; z67.02[$ •. 691.00 2,700.00 347.251$ NO 3l2 55 347.251$ 1,210.00 5EGG 3,144.004$ 10417sl3 3,125.25 [i" gh zie2 2,592.c2}$ 8,200.00 755Ge NO 313 os 347.00 55E55 1155.00 EG 212s 4,000.00 773.50 5=ac 772.50 75575E G 8t NO • NO 310 NO}$ 426.00 z22; ,311.75 7,006.50 5555= NO 9/ I1? T;@ ea± 1419.09 4,300.00 77£.50 778 50 3 310 1,064.00 2335.50 ]$ 2,27.cg 7,374.00 1,005.50 NO3r]5 495.00 1,650.00 5,000.00 s12001$ 10 $1300ls NO 3I3 1,479.00 1,539.0013 3,85£.00 4,517 00 10,063.00 No30}$ 545.00 1,315.0 5.500021 945.00 15 345.001 2,335.001$ 8,05.00 N0 83 $ 7700 $ 200.00 17.20 53.00 5 1740 1740 $ 155.50 0 30 $ 4900 $ 125.0¢ NOB.D 1300 $ 40.00 $ 19$0 $ 1ss0 $ 178.20 82 Sec.gr NOS $ 9600 $ 250.00 NOB 2200 $ 6.00 $ 3120 $ 3120 $ 9360i$ 26c.0 10" 1'5etion NV03/ $ 77.00 $ 2000 NOD $ 16.00 5 50.00 $ 24.00 $ 24.00 5 72001$ 215.00 H1O2'et/n NO3i S 15400 $ 400.00 KO.DO $ 270 $ S3.00 $ 46.s0 $ 46.80 $ 140.40 5 42120 12'10'Sec:ion NO8I $ 40.00 106.00 $ 275.00 NOB.D $ 22.00 $ 66.00 $ 31£0 $ 31.80 $ 9540 $ 23620 [:2205etio NOI $ S1.00 $ 211.0 $ 550.00 NOiD+$ 3300 $ 9900 $ 5400 $ 54.00 $ i2col$ 466.00 NO 310 6.o015 12.00 25.00 MO G.O 4.d0 12.00 36.00I5 4.204$ 4.20[$ 12.sols 37.0 22 s° 0 s 7.001$ 15.00 35.00 NO ID 5.c01$ 17.00 50.00 }$ 4.£0 4.80 :4.40!$ 3 .20 23 s" NO IE> 1000 20.00 4000 NO 0 7.0015 20.00 60.co1$ 5.40 5.43 16.201$ 48.6 24 1 NO Sr 15.03 35.00 90.90 NO 8O s.co1$ 25.00 75.004$ 780 7.80 2340}$ 72.20 25 12" 0 3I0 20.00 4$.00 125.0 No:pl$ 3.c0 2.00 85.00 s.40 $.404$ 25.22' 75.50 26 4" KO 310 NG SID 0 3/0 O 3l3 NO H$ 8.c0ls 2s.00[$ 75.00 4.204$ 4.20 12.601$ 37.20 27 $" NO s.D NO 3u N0 310 31 NO 8i0l$ 11.co 33.001$ 100.001$ 480 4.90 14401$ 43 20 28 s" v0 3I0 NO 310 N IO NO ID NO H$ 14.co 41.00l$ 125.00 S40 $.40 16.20 48.50 29 10 N0 St NG 84 O 3.0 3:3 Nol$. 16c04$ s0.o0l$ 1s0.o4$ 7.e0 7.8015 23.42 70.20 30 12 NO 3 N0 u wo sD KC 33 NO8]S •d 19cois se.Go[s ¿zso[$ 8.40 2.4015 25.201$ 75.50 3: 4"10' 5e1i0 NO 3.2 O JI C 3.0 3i o .o}$ 4.001$ 13.00 40.c 15.00 15.00 22.504$ 45.00 32 4"22 5e£:0 NO 3D MO A1 0 3.D N 3I NO [$ 7.0015 20.001s 60.00 30001$ 30.0015 60col$ 90 00 33 3¢ 5"105e:t0 75a5ac o3s NO 340 vG 3r 565= ±052 NO IO o22 NO 3 NO:D $ KO .D ,S 5221£ sols 17.00[_3 26.00 0co[ 80.00 18.30 36.66 1s.301$ 3£.&Ts 2252[£ 55.00 55 00 110 00 35 s"10'Se:to 0 310 N0 313 8O 3/0 vO 3l NO il$ 7.c01$ 20.00 6o.01$ 21.66f$ 21s ] 32.50 65.00 36 8 20'Se:re NO st wc O 3.0 c 3/ vO .{$ 11.00#$ 33.00 160.001$ 43.231s +2.334$ 5.001$ 65 00 37 10" 10 ecci0n O ID NG » si 0 34 NO /0 8.c01 23.004$ 70.304$ 25.00 25.00 2001$ 75.20 38 H13" 22 5e&ion O 3i0 0 3 NO /O O 3.D O: 13.001$ 40.00 ±20.0 50.00 s0.00 75.00 150.00 39 12 LO' Se:in 0 313 +O 313 NO 3/0 NO 3/0 NO s.O 11.001 33.00 100.00 28.33 2£.331$ 42.50 85.20 40 12"2¢5etian NO .9 MG s O 3.0 C 3DO NOD!S 17.0045 53.00 1eo.o1$ $6.601$ $6.60$ 2$5.001$ 170.00 41]4" 50'5e¢<en NO .DO 75.20 59.00 150.00 os:DIS 15.001$ 133.00 12.6015 12.60 37.20 113.40 42] 4 103 5ectien O S/0 39.20 99.00 250 00 NO }$ 29.20/$ 43/ $" 50 5ez±io NO BO 30.00 89 00 225.00 ax[$ 17.00/$ 441 6" 100' $eticn O 3. 60.20 145.00 375.00 _._ wO si}s 325.90]$ 45[s 50 5tir O .O «5004$ 110.00 275.00 NO O 22.001 45.00 '5 89.00 $ 53,00 $ 106.00 aG 220.0 24 6% 24.60 23.$¢ 221.40 160.00 20.40 20.40 61.20 183.50 320.00 39.20 39.0 117.00 331.090 200 00 49.80 49.20 14s 40 443.22 4548 10' 5e«ci NO 3i 72.001$ 172.0015 450.00 N0540 44.0045 132.00}5 400.0 92.90 93.00 279.00 837.30 Attachment A 47 10" 56.' Sect1or NO RiD NO 613 NO 81D a0 Bit) N0 DID 5 27.00 83.00 0 250.00 190 BID NO BID .NO 870 NO BID 98 10" 107 5ectiOn NO 312 NO BID 00 010 00 810 00 DID 5 54.00 $ .165.00 5. 500.00 00 010 NO BID NO BID NO BID 45 12" 50' Section NC 312 $ 8500 1 5 211,00 5 550.00 00 610_._$ 33.00 5 99.00 $ 300.00 5 79.80 S 79 80 239.40 S 710.20 SC Giiiiont 511 or 103' Section loot...Style Had Pip ith LockirreSolin4c1201ii, ,- , NO 810 NO END I $ ?4000 0 12.00 5 5 383.03 73.08 S 5 950.00 75.00 NO 810 00 810 5 65.00 5 4,00 0 0 198.00 13.00 0 0 600.00 4000 0 NO 31$ 5.40 NO DID 5 5.40 ,9081$ 5 16.20 $ N081$ 48.60 4" IC' Section 52 4' 20' S13044 NO E10 5 23.00 5 58.00 0 150.00 MO 810 S , 7.00 5 2005 5 , 60.00 5 6.60 $ 660 $ . 19.80 0 59.40 53 6' 10' Sedton NC 812 5 1005 5 39.00 S 100,00 NO BID 5 5.00 5 17.00 $ 50.00 5 6 02 $ 6.00 5 1800 S . 54.00 54 6' 20' Section NC 030 5 20.00 5 77 03 5 200.00 NO BID 9.00 $ 26.00 $ 80.00 5 13.00 $ 13,00 S 39.00 5 117.00 55 8- 10' SectIon NC 810 $ 20.00 $ 43.00 5 125.00 NO 310 5 7.00 5 26.03 5 60.00 5 6.60 $ 6.60 5 29.80 $ 59.40 56 8' 20' 5113302 NO 810 S 37,00 $ 96.00 5 250.00 , NO 810 S 11.00 S 33.00 5 100.00 $ 11.40 $ 11.40 5 34.20 $ 102.60 57 10" 13' 6446on 00812 5 30.00 5 77.00 $ 200.00 00 015 $ 8.00 $ 2100 $ 70.00 5 6.52 5 6.60 0 19.80 5 59.40 58 10'20' Section NO 810 5 60.00 S 104.00 $ 400.00 NO 310 5 13.00 5 50.03 $ 120.00 00810 00 810 NO 810 N0810 59 12" 10 0243343 00 810 S 40.00 5 106.00 5 27500 NO 310 $ „ 11.00 $ 33.00 0 ' 100.00 5 7.20 0 7.20 5 • , 21.60 0 6410 60 .Gic012:204 12" 20' SectInn 44444 4344621.011...t-. ' • NO BID NO 640 $ 31.00 S 10.00 $ S 211.00 24,00 S 6 550.00 5900 N0 SID 90 030 $ 17,00 5 4.00 $ 12.03 $ --4.- X35.00 f,,iii,.,, '5 NO 310 4.20 610 810 5 4.20 NO 830 •. ,..• 5 12.60 5 00 BID 37.00 61 4 ' 62 6' NC 310 $ 12.00 S 30.00 5 75.00 NO 810 $ 5,00 0 17.00 $ 50.00 $ 4.50 S 4.80 S 14.40 $ 43.70 $3 8- NC. 3;3 $ 0500 $ 33.00 5 81.00 N0810 $ 6.00 5 16.00 5 75.00 5 0.40 $ 5.40 5 16,20 S 46.60 64 10" 00 913 $ 31.00 S 73 00 0 145 00 NO 81D $ 11.00 5 33.00 $ 10000 S 7.80 5 7.83 5 23,40 $ 70.20 65 ‘Groo22214 -2.0 12" 05gete nd., ""C'e' 50 313 NO 80 5 77,00 $ 18 .00 $ 66 00 5 165.00 ;9.09 30.010 NO BID 5 14.00 $ 4.005 Sr 5 ,-;C.r 41.02 10,000 $ 125,00 •k•,,,,, 35.00 0 ,... 5 8.40. 4.20 $ 8.40 $ 4.20 5 25.20 $ 1160 5 $ 75.60 37.80 $ 24.001 66 4' 67 60 4081D 5 12.03 5 33.10 S 75,00 00 810 5 5.00 5 17.00 5 50.00 $ 4.52 5 4.80 $ 14 40 5 43.20 683 8' 7/ 0 81D 6 15,00 5 73.02 6 81.00 NO 312 $ 800 5 25.00 S 75.00 $ 3.40 $ 5.40 5 16.20 $ 43.60 69. 10" NC 612 3 29.00 3 77 03 5 14900 40 BID $ 11.00 0 33.03 $ 100.00 $ 7.80 $ 7.30 0 23,40 $ 70,20 70 71 12" 4' 80 530 00 312 5 33.00 5 10.00 $ 5 62.03 25.03 5 6 165.00 65.00 00 010 00 01D 5 14.00 $ 4.00 5 $ 41.00 12 00 5 $ 125.00 35,00 5 $ 8.40 -2..'t 4.20 0 6,436 $ 4.20 25 00 5 12.60 .S ' $ 25.60 37.80 72 6' NC 310 $ 32.00 S 30.03 6 75.00 00 810 5 0.00 S 17.03 .._.5 5000 $ 4.80 $ 4.80 5 14.40 $ 43.20 73 8' 00 610 $ 20.00 5 43.00 . 125.00 NO B10 $ 800 $ 25.00 5 75.00 5 5.40 $ 500 $ 16.20 3 48.60 74 10" NO 012 5 28.00 3 27.00 $ 160.00 00 200 $ 11.00 $ 33.00 ..5 100.00 5 7.80 5 7.80 5 23.40 3 70.20 75 . 6994033., Root 11 Group 21 •,' ?8 12" Switch Lova sas-,..*',1s,,IA • 71621 0,67.41, 32611 Sensor ,. 610 812 NC 813 00 319 IlitnffillIIIIIIREI 3 35.00 0 55.00 5 15.00 $ 82.00 S 165.00 50 510 $ 14.00 5 41.00 5 105.00 $ 8.40 $ 8.40 $ 25.20 5, 10020 $ 24.10 3 $ _ 5 70.60 300.60 40,60 3 5 135.07 79.000 $ 0 356.00 75.00 0031D 90 3312 93.00 5 500 5 1$ 780.00 1700 5 $ 650.00 $ 50.00 $ 4020 16.201$ 5 40.20 16.20 44.444164 Rect. 0444 : 6- x 4" Cornector RedJcing Adapts, Group 3 - Emergency Technical Services 3190 1:10sCription7 S Una con '' ' Unit Cost, . '. 156.60 i 5 135..0015 21...2.041* 0I .... a"3 21,40 6. :!-; 110.00 1 9 rret no • :ac, late 7II3 50' Sector 48. 1O" 1I Sei C 8i oso] 0s2 NO ID 3 8i 55 5G 49/ 12 5' Sect0 50] 12" 102' $ecc vc30l$ v0 s._]$ 83.00 15 10.0[s ±±.e 36$.00 51i4"10'5e&icn cs:Ts 12.00 29.0 52/¢ 20' $2 c:a n Nost{$ 2300 58.0 $3/6 : Set:on 0 6 1s.00 39.90 54]6" 20' Section N S/ 30.00j$ 77.00 S5]8 .0'5et NO al2 20.004$ 49.0215 56]8 20 5er0 NO I 3700{$ 96.02 57[1010 se a /or NS: 30.00 }$ 77.00 5/ 13 20 Sector NO I sc.20{s 154.00 s9/12" 10 Seeton N0sr]$ 40.00i$ 16.02 60] 12 20 5et0n NO8:I$ 8100}$ 211.00 3Jus ±±¢- 62i6 NO 610 e55 sels 12.0045 24.001$ 30.02 6348 c3Do 15.001$ 33.0¢ 64/10 NO 3l 31.00 73.0 65412" 0 310 27.00 66.00]5 66/ 4 NO 8ID 10.00 24.00 67/6° Ct 1700 30.00 5gig NC Ar 15.00}5 33.00 69/ 10 y GI 29.00 72.00 70i 12 1!4° N st 33.00 0 9.[5 s2.02 10.00 45 25.0 72! 6 Ny0 310 12.00f$ 30.02}5 73/a N 8.D 20.0¢ 43.0 74110 NO to 28.0 0 77.90 4$ 7sf12 Nc sr[$ 35.00}$ $8.0015 76] 510at 5witch evel Sensor O 8.0 31.00 73.00 77{ o z&/e 3ams ER G,EGEE 7T ATE.E. /47.x é" Ccr-ne:::tror. Redu::i~g-~~!P~!"t vc sr [$ 55.00 0 A D H$ 15.00 1,35.02 29.0015 [ Group 3- Emergency Technical Services 1}£merge ncy2 so: A te Attachment A 0 i0 NO 8.D $ 27.00 $ 83.00 $ 250.00 NO BD N O 1 NO ID NO Io I v0 I NO 5ID $4.00 $ 165.00 $ 500.00 N O 3I 0 NO ID NO I li NO ID 550.00 NO 8t $ .• 33.00 $ 3 99.00 $ v 300.00 $ 79.80 $ 79.80 $ .. 239.40 $ 718.20 950.00 ' A0 8ID $ 3; 65.00,$ 198.00 $ < 600.00 N 0 3l NO SI NO 8I NO ID 75.00 ,,. NO SID $ · 4.00 $ 13.00 $ • 40.00 $ 5.40 $ 5.40 $ 16.20 $ 48.50 150.00 NO 8I D $ 7.00 $ 20.00 5 60.00 $ 6.63 $ 6.60 s 19.80 $ 59.40 100.00 .- N0 $ 5.00 $ 17.00 $ 50.00 $ 6.00 $ 6.00 $ 18.00 $ 54.00 200.0¢ N0 8t $ 9.00 $ 26.00 $ 80.00 $ 13.00 $ 13.00 $ 39.00$ 117.00 125.00 NO a.D $ 7.00 $ 26.00 $ 60.00 $ 6.60 $ 6.60 $ 19.30 $ 59.40 250.00 O 8I $ 11.00 $ 33.00 $ 100.00 $ 1140 $ 11.40 5 34.20 $ 102.60 200.0c N O /D $ s.00 $ 23.00 $ 70.00 $ 6.60 $ $.60 $ 19.80 $ 59.40 400.00 NO SI D 5 13.00 5 40.00 $ 120.00 O 3I NO BID » NOI0 0 81 225.02 NO I $ 11.00 $ 33.00 $ 100.00 $ 7.20 $ 7.20 $ 21.60 $ 64.80 550.00 N0 3/ $ 17.00 $ 53.00 $ 160.00 ·° NO 3I : NO IO NO ID NO BID $9.0 0 N0 3/ $ 4.00 $ 12.00 ·. 35.00'$ 4.20'$ 4.20 $ 12.60 '$ 37.9 0 75.00 NO !D $ 5.00 $ 17.00 5 50.00 $ 4.80 S 4.80 S 14.40 $ 43.20 81.0c N O BI D $ 8.00 $ 25.00 $ 75.00 $ s.40 $ $40 $ 16.20 $ 48.60 145.00 N O / $ 11.03 $ 33.00 $ 100.00 $ 7.8 0 $ 7.80 5 23.40 $ 70.20 165.00 O 30 $ 14.00 $ 41.00 $ 125.00 $ .. 8.40 $ 8.40 5 25.20 $ 75.60 59.00 MO tD $ 4.00 $ 12.00$ 35.00 $ 4.20 $ 4.20 $ 1260 $ 37.80 75.00 O t $ 5.00 $ 17.00 $ 50.00 $ 4.0 $ 4.80 $ 14.40 43.20 81.0 NO 8/ $ 8.00 $ 25.00 $ 75.00 $ 5.40 $ 5.40 $ 16.20 $ 42.60 145.00 0 AID $ 11.00 $ 33.00 $ 100.00$ 7.80 $ 7.20 $ 23.40 $ 70.20 165.00 0 t $ 14.00 $ ·.• .. 41.02$ 125.00 $ 8.40 $ 8.40.$ 25.20 $ 75.60 65.00 0 3/ $ 4.00 $ 12.00 $ 35.00 $ 4.20 5 4.20'$ 12.60 $ 37.90 7s.00 0 su $ 5.00 $ 17.00 $ 50.00 $ 4.80 $ 4.80 $ 14.40 $ 43.20 125.00 NO ID $ 8.00 $ 25.00 $ 75.00 $ 5.40 $ 540 $ 16.20 $ 48.60 160.0 NO 8I D $ 11.09 $ . 33.00 $ 100.00 $ 7.80 780 $ 23.40 $ 70.20 165.00 N 0 31 $ 14.00 $ 41.00 $ 125.00 $ 8.40 $ .40 $ : 25.20 $ 75.60 200.00 NO ID $ 27.00 $ + 83.00 $ 250.00 $ 3 3.40 $ 33.40 $ 100.201$ 300.50 350.00 es• N 0 sr $ • 93.00,$ . 281.00 .$ ..• 8 50.00 $ 40.20 $ 40.20 $ 120601$ 351.80 75.00 N O D ,$ 5.00 $ 17.00 $ 50.00 $ 16.20}$ 16.20 $ 24.35_13 4e.60 ,, Unit Cost 1s0.00 {$ 1350 0 }$ 110.0c ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS I\VITATIO\ TO 3ID (IT3) FOR THE RENTAL OF PUMPS AND RELATED ITEMS 2019-156-DF BID ISSUANCE DATE: AUGUST 23, 2019 BID DUE: SEPTEMBER 24, 2019 @ 3:00 PM ISSUED BY: A 1\ Danny Flores, Procurement Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x 26652 I dannyflores@miamibeachfl.gov I www.miamibeachfl.gov IN VITA TIO N TO BID (1TB) FOR THE RENT AL OF PUMPS AND RELATED ITEMS 2019-156-DF BID ISSUANCE DATE: AUGUST 23, 2019 BID DUE: SEPTEMBER 24, 2019 @ 3:00 PM ISSUED BY: Danny Flores, Procurement Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Aven ue, 3" Floor, Miami Beach , FL 33139 305.673.7000 x 26652 I dannyflores@miamibeachfl.gov I www.miamibeachfl.gov TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 16 APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C SCOPE OF WORK & SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS ITB 201 9-156-DF 2 T A B L E O F C O N T E N T S S O LI C IT A T IO N S E C T IO N S : 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 16 APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C SCOPE OF WORK & SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS I1B 2019-156DF 2 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 two years, the City of Miami Beach has utilized competitively awarded contracts from other municipalities to procure the rental of pumps and related items. The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide the rental, delivery and pick up of pumps and related items on an "as needed" basis as specified herein. The City budgets $272,000.00 annually for the services, however there is no guarantee that the City will utilize all of the funds appropriated. It is the City's intent to award this contract as a push button contract. Push button contracts provide the means of quickly responding to critical needs via a competitively solicited indefinite quantity contract. When items are needed, the requesting department will select the awarded vendor that has the best pricing and availability for the sum of the items needed for the particular need identified, on a case by case basis. The City will endeavor to utilize vendors in order of cost for for the particular need identified. 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. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued August 23, 2019 Pre-Bid Meeting September 4, 2019 @ 9:00AM Deadline for Receipt of Questions September 13, 2019 @ 5:00PM Responses Due September 24, 2019 @ 3:00PM Tentative Commission Approval Authorizing Award December 2019 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: ITB 2019-156-DF 3 S E C T IO N 0 2 0 0 IN S T R U C T IO N S T O B ID D E R S 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 PublicPurchase to assure it receives any addendum issued to this 1TB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. For approximately two years, the City of Miami Beach has utilized competitively awarded contracts from other municipalities to procure the rental of pumps and related items. The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide the rental, delivery and pick up of pumps and related items on an "as needed" basis as specified herein. The City budgets $272,000.00 annually for the services, however there is no guarantee that the City will utilize all of the funds appropriated. It is the City's intent to award this contract as a push button contract. Push button contracts provide the means of quickly responding to critical needs via a competitively solicited indefinite quantity contract. When items are needed, the requesting department will select the awarded vendor that has the best pricing and availability for the sum of the items needed for the particular need identified, on a case by case basis. The City will endeavor to utilize vendors in order of cost for for the particular need identified. 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. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: 1TB Issued August 23, 2019 Pre-Bid Meeting September 4, 2019 @ 9:00AM Deadline for Receipt of Questions September 13, 2019@ 5:00PM Responses Due September 24, 2019@ 3:00PM Tentative Commission Approval Authorizing Award December 2019 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: 1TB 2019-156DE 3 Procurement Contact: Telephone: Email: Dann Flores 305-673-7000 x26652 dann flores miamibeachfl. ov dditionally, the City Clerk is to be co•ied on all communications via e-mail at: RafaeiGranadoi:amiamibeachfl.mv; 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. 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 rafaelgranadomiamibeachfl.qov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 ITB 2019-156-DF 4 T h e B id title /n u m b e r s h a ll b e re fe re n c e d o n a ll c o rre s p o n d e n c e . A ll q u e s tio n s o r re q u e s ts fo r c la rifi c a tio n m u s t b e re c e iv e d n o la te r th a n te n (1 0 ) c a le n d a r d a y s p rio r to th e d a te p ro p o s a ls a re d u e a s s c h e d u le d in S e c tio n 0 2 0 0 -3 . A ll re s p o n s e s to q u e s tio n s /cl a rifi c a tio n s w ill b e s e n t to a ll p ro s p e c tiv e P ro p o s e rs in th e fo rm o f a n a d d e n d u m . 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, 34 Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this 1TB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientl D= 13097 &state I D=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://www. miam i beachfl. gov/city-ha II/procu reme nt/procure me nt-re lated-o rd i nance-and-procedures/ • CO NE OF SILENCE .. . . . . .. .. CITY CO DE SECTIO N 2-486 • PRO TES T PRO CEDURES ............................................................ CITY CO DE SECTIO N 2-371 • DEBARMENT PROCEEDINGS • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES • CAMPAIGN CONTRIBUTIONS BY VENDORS • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE • ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTIONS 2-397 THROUGH 2-485.3 CITY CODE SECTIONS 2-481 THROUGH 2-406 CITY CODE SECTION 2-487 CITY CODE SECTION 2-488 CITY CODE SECTION 2-373 CITY CODE SECTIONS 2 407 THROUCH 2 410 CITY CODE SECTION 2-374 CITY CODE SECTION 70-300 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 JAMIROPINWAVA UVI at,941W101010,,,IPre4808M-t,10,101101101MareEMMOUNIMAUVre ITB 2019-156-DF 5 • DEBA RM ENT PRO CE ED ING S....................................................... CITY CO DE SECTIONS 2-397 THROUGH 2-485.3 • LO BBYIST REG IS TR A TIO N AND DIS CLO SURE OF FEES.................. CITY CO DE SECTIO NS 2-481 THROUGH 2-406 • CA M PAIG N CO NTR IB UT IO NS BY VENDO RS................................... CITY CO DE SECTIO N 2-487 • CAM PAIG N CO NTR IB UTIO NS BY LO BBYISTS ON PRO CUREM ENT ISSUE S ...................................................................................... CITY CO DE SECTIO N 2-488 • REQ UIRE M ENT FO R CITY CO NTRA CTO RS TO PRO VIDE EQ UAL BE NE FITS FO R DO M E ST IC PA RTNE RS.......................................... CITY CO DE SECTIO N 2-373 ·LI VIN G WAGE REQUIREMENT.....====wee·ewe=ewe=eeeeeeeee. CIT Y CODE SE CTI ON S 2 407 THRO UGH 2 410 • PREFER ENCE FO R FLO RIDA SM ALL BUSINESSES OW NED AND CO NTR O LLED BY VET ER A NS AND TO STATE-CER TIFIED SER VICE- DISA BLE D VET ERA N BUS INE SS ENTER PRISES............................. CITY CO DE SECTIO N 2-374 • FA LSE CLA IM S ORDINA NCE ......................................................... CITY CODE SECTIO N 70-300 • ACCE PTA NCE O F G IFTS , FAVO RS & SERVICES.............................. CITY CO DE SECTIO N 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- 37 48, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an 1TB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and es e:. se et 1TB 2019-156DF qaanaas esse#esce, set se #nemee 5 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 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 multiple vendors that can be considered, on a case by case (push button) basis, for future work. The City will endeavor to utilize the vendor providing the best cost for the particular need, on a case by case basis. 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. ITB 2019-156-DF 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 responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the 1TB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award multiple vendors that can be considered, on a case by case (push button) basis, for future work. The City will endeavor to utilize the vendor providing the best cost for the particular need, on a case by case basis. 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. IT 2019-156DF 6 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the 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 Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. ITB 2019-156-DF 17 . V O L U M E O F W O R K T O B E R E C E IV E D B Y C O N T RA C T O R . It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. AL TERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 {TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 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 11 B 2 0 1 91,,,, 5 75711¢ 6_ 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 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, 38 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 8 resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 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 resulting from collusive bidding m ay be term inated fo r cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 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 probationáry 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 9 subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. NOT USED. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for MitilkOMMIPMIMMEMWINCV,RAIZT,IMTT.WfV4i17,WT,..004,441W...141,,M.,,IIMMINIUMMISMegal=8POIRMEROMMOUBOWNWIMAeNti., ITB 2019-156-OF 10 s u b s e c tio n . 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. NOT USED. 38. DEF AUL T. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for ne #e 1TB 2019-15 6DF # ## "es... #Ratet .. vs. weeentwese 10 purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. ITB 2019-156-DF 11 p u r p o s e s o f d e te r m in in g w h e th e r th e lo w b id d e r m e e ts s p e c ifi c a tio n s . 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. Rea: se 1TB 2019156DF e #et # #e" $Mee Mee 11 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of 1TB 201 9- 1 5 6-6F 12 49. IN S P E C T IO N , A C C E P TA N C E & TIT LE . Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of pee#es. #, ##MM # #e9e@Me#Mee#MM%MM#Mee#Me%90%%%~ 1TB 2019-156DF 12 these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139. ITB 2019 1 56-DF 13 th e s e s tip u la tio n s m a y a ls o re s u lt in th e b id d e r's n a m e b e in g re m o v e d fr o m th e C ity 's v e n d o r lis t. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and; if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3d Flo or, Mi am i Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total ITB 201 56-DF 14 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY:The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. 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. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2019-156-DF 15 e x te n t o f th e C ity 's lia b ilit y to th e s u c c e s s fu l b id d e r u p o n a te r m in a ti o n a s p ro v id e d fo r in th is s u b s e c tio n . 72. 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. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] p st 1TB 2019-156DF eat s .... tee s 15 SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, 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 q RIGINAL 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). 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 2019-156-DF 16 SECTION 0300 BID SUBM ITT AL INSTRUCTIONS AND FORM AT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 - Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non- responsive. All corrections on the Cost Proposal Form shall be initialed. • TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A). 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. SO # #e#Mes «&se #sesee IT 2019-156DF # • #Me #Reese. #M##sec#mess#, «Gee: «teases 16 APPENDIX "A" Proposal Certification, Questionnaire & Requirements Affidavit 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-156-DF '41VAINNWOMPgretti4 17 APPENDIX "A" Proposal Certification, Questionnaire & Requirements Affidavit 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 M eridian Avenue, 3d Floor Miam i Beach, Florida 33139 taste # #es "#see " e sea aces. #eta 1TB 2019-156DF ea se. veesaves9Meg; «sews#eeases.recs.age 17 Solicitation No: 2019-156-DF Solicitation Title: For the Rental of Pumps and Related Items Procurement Contact: Danny Flores Tel: 305-673-7000 x26652 Email: dannyfloresmiamibeachfl.qov 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 2019-156-DF 18 Solicitation No: Solicitation Title: 2019-156-DF For the Rental of Pumps and Related Items Procurement Contact: Tel: I Email: Danny Flores 305-673-7000 x26652 dannvflores@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: I NO. OF YEARS IN BUSINESS LOCALLY: I NO. OF EMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: I ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. 1. Veteran Owned Business. Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapplwcsistores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action (s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 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/procurement/procurement-related-ordinance-and-procedures/ ITB 2019-156-DF 19 1. Veteran Owned Business¡ Is Proroser claiming a veteran owned business status? vs [ Jo SUB MITT AL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SOR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SOR directly from Dun & Bradstreet. The cost of the preparation of the SOR shall be the responsibility of the Proposer. The Proposer shall request the SOR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within 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. SUB MITT AL 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¡"on-pytormance by any public sector agency? YEs L JNo SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www .miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ " et: • ty may, at same (in a particular year). - et e• .... :•••• t•ete - •• . te• •: t• e •-•.- . • .• t. ee..•••• • - : 8. 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health •-• . It e- •:. t• •:. : 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health City's electronic compliance portal, LCP Tracker (LCPTracker.net). 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.qov/citv-hall/procurement/procurement-related-ordinance-and- procedures/ ITB 2019-156-DE 20 8. Livin g age. 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, Effe ctive January 1, 2018, covered employees must be paid a living wage rate of no less than $11,62 per hour with health 6are benefits of at least $2.28 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 Con sumer 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- prece ding, 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 Wa ge Ordinance, as amended. Further inform ation on the-Living a ge requirement is available at http.//ww.miamibeachtlgoylsity_hall/procurement!procurement related ordinance and procedures/, SUBMITTAL REQ UIREM ENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the livin g wage requirement. Any payroll request made by the Gity during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker ((CP Tracker.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? Jes I Io 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? Jes 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/ 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code (fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all 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 If additional confirmation of addendum is required, submit under separate cover. ITB 2019-156-DF 21 10. Public Entity Crim es. 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. SUB M ITT A L R EQ UIREM ENT: 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-D iscrimi n ation . 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. SUB M ITT A L R EQ U IR EM ENT: 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. M o ratorium on Travel to and the Purchase of Goods or Serv ices 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. SUB M ITT AL R EQ UIR EM ENT: 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 C hance Requirem ent. 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. SUB M IT TA L REQ UIR EM ENT: 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. A cknow ledgem ent of Addendum . After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. D ISCLOSURE 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 2019-156-DF 22 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. PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: ITB 2019-156-DF 23 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 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: APPENDIX B "No Bid" Form 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-156-DF APPENDIX B I "No Bid" Form 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Danny Flores, Procurement Contracting Officer I PROPOSAL # 2019-156-DF 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 ITB 2019-156-DF 25 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: Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do_ do not_ want to be retained on your mailing list for future proposals of this type product and/or service. Signature: _ Title: _ Legal Company Name: _ Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Danny Flores, Procurement Contracting Officer I PROPOSAL# 2019-156-DF 1755 MERIDIAN AVENUE, 3"FLOOR MIAMI BEACH, FL 33139 APPENDIX C Scope of Work & Specifications 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-156-DF 26 APPENDIX C I I Scope of Work & Specifications 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 26 C1. Minimum Eligibility Requirements. Intentionally Omitted. C2. Scope of Work Required. Successful bidder shall furnish all labor, parts, tools, equipment and services necessary for the rental of pumps and related items. Prices bid must show rental by the hour, by the day, by the week and by the month and shall include all applicable fees (insurance, environmental recovery fees, maintenance, etc.). Rates shall be based on an eight (8) hour use per day, forty (40) hour use per week, and one-hundred and seventy-six (176) hour use per month. Rental charges will reflect the lowest rate for the time used and be computed in a manner that results in the lowest billing to the City. An hourly rental which is kept for a day will have the rate adjusted to reflect that daily rental, if that rate is less costly to the City. Same applies to daily rental if kept for a week and weekly rental if kept for a month. 2.1. Pump Specifications (Group 1). Awarded bidder(s) are to provide 4", 6", 8", 10", and 12" centrifugal pumps. The pump shall be fitted with fully automatic priming system incorporating an air compressor, air ejector assembly, and an air/water separation tank. No water shall be required in the pump to achieve a prime. The air ejector shall operate on the discharge side of the compressor, thus eliminating the possibility of water being drawn into the air source. The pump must be capable of running totally dry for periods up to twenty-four (24) hours. For additional capacity, the City is also requesting prospective bidder(s) provide pricing for high head classified pumps. • All pumps on Bid Form must be sound attenuated and silenced to 69db at 30 feet. • The Supplier shall provide all pumps/hoses (which includes 20 feet of suction hose and a minimum of 50 feet of discharge hose) of with available Camlock or Bauer fittings or equivalent fitting upon City staff approval. • The Supplier shall provide the necessary start/stop controls for each pump (if available). • The Supplier shall include the cost for preventive maintenance servicing in the equipment rental price listed on the Bid Form. Preventive maintenance shall not be an additional cost to the City. • The Supplier shall instruct the City's operating personnel in the proper operation and maintenance of the system. These services are to be included in the rental rate for the pumping system. 2.2. Related Items Specifications (Group 2). Awarded bidder(s) are to provide bid pricing for additional parts and accessories needed for the successful operation of the pump for any given scenario. The parts and accessories required, as listed in the Cost Proposal Form, shall meet all applicable certifications, regulations, and laws that govern these type of services and applications. 2.3 Service Level Expectation. Any equipment rented shall be guaranteed to be fully functional and capable of performing the task(s) it was designed to perform under the manufacturer's guidelines. All safety equipment/attachments shall be in place and functioning per the manufacturer's design. Any equipment not functioning properly (or becoming non-functional) will be picked up and replaced by the vendor at no additional charge to the City, within 24 hours, ,sams,,I....VONMENZEINIMM 27 ITB 2019 156-DF C 1. M inim u m Eligib ility R equirem ents. Intentionally Omitted. C2. Scope of Work Required. Successful bidder shall furnish all labor, parts, tools, equipment and services necessary for the rental of pumps and related items. Prices bid must show rental by the hour, by the day, by the week and by the month and shall include all applicable fees (insurance, environmental recovery fees, maintenance, etc.). Rates shall be based on an eight (8) hour use per day, forty (40) hour use per week, and one-hundred and seventy-six (176) hour use per month. Rental charges will reflect the lowest rate for the time used and be computed in a manner that results in the lowest billing to the City. An hourly rental which is kept for a day will have the rate adjusted to reflect that daily rental, if that rate is less costly to the City. Same applies to daily rental if kept for a week and weekly rental if kept for a month. , 2.1. Pump Specifications (Group 1). Awarded bidder(s) are to provide 4", 6", 8", 10", and 12" centrifugal pumps. The pump shall be fitted with fully automatic priming system incorporating an air compressor, air ejector assembly, and an air/water separation tank. No water shall be required in the pump to achieve a prime. The air ejector shall operate on the discharge side of the compressor, thus eliminating the possibility of water being drawn into the air source. The pump must be capable of running totally dry for periods up to twenty-four (24) hours. For additional capacity, the City is also requesting prospective bidder(s) provide pricing for high head classified pumps. • All pumps on Bid Form must be sound attenuated and silenced to 69db at 30 feet. • The Supplier shall provide all pumps/hoses (which includes 20 feet of suction hose and a minimum of 50 feet of discharge hose) of with available Camlock or Bauer fittings or equivalent fitting upon City staff approval. • The Supplier shall provide the necessary start/stop controls for each pump (if available). • The Supplier shall include the cost for preventive maintenance servicing in the equipment rental price listed on the Bid Form. Preventive maintenance shall not be an additional cost to the City. • The Supplier shall instruct the City's operating personnel in the proper operation and maintenance of the system. These services are to be included in the rental rate for the pumping system. 2.2. Related Items Specifications (Group 2). Awarded bidder(s) are to provide bid pricing for additional parts and accessories needed for the successful operation of the pump for any given scenario. The parts and accessories required, as listed in the Cost Proposal Form, shall meet all applicable certifications, regulations, and laws that govern these type of services and applications. 2.3 Service Level Expectation. Any equipment rented shall be guaranteed to be fully functional and capable of performing the task(s) it was designed to perform under the manufacturer's' guidelines. All safety equipment/attachments shall be in place and functioning per the manufacturer's design. Any equipment not functioning properly (or becoming non-functional) will be picked up and replaced by the vendor at no additional charge to the City, within 24 hours, 27 during the rental period, except where the equipment may have been subjected to abuse, accident, or negligence on the part of an operator furnished by the City, and the City determines the damage was caused by a City employee. Routine repairs (not caused by misuse of the equipment) shall be provided at no additional cost to the City during regular working hours (Monday through Friday, 8:00 A.M. to 4:00 P.M.). The awarded bidder(s) shall provide a response time (Technician on the job site) within three (3) hours whenever regular technical support services are requested As the City receives the equipment, the vendor shall provide information regarding current condition and any visual, pre-existing damage to the equipment. The vendor and the City's Department's representative will review the equipment condition at point of delivery as well as at the point of return. No rental fees may be charged to the City without a signed receipt of acceptance of the equipment. At the time of any rental of equipment, the City's Department's representative may sign the delivery ticket as evidence of receipt of the equipment. The City's department representative accepting the equipment will not be authorized to obligate or bind the City to contractual terms and conditions; therefore, signature on a delivery ticket is merely an acknowledgement of receipt of the equipment. The pre-printed terms on the reverse side of the delivery ticket shall govern the rental transaction only to the extent they are not in addition to, or in conflict of, the terms of the Contract, which shall govern all transactions. 2.4 Rental Period. The rental rate commences when the equipment ordered by the City is delivered to the worksite, loaded, dismantled or assembled, in operating condition and ready to work, and City staff has been fully trained to operate. The rental period shall end upon written or verbal communication by the City's Department's representative to the successful vendor's contact person. 2.5 Delivery and Pick-up of Equipment. Delivery and pick-up costs shall be separate from the rental rate. Equipment delivered shall be in "turn-key" status. The vendor shall deliver the pumps and related items within one (1) calendar day after the date the order is placed by the City's Department's representative; except in such cases where the service will be delayed due to causes beyond the control of the vendor. In these cases, the vendor shall notify the City of the delays in advance so that a revised delivery schedule can be considered by the City. Pick up of the equipment must be made within twenty-four (24) hours of notification by the City that services are no longer needed. 2.6 Fuel and Lubricants (If applicable). The equipment shall be delivered to the City properly serviced with the necessary lubricants and a full tank of engine fuel. The City will only furnish additional fuel and lubricants while in use by the City. Further, the City shall return the equipment with a full tank of engine fuel. 2.7 Emergency Technical Service (Group 3). For emergency technical service, the awarded bidder(s) shall provide 24 hours, seven (7) days a week emergency service to the City under the contract. The emergency technical service response time (defined as the time from acknowledged notification to arrival on-site) shall be within two (2) hours after notification by the City. ITB 2019-156-DF 28 during the rental period, except where the equipment may have been subjected to abuse, accident, or negligence on the part of an operator furnished by the City, and the City determines the damage was caused by a City employee. Routine repairs (not caused by misuse of the equipment) shall be provided at no additional cost to the City during regular working hours (Monday through Friday, 8:00 A.M. to 4:00 P.M.). The awarded bidder(s) shall provide a response time (Technician on the job site) within three (3) hours whenever regular technical support services are requested As the City receives the equipment, the vendor shall provide information regarding current condition and any visual, pre-existing damage to the equipment. The vendor and the City's Department's representative will review the equipment condition at point of delivery as well as at the point of return. No rental fees may be charged to the City without a signed receipt of acceptance of the equipment. At the time of any rental of equipment, the City's Department's representative may sign the delivery ticket as evidence of receipt of the equipment. The City's department representative accepting the equipment will not be authorized to obligate or bind the City to contractual terms and conditions; therefore, signature on a delivery ticket is merely an acknowledgement of receipt of the equipment. The pre-printed terms on the reverse side of the delivery ticket shall govern the rental transaction only to the extent they are not in addition to, or in conflict of, the terms of the Contract, which shall govern all transactions. 2.4 Rental Period. The rental rate commences when the equipment ordered by the City is delivered to the worksite, loaded, dismantled or assembled, in operating condition and ready to work, and City staff has been fully trained to operate. The rental period shall end upon written or verbal communication by the City's Department's representative to the successful vendor's contact person. 2.5 Delivery and Pick-up of Equipment. Delivery and pick-up costs shall be separate from the rental rate. Equipment delivered shall be in "turn-key" status. The vendor shall deliver the pumps I and related items within one (1) calendar day after the date the order is placed by the City's Department's representative; except in such cases where the service will be delayed due to causes beyond the control of the vendor. In these cases, the vendor shall notify the City of the delays in advance so that a revised delivery schedule can be considered by the City. Pick up of the equipment must be made within twenty-four (24) hours of notification by the City that services are no longer needed. 2.6 Fuel and Lubricants (If applicable). The equipment shall be delivered to the City properly serviced with the necessary lubricants and a full tank of engine fuel. The City will only furnish additional fuel and lubricants while in use by the City. Further, the City shall return the equipment with a full tank of engine fuel. 2.7 Emergency Technical Service (Group 3). For emergency technical service, the awarded bidder(s) shall provide 24 hours, seven (7) days a week emergency service to the City under the contract. The emergency technical service response time (defined as the time from acknowledged notification to arrival on-site) shall be within two (2) hours after notification by the City. C3. Roadmap for Push Button Contractor Selection. When Work is identified by a City representative, the Contractor who provides all services needed and is the lowest for the project based on prices submitted in Appendix E, Cost Proposal Form, will be selected to complete the Work. Example: Item Numb - 0102 74- Description CHANNELIZING DEVICE-TYPES I, II, DI, VP, DRUM, OR LCD Unit ED Est. Qty. 4 Unit Price $ 20.00 Unit Price $ 22.00 Unit Price $ 18.00 0110- 4- 2 REMOVAL AND DISPOSAL OF EXISTING CONCRETE SIDEWALK - (UP TO 8" SICK) SY 8 $ 12.00 $ 13.00 $ 15.00 0522- 2-1 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK (INCLUDES DRIVEWAYS) SY 8 $ 18.00 $ 11.00 $ 20.00 Project award to XYZ Company* TOTAL $320.00 $280.00 $ 352.00 *If firm is in good standing Prior to issuing a Purchase Order, for projects $50,000 or greater, the City Manager's approval is required. The City Manager's approval, along with a justification, is also required when the contractor offering the lowest cost is not selected. In determining the lowest and best contractor for the project, in addition to price, there shall be considered the following: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. Offinge012%***MW44401XWMAIMIZE= V.W.'....1.1.,''''r:4441SYMMIMMEN 414=2111Makdr itgfia, ITB 2019-156-DF 29 C3. R oadm ap fo r Push B utton Contractor Selection. When Work is identified by a City representative, the Contractor who provides all services needed and is the lowest for the project based on prices submitted in Appendix E, Cost Proposal Form, will be selected to complete the Work. 1 Unit 0102- 74. [CHANNELIZING DEVICE- TYPE S I, II] ED DI, VP, DRUM, OR LCD REMOVAL AND DISPOSAL OF 0110-4- 2I EXISTING CONCRETE SIDEWALK - (UP TO 8" SICK) SY 6 sl $° o s° ° 4 $ 20.00 $ 22.00 $ 18.00 8 $ 12.00 $ 13.00 $ 15.00 CONCRETE SIDEWALK AND 0522- 2-1 DRIVEWAYS, 6" THICK (INCLUDES DRIVEWAYS) SY 8 $ 18.00 $ 11.00 $ 20.00 Project award to XYZ Company If firm is in good standing TOTAL $320.00 $280.00 Prior to issuing a Purchase Order, for projects $50,000 or greater, the City Manager's approval is required. The City Manager's approval, along with a justification, is also required when the contractor offering the lowest cost is not selected. In determining the lowest and best contractor for the project, in addition to price, there shall be considered the following: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. APPENDIX D Special Conditions 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019 156-DF 30 APPENDIX D I Special Conditions 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 ¡57f62e2 A@e_ 1. TERM OF CONTRACT: This contract shall remain in effect for two (2) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional three (3), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be on a month-to-month basis 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, and shall not exceed six (6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the two (2) year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an additional three (3), one (1) year terms, on a year to year basis, at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. 3. METHOD OF PAYMENT: The City shall provide periodic payments for services rendered by the vendor. In order for the City to provide payment, the vendor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. ITB 2019-156-DF 31 1. TER M O F C O N TRA CT: This contract shall remain in effect for two (2) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional three (3), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be on a month-to-month basis 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, and shall not exceed six (6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the two (2) year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an additional three (3), one (1) year terms, on a year to year basis, at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. 3. METHOD OF PAYMENT: The City shall provide periodic payments for services rendered by the vendor. In order for the City to provide payment, the vendor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 357 9156f 31 4. SHIPPING TERMS: Bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to and accepted by an authorized City representative. 5. BACK ORDER ALLOWANCES: The City shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the City within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, the City reserves the right to cancel the order, seek the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. 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. 7. TRAINING (IF APPLICABLE). The awarded bidder(s) shall provide all operational and safety training associated with any equipment included in the resulting Contract at no cost to the City. This includes any OSHA required certifications or licenses associated with rental of provided equipment. The bidder(s)' bid response shall include a complete description of training (methods of delivery, available locations, duration, content, etc.). 8. INSTALLATION. All products provided under this Contract that require assembly and installation shall be performed by the awarded Company's certified installers at no cost to the City. All installation work must meet the manufacturer's specifications and industry standards. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Mta£04:4M6:41Afilf%111MINIIMIOVWX.,fliM.514GY,MMIgMit&MISXMOINOXIIMIEWOEUIZOIteitt.f tM#0140fflINIXEXONSIZSMSOMIglr, ITB 2019-156-DF 4k`w;C*A2WfliZAi 32 4. SHIPPING TERMS: Bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to and accepted by an authorized City representative. 5. BACK ORDER ALLOWANCES: The City shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the City within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, the City reserves the right to cancel the order, seek the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. 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. 7. TRAINING (IF APPLICABLE). The awarded bidder(s) shall provide all operational and safety training associated with any equipment included in the resulting Contract at no cost to the City. This includes any OSHA required certifications or licenses associated with rental of provided equipment. The bidder(s)' bid response shall include a complete description of training (methods of delivery, available locations, duration, content, etc.). 8. INSTALLATION. All products provided under this Contract that require assembly and installation shall be performed by the awarded Company's certified installers at no cost to the City. All installation work must meet the manufacturer's specifications and industry standards. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 32 APPENDIX E AMI E, Cost Proposal Form 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-156-DF APPENDIX E I Cost Proposal Form 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 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 . of .ro.osals will result in • ro • osal bein • deemed non-res • onsive and bein • re'ected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. GROUP 1 etc . Item 1 - PUMP RENTAL — Prices bid shall include Description 4" all applicable fees Hourly Rate $ (insurance, environmental Daily Rate $ recovery Weekly Rate $ fees, maintenance, Monthly Rate $ 2 4" High Head $ $ $ $ 3 6" $ $ $ $ 4 6" High Head $ $ $ $ 5 8" $ $ $ $ 6 8" High Head $ $ $ $ 7 10" $ $ $ $ 8 10" High Head $ $ $ $ 9 12" $ $ $ $ 10 12" High Head $ $ $ $ GROUP 2 — RENTAL OF RELATED ITEMS — Prices maintenance etc . Item Description - GROUP 2A- s ion Hose bid shall include all applicable fees Hourly Rate Dail Rate , (insurance, environmental Weekl Rate recovery fees, Monthly Rate 11 4" 10' Section $ $ $ $ 12 4" 20' Section $ $ $ $ 13 6" 10' Section $ $ $ $ 14 6" 20' Section $ $ $ $ 15 8" 10' Section $ $ $ $ 16 8" 20' Section $ $ $ $ 17 10" 10' Section $ $ $ $ 18 10" 20' Section $ $ $ $ 19 12" 10' Section $ $ $ $ 20 12" 20' Section $ $ $ $ GROUP 2B - Suction End "Protection Screen (Strainer) 21 4" $ $ $ $ MOMPAVIMM,M;;OigiiWAV4V4SEMoralfeNt:MMXZ:47401WIWIrsr=a, ITB 2019-156-DF 02=n1XWIZFr, 34 APPENDIX E COST PROPOSAL FORM Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this 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. G R O U P 1 - P U M P RE N T AL - Prices bid shall include all applicable fees (insurance, environm ental recovery fees, maintenance, etc. Item Descriptio n H o urly R ate Daily R ate W eekly R ate M o nthly R ate 4" $ $ $ $ 2 4" Hi h Head $ $ $ $ 3 6" $ $ $ $ 4 6" Hi h Head $ $ $ $ 5 8" $ $ $ $ 6 8" Hi h Head $ $ $ $ 7 10" $ $ $ $ 8 10" Hi h Head $ $ $ $ 9 12" $ $ $ $ 10 12" Hi h Head $ $ $ $ G R O U P 2 -RE N T AL O F R E LA T E D IT E M S - Prices bid shall include all applicable fees (insurance, environm ental recovery fees, m aintenance, etc. Item Descriptio n H our ly R at e Daily R ate W eekly Rate M o nthly Rate 11 4" 10 ' Section $ $ $ $ 12 4 20' Section $ $ $ $ 13 6" 1 O' Section $ $ $ $ 14 6 20' Section $ $ $ $ 15 8°1 O' Section $ $ $ $ 16 8" 20' Section $ $ $ $ 17 1 O" 1 O' Section $ $ $ $ 18 1 O" 20' Section $ $ $ $ 19 12" 1 O' Section $ $ $ 20 12" 20' Section 34 Item Description Hourly Rate Daily Rate Weekly Rate Monthly Rate 22 6" $ $ $ $ 23 8" $ $ $ $ 24 10" $ $ $ $ 25 12" $ $ $ $ GROUP 2C - Tee Float Section End 26 4" $ $ $ $ 27 6" $ $ $ $ 28 8" $ $ $ $ 29 10" $ $ $ $ 30 12" $ $ $ $ GROUP'2D - Polypropylene Discharge Hose (up to 150 psi) 31 4" 10' Section $ $ $ $ 32 4" 20' Section $ $ $ $ 33 6" 10' Section $ $ $ $ 34 6" 20' Section $ $ $ $ 35 8" 10' Section $ $ $ $ 36 8" 20' Section $ $ $ $ 37 10" 10' Section $ $ $ $ 38 10" 20' Section $ $ $ $ 39 12" 10' Section $ $ $ $ 40 12" 20' Section $ $ $ $ GROUP 2E-.'LayilaTHOO 41 4" 50' Section $ $ $ $ 42 4" 100' Section $ $ $ $ 43 6" 50' Section $ $ $ $ 44 6" 100' Section $ $ $ $ 45 8" 50' Section $ $ $ $ 46 8" 100' Section $ $ $ $ 47 10" 50' Section $ $ $ $ 48 10" 100' Section $ $ $ $ 49 12" 50' Section $ $ $ $ 50 12" 100' Section $ $ $ $ GROUP 2F - Bauer-Style Hard Pipe with Locking Connectio 11 ns ' 51 4" 10' Section $ $ $ $ 52 4" 20' Section $ $ $ $ 53 6" 10' Section $ $ $ $ 54 6" 20' Section $ $ $ $ 55 8" 10' Section $ $ $ $ 56 8" 20' Section $ $ $ $ 57 10" 10' Section $ $ $ $ ITB 2019-156-DF 35 Ite m D e s c rip tio n H o u rly R ate D a ily R ate W e e k ly R ate M o nthly R ate 22 6° $ 23 8" $ 24 10" $ 25 12" 26 4" $ 27 6° $ 28 8" $ 29 10" $ 30 12" $ GR O UP 2D - Polyp rop yl ene Disch arge Hose (up to 150 ajj 31 410' Section $ 32 420' Section $ 33 6" 10' Section $ 34 620' Section $ 35 8" 1 O' Section $ 36 8 20' Section $ 37 1 0" 10' Section $ 38 10" 20' Section $ 39 12" 10 Section $ 40 12" 20 Section $ core z±.Gin.. e 41 4 50' Section $ 42 4" 100' Section $ 43 6' 50' Section $ 44 6" 100' Section $ 45 8' 50 Section $ 46 8" 100' Section $ 47 10" 50' Section $ 48 10" 100' Section $ 49 12" 50' Section $ 50 12" 100 Section $ 51 4"10' Section $ 52 4 20' Section $ 53 6"10' Section $ 54 6" 20' Section $ 55 8" 10' Section $ 56 8 20 Section $ 57 10" 10' Section $ 1TB 2019-156DE $ $ $ $ $ $ $ $ $ $ $ $ A l I I ] $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ #$ i%#e gee0 % $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ nn.se $ #ft%$ M#9224 g $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ pg pg9g is? ±. asee alfil LA9 e %i #$#t $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 35 Description Emerc'enc Labor Rate GROUP 3 — EMERGENCY TECHNICAL SERVICES — Prices bid shall include all applicable fees (insurance, environmental recove fees, maintenance, etc GROUP 3 TOTAL Total U I M Unit Cost (Quantity_X_Unit_Cost) Hourl Item Description Hourly Rate Daily Rate Weekly Rate Monthly Rate 58 10" 20' Section 59 12" 10' Section $ $ $ $ 60 12" 20' Section GROUP 2G - 45 Degree BendlElbow 61 4" 62 6" $ $ $ $ 63 8" $ $ $ $ 64 10" $ $ $ $ 65 12" $ GROUP aH - 90 Degree Bend/Elbow 66 4" 67 6" $ $ $ $ 68 8" $ $ $ $ 69 10" $ $ 70 12" ,GROUI'',21 Bauer-Style Wye Connection 71 4" 72 6" $ $ $ 73 8" $ $ $ 74 10" $ $ $ $ 75 12" GROUP 2J -Float Switch Level Sensor 76 Float Switch Level Sensor GROUP 21<— Road/Hose Ramps 77 Road/Hose Ramps $ $ _ _ GROUP 2L 78 — 6" x 4" Connection Reducing Adapter 6" x 4" Connection Reducing Adapter $ 1 $ 1 $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: IffiggnailateMninateCOMMIMAUSSWONE4=4**M..., MIlfitalltaNIMMAINO ITB 2019-156-DF 36 Item Description Hourly Rate Daily Rate Weekly Rate Monthly Rate 58 10" 20' Section $ $ $ $ 59 12" 10' Section $ $ $ $ 60 12" 20' Section $ $ GR ree Bend/Elbow 61 4" $ $ $ $ 62 6" $ $ $ $ 63 8" $ $ $ $ 64 10" $ $ 65 12" 66 4" $ $ $ $ 67 6° $ $ $ $ 68 8" $ $ $ $ 69 10" $ $ $ $ 70 12" $ $ $ 99293909 9$8,292$, 3%$ GROU Wye Connection 71 4" $ $ $ $ 72 6" $ $ $ $ 73 8" $ $ $ $ 74 10" $ $ 75 12"° $ $ GROUP 2J - Float Switch Level Sensor 76 itch Level Se GROUP 3 - EMERGENCY TECHNICAL SERVICES - Prices bid shall include all applicable fees (insurance, environmental fees, maintenance, etc. Item Unit Cost Erner enc Labor Rate Description Houri Total (Quantity_X_Unit_Cost) GROUP 3 TOT AL Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ¡ff5)6$ne7 q,7em APPENDIX F Insurance Requirements 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-156-DE 37 A P PEN DI X F ~ II % h 9% I I Insurance Requirements 2019-156-D F Fo r the Re ntal o f Pum ps and Re la ted Item s PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Foor Miami Beach, Florida 33139 7 3610 156f %8%9%3%%$% # #9M# 37 MIA INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 11. Excess Liability $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value .00 Liquor Liability .00 Fire Legal Liability .00 Protection and Indemnity .00 Employee Dishonesty Bond .00 Other .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. IMMISIMMINS1 ITB 2019-156-DF 38 MI AM I E xxx 1. XXX2. xxx 3. 4. XXX5. 6. INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. Excess Liability- $- .00 per occurrence to follow the primary coverages. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. Other Insurance as indicated: Builders Risk completed value Liquor Liability Fire Legal Liability Protection and Indemnity Employee Dishonesty Bond Other $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 XXX7. XXX8. xxx 9. Thirty (30) days written cancellation notice required. Best's guide rating B+:VI or better, latest edition. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. MIAMIBEACH City of Miami Reach, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, vvww.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 4 ITB 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS SEPTEMBER 24, 2019 This Addendum to the above-referenced Invitation-to-Bid (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. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00PM on Thursday, September 26, 2019, at the following address: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. • Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoP,miamibeachfl.qov. Procurement Contact: Telephone: Email: Danny Flores 305-673-7000, x.26652 DannvFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, A ex Deis ocuttment Director ADDENDUM NO. 4 INVITATION TO BID (ITB) No. 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS MI AM I BEA CH City of Miami Beach, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305673-7490 Fax: 786-394-4002 ADDENDUM NO. 4 1TB 2019-156-DF FOR THE RENT AL OF PUMPS AND RELATED ITEMS SEPTEMBER 24, 2019 This Addendum to the above-referenced Invitation-to-Bid (1TB) is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only ( deletions are shown by strikethrough and additions are underlined). I. 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00PM on Thursday, September 26,_2019, at the following address: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Raf a e IG ranado@miam ibeachfl .gov. '"\:· Procurement Contact: Dann Flores Telephone: 305-673-7000, x.26652 miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, 1 ADDENDUM NO. 4 INVITATION TO BID (1TB) No. 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS x Denis Procurement Director MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3'4 Flooi, Miami Beach, Florida 33139, vouw.miarnibeachil.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 ITB 2019-156-OF FOR THE RENTAL OF PUMPS AND RELATED ITEMS SEPTEMBER 18, 2019 This Addendum to the above-referenced Invitation-to-Bid (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. RESPONSES TO QUESTIONS RECEIVED. Q1: Are we to quote just base rental rates per unit? Are any other items such as hoses, fittings, transportation, labor to be included? Al: Please refer to Appendix C - Scope of Work & Specifications, of the ITB Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Danny Flores I 305-673-7000, x.26652 DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, 'I ADDENDUM NO. 3 INVITATION TO BID (ITS) No. 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS M IA MI BEA CH City of Miami Beach, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305673-7490 Fax 786-394 4002 ADDENDUM NO. 3 1T B 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS SEPTEMBER 18, 2019 This Addendum to the above-referenced Invitation-to-Bid (1TB) ìs issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RESPONSES TO QUESTIONS RECEIVED. Q1: Are we to quote just base rental rates per unit? Are any other items such as hoses, fittings, transportation, labor to be included? A1: Please refer to Appendix C- Scope of Work & Specifications, of the 1T B Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael3Granado@miamibeachfL.gov. Procurement Contact: Dann Flores ] Telephone: 305-673-7000, x.26652 Email: DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, "/ ha 2Denis Procurement Director 1 ADDENDUM NO. 3 INVITATION TO BID ((TB) No. 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS nt Director AAA! BEACH M City at Miami Beach, I /.!.)6 Meridian Avenue, :3' Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786.394-4002 ADDENDUM NO. 2 ITB 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS AUGUST 30, 2019 This Addendum to the above-referenced Invitation-to-Bid (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. REVISION(S) 1. The pre-bid meeting has been re-scheduled for September 10, 2019 1:30 PM 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 Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.gov. Procurement Contact: Danny Flores Telephone: I Email: 305-673-7000, x.26652 [ DannyFlores@rhiamibeachflm Pro sers are reminded to acknowledge receipt of this addendum as part of your ITB submission. ADDENDUM NO. 2 INVITATION TO BID (ITE) No. 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS MIA MI BE AC H City ot Miami Beach, I9 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www.miamibeachll.gov PROCUREMENT DEPARTMENT Tel: 3056737490 Fox. 7863944002 ADDENDUM NO. 2 1TB 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS AUGUST 30, 2019 This Addendum to the above-referenced Invitation-to-Bid (1T B) is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1T B is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION{S) 1. The pre-bid meeting has been re-scheduled for September 10, 2019 @ 1:30 PM 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 vía 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 Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafae[Granado@miamibeachfl.gov. Procurement Contact: Telephone: [ Email: Danny, Flores ,305-673-7000, X.26652 , Danny£tores@miamiteachl.goy " :LJ. .sers are reminded to acknowledge receipt of this addendum as part of your 1T B submission. 7 i.di-- roc::r:f}nt Director test.te i.e t/t op o.e egee2ptp.te...tote. 1 ADDENDUM NO. 2 INVITATION TO BID (ITB) No. 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS S A x De Procur ent Director MIAMIBEACH City of Miami Beach, I/O.5 Meridian Avenue, Hour, Miami Beach, Florida 33139, www.miornibeachil.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 ITB 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS AUGUST 29, 2019 This Addendum to the above-referenced Invitation-to-Bid (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. CLARIFICATIONS) 1. The pre-bid meeting is scheduled for September 4, 2019 ft 9:00 AM 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 II. RESPONSES TO QUESTIONS RECEIVED. Ql: The site visit and the pre-bid meeting is scheduled to start at 9AM. At what time will the site visit start? Al: There is no site visit meeting scheduled for this project. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.gov. Procurement Contact: Telephone: Email: Danny Flores l 305-673-7000, x.26652 DannyFloresmiarnibeachfl.qov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. I ADDENDUM NO. I INVITATION TO BID (ITB) No. 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS MIAMI BE. CH City ot M iam i e ach, I/5 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www .miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 3056737490 Fox: 786-394-4002 ADDENDUM NO. 1 1TB 2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS AUGUST 29, 2019 This Addendum to the above-referenced Invitation-to-Bid (ITB) is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only ( deletions are shown by strikethrough and additions are underlined). I. CLARIFICATION(S) 1. The pre-bid meeting is scheduled for September 4, 2019@ 9:00 AM 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 II. RESPONSES TO QUESTIONS RECEIVED. Q1: The site visit and the pre-bid meeting is scheduled to start at 9AM. At what time will the site visit start? A1: There is no site visit meeting scheduled for this project. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael3Granado@miamibeachfl.gov. i Procurement Contact: l Dann Flores ] Telephone: 1 305-673-7000, x.26652 miamibeachfl.1ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. 7l' ly , I/) a.o, l Procuri nt Director 1 ADDENDUM NO. 1 INVITATION TO BID (ITB } No. 2019-156-D0F FOR THE RENTAL OF PUMPS AND RELA TED ITEMS ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) A TT A C H M EN T C CO N SU LTA N TS RESPO N SE TO TH E {1TB ) I\VIIA110\ -0 BID OM) FOR THE RENTAL OF PUMPS AND RELATED ITEMS 2019-156-DF BID ISSUANCE DATE: AUGUST 23, 2019 BID DUE: SEPTEMBER 24, 2019 @ 3:00 PM ISSUED BY: t\A 1 A ; ti Danny Flores, Procurement Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3 " Floor, Miami Beach, FL 33139 306.673.7000 x 26652 l dannyflores@miamibeachfl.gov www.miamibeachfl.gov IN V IT A T IO N T O B ID (1T B ) FOR THE RENTAL OF PUMPS AND RELATED ITEMS 20 19-15 6-DF B ID IS S U A N C E D A T E : A U G U S T 23 , 20 19 B ID D U E : S E P T E M BE R 24, 20 19 @ 3:0 0 PM IS S U E D B Y : Danny Flores, Procurement Contracting Officer l PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3° Floor, Mi ami Beach, FL 33139 305.673.7000 x 26652 ] dannyflores@miamibeachfl gov [ www.miam ibeachfl.gov TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED. N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 16 APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C SCOPE OF WORK & SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS 41%.,i,CEREW.K.1.11SOMVXMIVIMMEROPYWOMFesia...,.....1•AloMMUMMIMMMAMMWSVIMMIWORWAINVO,* ITB 2019-156-DE 2 TA BLE O F C O NTEN TS S O LI C IT A TIO N SEC TIO NS: 0100 NOT UTILIZE D ....................................................................................................... NIA 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBM ITTAL INSTR UCTION S & FORMAT......................................................16 AP P E N D IC ES: APPENDIX A APPENDI X B APPENDIX C APPENDIX D APPENDIX E APPENDIX F PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS "NO BID" FORM SCOPE OF W ORK & SPECIFICATIONS SPECIAL CONDITIONS COST PROPOSAL FORM INSURANCE REQUIREMENTS te9 99680%480$46080\04000800988000090898e08%e88998809 0989984880%99$888%8609480908%%$483e8888 499949098.%9%08$9289$ e86Re8ß/6$89998468,08,809890014880088888$399899448898%08084498~ 0%899398 099900448090999809e08$948099%088800$0998080990%80889000888090809898%9%8 1TB 2019-156Ff 2 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 two years, the City of Miami Beach has utilized competitively awarded contracts from other municipalities to procure the rental of pumps and related items. The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide the rental, delivery and pick up of pumps and related items on an "as needed" basis as specified herein. The City budgets $272,000.00 annually for the services, however there is no guarantee that the City will utilize all of the funds appropriated. It is the City's intent to award this contract as a push button contract. Push button contracts provide the means of quickly responding to critical needs via a competitively solicited indefinite quantity contract. When items are needed, the requesting department will select the awarded vendor that has the best pricing and availability for the sum of the items needed for the particular need identified, on a case by case basis. The City will endeavor to utilize vendors in order of cost for for the particular need identified. 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. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued August 23, 2019 Pre-Bid Meeting September 4, 2019 @ 9:00AM Deadline for Receipt of Questions September 13, 2019 @ 5:00PM Responses Due September 24, 2019 @ 3:00PM Tentative Commission Approval Authorizing Award December 2019 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: ITB 20 I 9-156-DF SECTION 0200 INSTRUCTIONS TO BIDDERS 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 complemen tary 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 Public Purchase (wy w_pub licpurch ase_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 PublicPurch ase must register immediately with P ublicP urchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPO SE. For approximately two years, the City of Miami Beach has utilized competitively awarded contracts from other municipalities to procure the rental of pumps and related items. The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide the rental, delivery and pick up of pumps and related items on an "as needed" basis as specified herein. The City budgets $272,000.00 annualy for the services, however there is no guarantee that the City will utilize all of the funds appropriated. It is the City's intent to award this contract as a push button contract. Push button contracts provide the means of quickly responding to critical needs via a competitively solicited indefinite quantity contract. When items are needed, the requesting department will select the awarded vendor that has the best pricing and availability for the sum of the items needed for the particular need identified, on a case by case basis. The City will endeavor to utilize vendors in order of cost for for the particular need identified. 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. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows· 1TB Issued August 23, 2019 Pre-Bid Meeting September 4, 2019 @9.00AM Deadline for Receipt of Questions September 13, 2019 @ 5:00PM Responses Due September 24, 2019@ 3:00PM Tentative Commission Approval Authorizing Award December 2019 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Telephone: Email. Procurement Contact Dann Flores 305-673-7000 x26652 dann flores@n4nibeachfl • Ot/ dditidnallgthe Clerk jito'be.c6 ied'on all communiCatiorvia e-mail at: RafaelGranado • Mianiibeachfl, ov ,; r via faciiiiii-e:766-3.94=4186. 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. 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=130978,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 rafaelqranadoRmiamibeachfl.qov. 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.govicity-halliprocurementiprocurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 ift 2019-156-Di- 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. AI responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 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, 34 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 NUMB ER. 1- 877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this 1TB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublícPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD= 13097 &statel0=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@miamibeachf!.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_//yyy_miamibeachfl.goy/city-hall/procurem ent/procurement-related -ordinance- and-procedures/ • CONE OF SILENCE.. . . .. . ...... . .. .. . • PROTEST PROCEDURES....... CITY CODE SECTION 2-486 CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES • CAMPAIGN CONTRIBUTIONS BY VENDORS • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS • LIVING-WAGE=KQUIRE-ME-N-T- • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CE-RTIPEr_.) SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE • ACCEPTANCE OF GIFTS. FAVORS & SERVICES CITY CODE SECTIONS 2397 THROUGH 2-485.3 CITY CODE SECTIONS 2-481 THROUGH 2-406 CITY CODE SECTION 2-487 CITY CODE SECTION 2-488 CITY CODE SECTION 2-373 CITY-OODEE-6-'-11-GNS 2 107 THROUGH 2 110 CITY CODE SECTION 2-374 CITY CODE SECTION 70-300 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 ITB 20141 56-Dr 44111.1....M.E.1.4MIANIMAIMMEet. 5 • DE B AR M E N T PR O CE E D I NG S... • L O B B Y IS T R E G IS TR A T IO N A N D D IS C L O S U R E O F F E E S • C A M P A IG N C O N TR IB U T IO N S B Y V E N D O R S • C AM P AI GN C ON T RI BU TI ONS B Y L OB B YI S T S ON P R O C U RE ME N T IS S U E S .................................. • CI T Y C O DE SE C TI ON 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL 3ENEFITS FOR DOMESTIC PARTNERS..... • LIVING AGE REQJlREMENT...........r...............~ • PREFERENCE FOR FLORIDA SMAL L BUSINESSES OWNED AND CITY CODE SECTIONS 2397 THROUGH 2-485.3 CITY CODE SECTIONS 2-481 THROUGH 2-406 CITY CODE SECTION 2-487 CITY CODE SECTION 2-373 CITY CODE SECTIONS- 2 407- THROUGH 2 410 CO NTROLLED SY VETERANS AND TO STATE -CE R TIFIED SERVICE- DISABLED VETERAN BUSINESS ENTE RP RI SE S.. CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE..- . .......• . CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS, FAVORS & SERVICES... CITY CODE SECTION 2-449 8. EXAM INATIO N O F SO LICITATIO N DO CUM ENTS AND SITE: It is the responsibility of each Bidder, before subm itting a Bid, to: • Exam ine the solicitation thoroughly. • Visit the site or structure, as applicable, to become fam iliar with conditions that may affect costs, progress, performance or furn ishing of the Work. • Take into account federal, state and local (City and Miam i-Dade County) laws, regulations, permits, and ordinances that may affect costs, pro gress, perform ance, furn ishing of the Work, or award. • Study and carefully correlate Bidder's observ ations with the solicitation. • Notify the Procurement Director of all conflicts, erro rs or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The subm ission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has com plied with the above requirem ents and that without exception, the Bid is premised upon performing and furnishing the W ork 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 perform ance and furn ishing of the W ork. 9. PO STPO NEM ENT O F DUE DATE FO R RECEIPT OF BIDS . The City reserv es the right to postpone the deadline for subm ittal 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 Pub licP urchase. 10. PRO TE STS. Pro tests 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 subm itted in a tim ely manner pursuant to the requirem ents of City Code Section 2-371 shal l be barred. 11. JOIN T 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. VE TE RAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 37 48, the City shall give a prefere nce to a responsive and responsible bidder which is a sm all business concern owned and controlled by a veteran(s) or which is a serv ice-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by pro viding such bidder an opportunity of providing said goods or contractual serv ices fo r the lowest responsive bid amount. W henever, 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 serv ice-disabled vetera n business enterprise constitute the lowest bid pursuant to an 1TB or oral or written request fo r quotation, and such bids are responsive, responsible and otherw ise 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 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 multiple vendors that can be considered, on a case by case (push button) basis, for future work. The City will endeavor to utilize the vendor providing the best cost for the particular need, on a case by case basis. 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. ITB 20 9-I56-DF serv ice, then the award shall be made to the service-disabled veteran business enterprise. 13. CO NTRACT PRICE. Bid Price is to include the furn ishing of all labor, materials, equipment including tools, serv ices, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherw ise expre ssly provided in the solicitation. 14. METHO D O F AW ARD. Following the review of bids and application of vendor preferences, the lowest respo nsive, respon sible bidder(s) meeting all term s, conditions, an d specification s of the ITB will be recommended for award by bid item , bid gro up, 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 recom mend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Com mission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recom m endation(s). The City Commission may also reject all bids received. In determ ining 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. • W hether the bidder can perform the Contract within the tim e specified, without delay or interference. • The character, integrity, reputation, judgm ent, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing com pliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AW ARD. The City may award multiple vendors that can be considered, on a case by case (push button) basis, fo r future work. The City will endeavor to utilize the vendor pro viding the best cost for the particular need, on a case by case basis. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in com pliance 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 sim ilar services or work to other firms under contract with the City (either as a co-prim ary 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 serv ices hereunder, or to be compensated for any Services, unless set fo rth in a written Purchase Order. 16. BINDING CO NTRACT. 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 Contract betw een 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, fo r dam ages 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 fo llows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the 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 Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. ITB 2019-156-DF 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 thro ugh the City's spot market purchase provisions. 18. G EN E R AL TER M S A N D C O N D IT IO N S . It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirem en ts, term s and con dition s of this solicitation. Ignor an ce by the Bidder of con dition s that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 19 . A C CE P T AN C E O R R EJE C T IO N O F B ID S. 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) calen dar 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. A L TER N A TE R E S PO N SE S M A Y B E C O N SID ER E D . 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. A M ERI C AN W IT H D ISA B ILI T IES A C T . 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 con tact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TT Y users may also call 711 (Florida Relay Service). 22. N O N -DI S C RI MI NA TI ON . The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disabílity. 23. A SSI G NM E N T. 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. A U D IT R IG H TS A N D R E C O R D S R E T E N T IO N . 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 faílure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 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 1-6 2C 7-156-Di' 25. BID BO NDS, PERFO RMANCE BO NDS, CERTIFICATES OF INSURANCE. 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. BILLING INSTRUCTI O NS_ Invoices, unless otherwise indicated, must show p urchase order number s and shall be subm itted to the ordering City department. 27. CANCELLATIO N. In the event any of the pro visions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserv es 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 RIG HT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any info rmalities 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 Miam i Beach. 29. CLARIFICATIO N AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid docum ents, 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 lim itation, 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 pro vided in Appendix A, No. 14 Acknowledgement of Addendum . Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible fo r explanations, interpretations, or answers to questions made verbally or in writing by any City repre sentative, unless issued by the City via fo rmal written Addendum to this Bid. Any questions or clarifications concern ing the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Aven ue, 3d Floor, Mi ami Beach , FL 33139 with a cop y to the City Clerk. 30. CO LLUSIO N. W here two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presum ed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, contro l 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 sam e contra ct, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder fo r the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been fo und to have engaged in collusion may also be suspended or debarred, and any contract ns 376 136 8 resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 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 tlaffialeil.e.11gEWOM.Y.M.1144.0.41$ ITB 2019-156-DF 9 resulting from collusive bidding may be terminated for cause. 31.CONDITION_AND PACKAGING. Bidder guarantees item s offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. NOT USED. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates fay 1TB2019- 10 subsection. 36. DI SP U T ES , In the event of a con flict betw een the Bid documen ts, the order of priority of the documen ts shall be as fo llows: A. Any contract or agreem ent resulting from the award of this Bid; then B. Addendum issued fo r this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in respon se 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. NO T USE D. 38._ D EFA ULT. Failure or refusal of a bidder to execute a con tract 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 dam ages incurred by the City thereby; or, where surety is not required, failure to execute a con tract as describe d above may be groun ds for remo ving the bidder from the City's bidders list. 39. EQ UIV A LENTS . If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid spe cifications, he must so indicat e in his bid. Spe cific article(s) of equipmen t/supplies shall con form in quality, design and construction with all published claim s of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified bran ds, and sh all indicate ANY deviation from the spe cification s as listed in the Bid. Other than spe cified items offered requires com plete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFO RMATIO N. TH E CITY SHALL BE TH E SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Nam es: Catalog num bers, 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 lim itation of recognized and legitim ate manufacturers. Bidders shall formally substantiate and verify that product(s) offered confo rm with or exceed quality as listed in the specifications. 40. ELI M INA T IO N FRO M C O N S IDERATIO N. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EM ER G E N CY R ESPO N S E PRIO RIT Y. It is hereby made a part of this solicitation that before, during, and after a public em ergency, disaster, hurricane, torn ado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" fo r any goods and services covered under any award resulting from this solicitation, including balance of line item s as applicable. It is vital and imperative that the majority of citizens are pro tected from any em ergency situation that threatens public health and safety, as determined by the City. By virtue of subm itting a response to this solicitation, vendor agrees to pro vide all award-related goods and services to the City on a "first priority" under the em ergency conditions noted above. 42. EST IM A TE D Q U A NTITIE S . Estim ated quantities or estimated dollars, if pro vided, are for City guidance only. No guarantee is expressed or im plied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given am ount subsequent to the award of this Bid. Estimat es are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable.prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. htisM*9..) 1 1 I B 2u19-1 56-DI= purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable·prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and. destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of ITB 2019-156-DI: 12 49. INSPECTION, ACCEPTAN CE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/W ITHDRA WALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officer's, 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. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139. ITB U19-1 56-DF these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. W hen the successful bidder(s) is in agreement, other units of government or non-pro fit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of govern m ent or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, serv ices, supplies, materials or equipment supplied pursuant to this Bid shall con form in all respects to the standards set forth in the Occupational Safety an d Health Act of 1970, as am ended, and the failure to com ply with this condition will be deem ed breach of contract. Any fines levied because of inadequacies to com ply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indem nify and save harmless the City of Miami Beach, Florida, and its officers, em ployees, con tract ors, an d/or agen ts, fro m liability of any nature or kind, including cost and expenses fo r, or on account of, any copyrighted, patented, or unpatented invention, pro cess, or article manufactured or used in the performance of the contract, including its use by the City of Miam i 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 ro yalties or cost arising fro m the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Paym ent will be made by the City after the items have been received, inspected, and found to com ply with Bid specifications, free of dam age or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid fo rm , 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 com puting 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 fo r prom pt 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 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 separa tely, and no attempt 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 determ ination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical inform ation, including Manufacturer's Safe ty Data Sheets (M SDS) should be provided with this bid as an attachm ent to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accom modation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids subm itted as an "equal" product must be accom panied with detailed specifications. Samples of item s, when required, must be furn ished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the rem oval of all sam ples furn ished within (30) days after bid opening. All sam ples will be disposed of after thirty (30) days. Each individual sam ple must be labeled with the bidder's nam e. Failure of the bidder to eith er deliver required sam ples, or to clearly identify samples may be reason fo r rejection of the bid. Unless otherwise indicated, sam ples should be delivered to the Pro curement Department, 1755 Meridian Aven ue, 34 Floor, Miami Beach , FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto; the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total ITB 20 9-1 56-DF MONOMORKiaeissarn.. 14 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these Genera l Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the item s specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furn ish the bra nd quoted in its bid. Any substitute shipments will be return ed at the bidder's expense. 68. TAXES. The City of Miam i Beach is exem pt fro m all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certify ing that they have im plemented a drug free work place pro gram . A certification form will be required. In the event of a continued tie between two or more bidders after considera tion of the drug free workplace pro gram , 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 bre aking of the tie shall be at the City Manager's discre tion, which will make a recom mendation fo r award to the City Com m ission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherw ise 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 com pensate 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 fo r 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 fo r the purposes of set off until such tim e as the exact amount of damages due the City from the successful bidder is deter mine d. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, fo r its convenience, term inate the work and/or serv ices then rem aining to be performed, at any tim e, by giving written notice to the successful bidder of such term ination, which shall becom e effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished docum ents and other materials shall be pro perly delivere d 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 contra ct fo r 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 com pensate the bidder for its reasonable direct costs in assem bling and delivering to City all docum ents. No com pensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. 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. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ITB 2C' 9- I 56-DF I5 extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. 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 supplemen tal to the item s 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. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, 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 PROPOSALFORM (EITHER INCLUDED IN TH ORIGINAL ITS 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). 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. I B 2019-156-DF SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and on e (1) el ectronic fo rmat (C D or USB fo rmat) 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 en velope or con tainer in which the bid is sub mitte d. Bid Number , id Title, Bidders Name, Bidder Return Address. Bids received electro nically, either thro ugh em ail or facsim ile, are not acceptable and w ill be rejected. 2. BID PROPOSAL. The Bid Pro posal is to include the following: • TA B 1- Cost Proposal Form (A ppendix E). The Cost Pro posal Form (A ppendix E) shall be com pleted mechanically or, if manually, in ink. Cost Pro posal Forms subm itted in pencil shall be deemed non- responsive. All corrections on the Cost Pro posal Form shall be initialed. • TAB 2 • Bid Cert ification, Q uestionnaire and A ff idavits (App en dix A). The C ity reserv es the right to request any docum entation om itted, w ith exception of the Cost Proposal Form (Appendix E), Proposal Certification, Q uestionnaire & Requirements A ff idavit (Ap pen dix A ), an d Bid Bond (if applicable). Bid Subm ittals received that do not include the Cost Pro posal Form , com pleted as required and fully executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must subm it any omitted docum entation w ithin three· (3) business days upon request from the City, or the bid may be deemed non- responsive. Non-re sponsive bid packages w ill receive no further considera tion. 3. LATE BIDS. Bid Pro posals are to be received on or befo re the due date established herein fo r the receipt of Bids. Any Bid received aft er the deadline established fo r receipt of pro posals w ill be considered late and not be accepted or w ill be return ed to Pro poser unopened. The City does not accept responsibility fo r any delays, natural or otherw ise. APPENDIX "A" /V\ A Proposal Certification, Questionnaire & Requirements Affidavit 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-156-DE APPENDIX "A" I P ro posal Certificatio n, Q ue stio nnaire & R eq uirements A ffid avit 2019-15 6-DF For the Rental of Pumps and Related Item s PRO C UREM ENT DEPARTM ENT 17 55 M er idi an Avenue, 3rd Floor Miami Beach, Florida 33139 % ' 9888098089898889%88808894e99086~.8888e$9et6988880888$98889888898888888~0889$84//98990008898%888889909~ 1TB 20 19 -15 6 DF 17 Solicitation No: 2019-156-OF Procurement Contact: Danny Flores Solicitation Title: For the Rental of Pumps and Related Items Tel: Email: 305-673-7000 x26652 danufloresOrniamibeachfl.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. General Proposer Information. FIRM NAME: t,48\ W. L. /' - NO. OF YEARS IN BUSINESS: c o i I NO. OF YEARS IN BUSINESS LOCALLY: ( ci NO. OF EMP.L O,YE I - 5 EZ d OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: IAA it FIRM PRIMARY ADDRESS (HEADQUARTERS): 33 (.0 1A{ i t3 CITY: iN.‘ ve e.r-c-e., 0 \)(7,',60—‘ STATE: c),,,, (.0 c,,,, ( I ZIP CODE: 3,,,,,, (.01 t TELEPHONE NO.: q s.- 4,1 _ ti ii ) a 0 6 TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: c s-1 /41._ 5 - Q, )..3 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: { Ltia, cr 0 • — C ,... 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. ,IWOOMMS/11VOW.5.1000041VMSZVVI OMMTV.V.1.0629.0.540.17.4{41MTORMINV.4f6SEWitZWAIKCAWAYNO9AMPALMOre.40.W.0.1<il..5.0.2152.0,0%/11(4.0$1.44SAVAIMOMOKON.M.VO4.4.66.V.~ftiMit. ITB 2019-156-DF 18 Solicitation No. Solicitation Title: 2019-156-DF For the Rental of Pumps and Related Items Procurement Contact: Tel: I Email: Danny Flores 305-673-7000 x26652 dann yflores@miamibeachfl.aov ·- ······-···- PRO PO SAL CERTIFIC ATIO N, Q UE STIO NNAI RE & RE Q UIRE M EN T S AFFIDAVIT Purpose: The purpose of this Proposal Certification, Q uestionnaire and Requirem ents Affidavit Form is to info rm pro spective Pro posers of certain solicitation and contractual requirem ents, and to collect necessary info rmation from Pr o posers in order that certain portion s of respon si ven ess, respo nsibility and oth er determining factors an d com pliance w ith requirem ents may be evaluated. This Pro posal Certification, Q uestionnaire and Requirements A ffidavit Form is a REQ UIRED FO RM that must be subm itted fully com pleted and executed. 1. G en eral Pro poser Info rmation. FIRM NAME: Mw (6?o«+· o. or YEARs a vs E s (q [o. or rws usesso(4/0 0F"49"° OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: MT 7o ke.+t FIRM PRIMARY ADDRESS {HEADQUARTERS): 33 u) ad S«,eef o D e .f ell bed- STATE: e l e ' I ZIP CODE: 3(4\ TELEPHONE NO. 4f- 407-2206 TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE:. I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT- Laz«e le«e2 ACCOUNT REP TELEPHONE NO.: 5/ 5 91 . 0 8 2 3 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: Laz«0 ws. [«0$.»" FEDERAL TAX IDENTIFICATION NO.: \ i 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. 1 Veteran Owned Business, Is Pro oser claiming a vet an 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:/isupplierportal.dnb.comiwebappiwcs/storesiservlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer. has completed work.. similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- erformance by an u 'c sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein. including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest,.lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.qovicity-halliprocurement'procurement-related-ordinance-and-proceduresi ITE-37717-1777'' 19 1 Veteran Owned Business! Is Pro1oser claiming~an owned business status? YEes LY]N 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 (SOR) directly to the Procurement Contact named herein. No proposal will be considered without receipt. by the City, of the SOR directly from Dun & Bradstreet. The cost of the preparation of the SOR shall be the responsibility of the Proposer. The Proposer shall request the SOR report from D& at https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SOR. 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 t°(on-pytormance by ~ic sector agency? YEs L]N o SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http_//ywy_miamibeachtl._ggycity-hall/procurement/procurement-related-ordinance_ and-_proceduresy 8. Living-Wage. Pursuant to Section 2 408 of the City of Miami Beach Code, as same-may-be-amended from time-to-time,c-evesed employees shall be paid th • : ff,* 1. Effective January 1, 2018, covered- care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per-h pfoyees must-b o less than $14 /14 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 hcialth care benefits of at! act $3.22 pet he The-living-wage-rate a !he Consumer Price index for ail Urtxa U) Miami" F • •ent of Labor's Bureau of Labor S standing the preceding, no annual index shall exceed three percent (3%). The City mey-aissby resolution, elect not to ind determin Proposers' failure to comply with this o ay-at its-sale-option. immediately deem said Proposer as non responsive, and may further subject-Psoposer-to-additional-penalties-and fin , as provided-in-the-Sits-Living-Wage-Ordinance, as-amendect--F-usthes-informatien-ee-the-Living-Wage-requirement is available-at-http:llwww.rniarnibeachfl.govisity-hallioroonfementiprocurcment related-ordinanc-e-and-preoeduresi, 81.18414-T-TAL REQUIREME-N-Tt-No-aidelitienal-submittatis-required. By virtue of executing-this-affidavit-document, Proposer agrees-to theliving4vage-requirement,Any-payroll-reenest made by the City during the contract-tern -shell-be-sompleted-eleotrenioally-via-the Gityls-eleotroni 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 httpliwww.miamibeachffuovicity-hall/procureinentiprocurementrelated-ordinance-and- procedures/ ITS 2019-156-DF "...R.IMS.PMEMaatg:e.0 LO 8. Living age. Pursuant to Section 2 408 of the Gity 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 Januany 1, 20 18, covered employees must be paid a living wage rate of no less than $11,82 per hour with health care-benefits of at least S2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 219, 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 employee s must be paid- a living-wage rate of no less than $11.78 per hour with health care ben efits of at least $3.22 per hour, or a living wage rate of no less than $15.90 per hour without health care benefits. The living wa ge rate and health care benefits rate may. by Resolution of the Gity Commission be indexed annually for inflation using ine Gonsumer rice index for ail Urban Con sum er s (CPI-U) Miami#Ft. Lau der d ai e, issued y the uS. Department oi Labors ur e au of Lab er Statistics. Notwithstanding the pre cedi ng. 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' fai lur e to comply with this provision shall be deemed a material breach under this proposal, under which the City mnay, at its sole option, imm ediat ely deem said Proposer as non responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wa ge Ordinance, as amended. Further inform ation on the Living 'Wage requirement is avail abl e at http:/w wwy_miamibea chfl_gov/city_hall/procurem en t/procur em ent related or dinange_ an d procedur e s}- 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 th e City's electronic compliance portal, LCP Tracker (LCP Tra cker .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? J e s T o B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners' or to domestic partners of employees? J e s T o C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g .. there are no insurance providers in your area willing to 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 tho Equal Benefits requirement is available at http_//yyy.miamibeachf_ ggy[city- hall/procurement¿procurement-related-ordinance-and- procedures/ 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity: may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work: may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity: and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes. and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from. or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14, Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation, This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Rilipt Initial to Confirm Receipt Initial to Confirm Receipt / Addendum 1 Addendum 6 Addendum 11 /, Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. 77771771= 21 1 O. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal. proposal, or reply on a contract with a public entity 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 fo 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 il has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from. or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance. set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit. Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement. in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initiai to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt I/ Addendum 1 Addendum 6 Addendum 11 -l Addendum 2 Addendum 7 Addendum 12 .,,j¡, 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. rps37277 21 DISCLOSURE AND DISCLAIMER SECTION 44 , 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. 1177717?- 1 56-DF 22 DISCLOSURE AND DISCLAI MER 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 cr 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 appiicant 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 oí 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. PROPOSER CERTIFICATION I hereby certify that: 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: LAZ,C4-e13 0Q, t'ta.- Title of Proposer's Authorized Representative: err : t-'s t A NI cAft‘?, Signature of Propos Outhorized Representative: Date: l ei 1TB 2019-156-7 23 PROPOSER CERTIFICATION I hereby cert ify that: I, as an authorized agen t of th e Proposer, am subm itting the following info rm ation as m y firm's proposal; Pro poser agrees to com plete and unconditional acceptance of the term s and conditions of this docum ent, inclusive of this solicitation, all attachm ents, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Di sclaim er Statem ent; Pro poser agrees to be bound to any and all specifications, term s and conditions contained in the solicitation, and any released Addenda and understand that the following are requirem ents of this solicitation and failure to com ply w ill result in disqualification of proposal subm itted; Proposer has not divulged, discussed, or com pared the proposal wi th oth er Propo sers and has not colluded wi th an y othe r Propo ser or pary to an y other pr opo sal , Proposer ackn owledges that all inform ation contained herein is part of the public dom ain as defined by the State of Fiorida Sunshine and Public Records Law s; all responses, data and info rm ation contained in this pro posal, inclusive of the Pro posal Certification, Questionnaire and R equirem ents Affidavit are true and accurate. Name of Proposer's Authorized Representative:. Laos k ez Title of Proposer's Authorized Representative: APPENDIX C Scope of Work & Specifications 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 I B 2019-156-DF 26 APPENDIX C I Scope of Work & Specifications 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 C1. Minimum Eligibility Requirements. Intentionally Omitted. C2. Scope of Work Required. Successful bidder shall furnish all labor, parts, tools, equipment and services necessary for the rental of pumps and related items. Prices bid must show rental by the hour, by the day, by the week and by the month and shall include all applicable fees (insurance, environmental recovery fees, maintenance, etc.). Rates shall be based on an eight (8) hour use per day. forty (40) hour use per week, and one-hundred and seventy-six (176) hour use per month. Rental charges will reflect the lowest rate for the time used and be computed in a manner that results in the lowest billing to the City. An hourly rental which is kept for a day will have the rate adjusted to reflect that daily rental, if that rate is less costly to the City. Same applies to daily rental if kept for a week and weekly rental if kept for a month. 2.1. Pump Specifications (Group 1). Awarded bidder(s) are to provide 4", 6", 8", 10", and 12" centrifugal pumps. The pump shall be fitted with fully automatic priming system incorporating an air compressor, air ejector assembly, and an air/water separation tank. No water shall be required in the pump to achieve a prime. The air ejector shall operate on the discharge side of the compressor, thus eliminating the possibility of water being drawn into the air source. The pump must be capable of running totally dry for periods up to twenty-four (24) hours. For additional capacity, the City is also requesting prospective bidder(s) provide pricing for high head classified pumps. • All pumps on Bid Form must be sound attenuated and silenced to 69db at 30 feet. • The Supplier shall provide all pumps/hoses (which includes 20 feet of suction hose and a minimum of 50 feet of discharge hose) of with available Camlock or Bauer fittings or equivalent fitting upon City staff approval. • The Supplier shall provide the necessary start/stop controls for each pump (if available). • The Supplier shall include the cost for preventive maintenance servicing in the equipment rental price listed on the Bid Form. Preventive maintenance shall not be an additional cost to the City. • The Supplier shall instruct the City's operating personnel in the proper operation and maintenance of the system. These services are to be included in the rental rate for the pumping system. 2.2. Related Items Specifications (Group 2). Awarded bidder(s) are to provide bid pricing for additional parts and accessories needed for the successful operation of the pump for any given scenario. The parts and accessories required, as listed in the Cost Proposal Form, shall meet all applicable certifications, regulations, and laws that govern these type of services and applications. 2.3 Service Level Expectation. Any equipment rented shall be guaranteed to be fully functional and capable of performing the task(s) it was designed to perform under the manufacturer's guidelines. All safety equipment/attachments shall be in place and functioning per the manufacturer's design. Any equipment not functioning properly (or becoming non-functional) will be picked up and replaced by the vendor at no additional charge to the City, within 24 hours, ITB 2019-156-DF 27 C 1. M inim um Eligibility R equirem ents. Intentionally Omitted. C 2. Scop e of W ork R equired. Successful bidder shall furn ish all labor, parts, tools, equipment and serv ices necessary fo r the rental of pumps and related items. Prices bid must show rental by the hour, by the day, by the week and by the month and shall include all applicable fees (insurance, enviro nm ental recovery fees, maintenance, etc.). Rates shall be based on an eight (8) hour use per day, fo rty (40) hour use per week, and one-hundred and seven ty-six (176) hour use per month. Rental charges will reflect the lowest rate for the time used and be computed in a manner that results in the lowest billing to the City. An hourly rental which is kept for a day will have the rate adjusted to reflect that daily rental, if that rate is less costly to the City. Same applies to daily rental if kept for a week and weekly rental if kept fo r a month. 2.1. Pum p Specifications (Group 1). Awarded bidder(s) are to provide 4",6", 8", 10", and 12" centrifugal pum ps. The pum p shall be fitted with fully automatic priming system incorporating an air com pressor, air ejector assembly, and an air/water separation tank. No water shall be required in the pum p to achieve a prime. The air ejector shall operate on the discharge side of the com pressor, thus elim inating the possibility of water being drawn into the air source. The pum p must be capable of running totally dry fo r periods up to twenty-four (24) hours. For additional capacity, the City is also requesting prospective bidder(s) pro vide pricing for high head classified pum ps. • All pum ps on Bid Form must be sound attenuated and silenced to 69db at 30 feet. • The Supplier shall provide all pum ps/h oses (which includes 20 feet of suction hose and a minim um of 50 feet of discharge hose) of with available Camlock or Bauer fittings or equivalent fitting upon City staff appro val. • The Supplier shall provide the necessary start/stop contro ls for each pump (if available). • The Supplier shall include the cost fo r preventive maintenance servicing in the equipm ent rental price listed on the Bid Form. Preventive maintenance shall not be an additional cost to the City. • The Supplier shall instruct the City's operating personnel in the proper operation and maintenance of the system . These serv ices are to be included in the rental rate for the pum ping system . 2.2 . Rel ated Item s Specifications (Gr o up 2). Awarded bidder(s) are to provide bid pricing for additional parts and accessories needed fo r the successful operation of the pump for any given scenario. The parts and accessories required, as listed in the Cost Pro posal Form, shall meet all applicable certifications, regulations, and laws that govern these type of services and applications. 2.3 Servi ce Level Expectation. Any equipm ent rented shall be guaranteed to be fully functional and capable of performing the task(s) it was designed to perform under the manufacturer's guidelines. All safety equipm ent/attachments shall be in place and functioning per the manufacturer's design. Any equipment not functioning properly (or becoming non-functional) will be picked up and replaced by the vendor at no additional charge to the City, within 24 hours, during the rental period, except where the equipment may have been subjected to abuse, accident, or negligence on the part of an operator furnished by the City, and the City determines the damage was caused by a City employee. Routine repairs (not caused by misuse of the equipment) shall be provided at no additional cost to the City during regular working hours (Monday through Friday, 8:00 A.M. to 4:00 P.M.). The awarded bidder(s) shall provide a response time (Technician on the job site) within three (3) hours whenever regular technical support services are requested As the City receives the equipment, the vendor shall provide information regarding current condition and any visual, pre-existing damage to the equipment. The vendor and the City's Department's representative will review the equipment condition at point of delivery as well as at the point of return. No rental fees may be charged to the City without a signed receipt of acceptance of the equipment. At the time of any rental of equipment, the City's Department's representative may sign the delivery ticket as evidence of receipt of the equipment. The City's department representative accepting the equipment will not be authorized to obligate or bind the City to contractual terms and conditions; therefore, signature on a delivery ticket is merely an acknowledgement of receipt of the equipment. The pre-printed terms on the reverse side of the delivery ticket shall govern the rental transaction only to the extent they are not in addition to, or in conflict of, the terms of the Contract, which shall govern all transactions. 2.4 Rental Period. The rental rate commences when the equipment ordered by the City is delivered to the worksite, loaded, dismantled or assembled, in operating condition and ready to work, and City staff has been fully trained to operate. The rental period shall end upon written or verbal communication by the City's Department's representative to the successful vendor's contact person. 2.5 Delivery and Pick-up of Equipment. Delivery and pick-up costs shall be separate from the rental rate. Equipment delivered shall be in "turn-key" status. The vendor shall deliver the pumps and related items within one (1) calendar day after the date the order is placed by the City's Department's representative; except in such cases where the service will be delayed due to causes beyond the control of the vendor. In these cases, the vendor shall notify the City of the delays in advance so that a revised delivery schedule can be considered by the City. Pick up of the equipment must be made within twenty-four (24) hours of notification by the City that services are no longer needed. 2.6 Fuel and Lubricants (If applicable). The equipment shall be delivered to the City properly serviced with the necessary lubricants and a full tank of engine fuel. The City will only furnish additional fuel and lubricants while in use by the City. Further, the City shall return the equipment with a full tank of engine fuel. 2.7 Emergency Technical Service (Group 3). For emergency technical service, the awarded bidder(s) shall provide 24 hours, seven (7) days a week emergency service to the City under the contract. The emergency technical service response time (defined as the time from acknowledged notification to arrival on-site) shall be within two (2) hours after notification by the City. 1TB 2019-156-Dr '210SMSTAblisNWilita4 28 during the rental period, except where the equipment may have been subjected to abuse, accident, or negligence on the part of an operator furnished by the City, and the City determines the damage was caused by a City employee. Routine repairs (not caused by misuse of the equipment) shall be provided at no additional cost to the City during regular working hours (Monday through Friday, 8.00 AM. to 4.00 PM.). The awarded bidder(s) shall provide a response time (Technician on the job site) within three (3) hours whenever regular technical support services are requested As the City receives the equipment, the vendor shall provide information regarding current condition and any visual, pre-existing damage to the equipment. The vendor and the City's Department's representative will review the equipment condition at point of delivery as well as at the point of return. No rental fees may be charged to the City without a signed receipt of acceptance of the equipment. At the time of any rental of equipment, the City's Department's representative may sign the delivery ticket as evidence of receipt of the equipment. The City's department representative accepting the equipment will not be authorized to obligate or bind the City to contractual terms and conditions; therefore, signature on a delivery ticket is merely an acknowledgement of receipt of the equipment. The pre-printed terms on the reverse side of the delivery ticket shall govern the rental transaction only to the extent they are not in addition to, or in conflict of, the terms of the Contract, which shall govern all transactions. 2.4 Rental Period. The rental rate commences when the equipment ordered by the City is delivered to the worksite, loaded, dismantled or assembled, in operating condition and ready to work, and City staff has been fully trained to operate. The rental period shall end upon written or verbal communication by the City's Department's representative to the successful vendor's contact person. 2.5 Delivery and Pick-up of Equipment. Delivery and pick-up costs shall be separate from the rental rate. Equipment delivered shall be in "turn-key" status. The vendor shall deliver the pumps and related items within one (1) calendar day after the date the order is placed by the City's Department's representative; except in such cases where the service will be delayed due to causes beyond the control of the vendor. In these cases, the vendor shall notify the City of the delays in advance so that a revised delivery schedule can be considered by the City. Pick up of the equipment must be made within twenty-four (24) hours of notification by the City that services are no longer needed. 2.6 Fuel and Lubricants (If applicable). The equipment shall be delivered to the City properly serviced with the necessary lubricants and a full tank of engine fuel. The City will only furnish additional fuel and lubricants while in use by the City. Further, the City shall return the equipment with a full tank of engine fuel. 2.7 Emergency Technical Service (Group 3). For emergency technical service, the awarded bidder(s) shall provide 24 hours, seven (7) days a week emergency service to the City under the contract. The emergency technical service response time (defined as the time from acknowledged notification to arrival on-site) shall be within two (2) hours after notification by the City. C3. Roadmap for Push Button Contractor Selection. When Work is identified by a City representative, the Contractor who provides all services needed and is the lowest for the project based on prices submitted in Appendix E. Cost Proposal Form, will be selected to complete the Work. Example: Item Nurnt 0102- 74- Description , CHANNELIZING DEVICE- TYPES I ; II ' DI, VP, DRUM, OR LCD Unit ED Est. Qty. 4 Unit Price $ 20.00 UnitPrice $ 22.00 Unit Price $ 18.00 0110- 4- 2 REMOVAL AND DISPOSAL OF EXISTING CONCRETE SIDEWALK - (UP TO 8" SICK) SY 8 $ 12.00 $ 13.00 $ 15.00 0522- 2-1 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK (INCLUDES DRIVEWAYS) SY 8 $ 18.00 $ 11.00 $ 20.00 Project award to XYZ Company* TOTAL $320.00 $280.00 $ 352.00 *If firm is in good standing Prior to issuing a Purchase Order, for projects $50,000 or greater, the City Manager's approval is required. The City Manager's approval, along with a justification, is also required when the contractor offering the lowest cost is not selected. In determining the lowest and best contractor for the project, in addition to price, there shall be considered the following: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. ITB 201 9-1 56-CF 29 C3. Roadm ap for Push Button Contractor Selection. When Work is identified by a City representative, the Contractor who provides all services needed and is the lowest for the project based on prices submitted in Appendix E, Cost Proposal Form, will be selected to complete the Work. Example: .E ~ s s O <o o 4" Item Numt Description Unit Est. Qty. Unit Price Unit Price Unit Price s' 0102- 74- CHANNELIZING DEVICE- TYPES I, 11, ED 4 $ 20.00 $ 22.00 $ 18.00 DI, VP, DRUM. OR LCD REMOVAL AND DISPOSAL OF 0110-4- 2 EXISTING CONCRETE SIDEWALK- SY 8 $ 12.00 $ 13.00 $ 15.00 (UP TO 8" SICK) CONCRETE SIDEWALK AND 0522-2-1 DRIVEWAYS, 6" THICK (INCLUDES SY 8 $ 18.00 $ 11.00 $ 20.00 DRIVEWAYS) Project award to XYZ Com pan y If firm is in good standing TOTAL $ 320.00 $280.00 $352.00 Prior to issuing a Purchase Order, for projects $50,000 or greater, the City Manager's approval is required. The City Manager's approval, along with a justification, is also required when the contractor offering the lowest cost is not selected. In determining the lowest and best contractor for the project, in addition to price, there shall be considered the following: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. APPENDIX D AMI Special Conditions 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 , . . ITB 2019-156-DF 30 A P P E N D IX D I I Special Conditions 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 1TB 2019-156DF 30 1. TERM OF CONTRACT: This contract shall remain in effect for two (2) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional three (3), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be on a month-to-month basis 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, and shall not exceed six (6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the two (2) year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an additional three (3), one (1) year terms, on a year to year basis, at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. 3. METHOD OF PAYMENT: The City shall provide periodic payments for services rendered by the vendor. In order for the City to provide payment, the vendor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. ITB 2019-156-DF 1. TERM OF CONTRACT: This contract shall remain in effect for two (2) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional three (3), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be on a month-to-month basis 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, and shall not exceed six (6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the two (2) year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an additional three (3), one (1) year terms, on a year to year basis, at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. 3. METHOD OF PAYMENT: The City shall provide periodic payments for services rendered by the vendor. In order for the City to provide payment, the vendor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 4. SHIPPING TERMS: Bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to and accepted by an authorized City representative. 5. BACK ORDER ALLOWANCES: The City shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the City within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, the City reserves the right to cancel the order, seek the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. 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. 7. TRAINING (IF APPLICABLE). The awarded bidder(s) shall provide all operational and safety training associated with any equipment included in the resulting Contract at no cost to the City. This includes any OSHA required certifications or licenses associated with rental of provided equipment. The bidder(s)' bid response shall include a complete description of training (methods of delivery, available locations, duration, content, etc.). 8. INSTALLATION. All products provided under this Contract that require assembly and installation shall be performed by the awarded Company's certified installers at no cost to the City. All installation work must meet the manufacturer's specifications and industry standards. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] I TB 2019-156-CF 32 4. SH IPPIN G TER M S: Bidders shall quote prices based on F.O .B. Destination and shall hold title to the goods until such tim e as they are delivered to and accepted by an authorized City representative. 5. BA C K O R D E R ALLO W A NC ES: The City shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the City within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the pro ducts within the time specified, the City reserv es the right to cancel the order, seek the item s from another vendor, and charge the incum bent vendor fo r any re-procurem ent costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract fo r default. 6. EQ UIP M EN T SH A LL BE M O ST R EC EN T MO DEL AVAILA BLE. 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 fo r purposes of this solicitation. Demonstrator models will not be accepted. O m ission of any essential detail from these specifications does not relieve the vendor from furn ishing a com plete unit. The unit shall conform to all applicable OSHA, State, and Federa l safety requirem ents. 7. TR A IN ING (IF A PPLI C A BLE ). The awarded bidder(s) shall pro vide all operational and safety training associated with any equipment included in the resulting Contract at no cost to the City. This includes any O SHA required certifications or licenses associated with rental of pro vided equipment. The bidder(s)' bid response shall include a com plete description of tra ining (methods of delivery, available locations, duration, content, etc.). 8. IN S TA LLATI O N. All products pro vided under this Contract that require assembly and installation shall be performed by the awarded Com pany's certified installers at no cost to the City. All installation work must meet the manufacturer's specifications and industry standards. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 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 . of . ro °se's will result in pro .osal bein . deemed non-responsive and bein re'ected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms; conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices. delivery delays, taxes, insurance. cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. GROUP 1 etc . Item 1 - PUMP RENTAL - Prices bid shall include Description 4"$ all applicable fees Hourly Rate /0 (insurance, environmental Daily Rate a:7 ci recovery Weekly Rate $ • fees, maintenance, Monthly Rate $ d 074 2 4" High Head $ 40 $ 311 $ `‘35 6 $ 9 33 3 ,o. 3 6" $ ////49 $ 3 ci,a- $ 10 1 $ )..7 Sc2, 0,, 4 6" High Head $ ,4/7,' $ H. 9'j $ lOct 3 $ g. 9 81 s 5 8" $ /////7- $ LI cIJ $ LPG $ 3 c g)(2.." 6 8" High Head $ 4/7"? $ ID to $ 3144 $ c). tau,..., 7 10" $ /YAP $ ci ci 3 $ (7/5 c-i6 $ G -7 S.'7 .74'• 8 10" High Head $ /WA $ /1//X' $ /0 $ /1-7/2. 9 12" $ 4//1 $ toCM $ (2-897 $ •737-1 , --, 10 12" High Head $ .70- $ lot ") cl $ ?-8 5b $ l u, 06,3 .04, GROUP 2 - RENTAL OF RELATED ITEMS - Prices bid shall include all applicable fees (insurance, environmental recovery fees, maintenance, etc . Item Description Hourly Rate Daily Rate Weekly Rate Monthly Rate , GROUP' 2A - Suction Hose 11 4" 10' Section $ /fp- $ l 4 $ d. 4 $ -/ s- 12 4" 20' Section $ 40 $ t3 $ '5-8 $ i cc) , oo 13 6" 10' Section $ 4//9" $ ‘ c $ 39 $ k 0. 4 , o 14 6" 20' Section $ / IP $ 30 $ (20 $ T 1 $ .1(:1 $ , oc,, (90, $ 1 S 4 0. 15 8" 10' Section $ 16 8" 20' Section $ 4/4 $ 1--) $ `0 $ 3-5-4D,v , 17 10" 10' Section $ 4//h $ 30 $ T7 $ dco:Dc> 18 10" 20' Section $ /0 $ 6 0 $ t51 $ ki Gyps,' 19 12" 10' Section iy,zi. $ L c., $ t(.76 $ ).-7 .5-., c'''-' 20 12" 20' Section $ ,4/49 $ ei $ 9 11 $ 5"`-.(-). o') GROUP'28 = Sudtion End Protection Screen (Strainer) , 21 4" $ 0 1$ b $ g d• S ITB 2019-156-DE A P P E N D IX E C O S T P R O P O S A L FO R M Bidder affirms that the prices stated on the pro posal price 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 require ments 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 Pro posal Form (Appendix E) shall be com pleted 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 (Ap pe ndi x E) shall be initiale d. GROUP 1- PUMP RENTAL - Prices bid shall include all applicable fees (insurance, environmental recovery fees, maintenance, etc. 2 4" Hi h Head 3 6" 4 6" Hi h Head $ 5 8" $ 6 8" Hi h Head $ //9 7 10"° $ nt l $ 8 10" Hi h Head s //9 $ 9 12" $ 0/f $ $ 10 12 Hiah Head $ il/o $ $ GROUP 2 - RENTAL OF RELATED ITEMS - Prices bid shall include all applicable fees (insurance, environmental recovery fees, maintenance, etc. GROUP 2A - Suction Hose 11 4" 10' Section 12 4" 20' Section $ 13 6" 10' Section $ ill 14 6" 20' Section $ l 15 8" 10' Section $ 16 8" 20' Section $ 17 10" 10' Section $ 18 10" 20' Section $ 19 12" 10' Section $ 20 12" 20' Section $ €2 s 2o s 37 GROUP 2 - Suction End Protection Screen (Strainer) 21 4 s o $ $ $ $ s $ .0 o $ $ O ,e » $ $ 2o'o $ 15 $ ]o.o> S to6 975.- S 90 M, $ 12 34 Item 22 Description Hourly Rate i Daily Rate $ 1 Weekly Rate $ 1 Monthly Rate 3`7 23 8" $ 4 1 49 i o $ J c, $ Li 3 24 10" $ $ 1 5" $ 'IT $ c-\ 25 12" $ 2° , Li ci 1 .S. GROUP 2C - Tee Float Section End 26 I 4" /Vif /4 --$ / 27 / $ / , /,9 1 $ 14 28 i 8" $ /09 $ /7,/je . $ IYA $ 1 29 f 10" $ //// /7 $ ft f $ P///7 $ 1 30 12" $ 4 /4 $ $ /17/ $ ,,e/ /1/ GROUP 20 - Polypropylene Discharge Hose (up to 150 psi) 31 4" 10' Section $ ,O /0 /7/4/‘ 32 4" 20' Section $ liq $ /0 $ 414 $ 33 6 10' Section S / $ OA $ 4.7 $ 34 6" 20' Section $ $ # $ / )11- $ /1 35 8" 10' Section $ //// $ ' $ 4// $ 36 8" 20' Section $ i $ / $ AP $ 37 10" 10' Section $ $ $ n'A9 $ 38 10" 20' Section $ 4 ii! $ ////9' $ 39 12" 10' Section $ A $ /4 $ I g 40 12" 20' Section i /7- /1// la GROUP 2E - Layflat Hose 41 4" 50' Section N $ ‘). c 5i $ Vs* 42 4" 100' Section $ 0 $ 3 $ ctck $ )- 50 43 6" 50' Section $ 0 $ 30 $ s ct $ ;:).)-5- 44 6" 100' Section j I / /1 $ 37 c 45 $ (,0 $ i'-tc- 8" 50' Section $ / $ — $ i‘ 0 $ a7S-- 46 8" 100' Section $ $ • i , $ 1 2 $ 115 47 10" 50' Section $ It %' $ ///, " $I ///9 - . $ , 48 10" 100' Section $ /1(// $ /1/A $ /en- $ 47,- 49 12" 50' Section $ / / f $ 5- $ i $ 5, o 50 12" 100' Section $ fil il $ Il $ :3 G33 9 0 GROUP 2F - Bauer-Style HarttPipe with lockingConnections 51 4" 10' Section $ iv $ 0 ) et /3- 52 4" 20' Section $ $ a:3 $ S'q $ i 50 53 6" 10' Section $ / $ k C $ 3 cr $ t 54 , 6" 20' Section $ /// $ 3 0 $ 1-7 $ 190 55 8" 10' Section $ #. ), $ ^ s \\ $ ‘',) - 56 8" 20' Section $ $ 1 S $ co 57 10" 10' Section '3 0 $ .77 $ )-00 ITB 2C 9- I 56-DF 35 Item Description Hourly Rate Daily Rate Weekly Rate Monthly Rate 22 6" $ l/4 $ ·1 s 15 $ 7<5 23 8" s il s 1o $ )c> $ 4o 24 10" $ li $ 15 $ 3< $ 40 2 25 12° $ Ml $ 9o $ 4f $ 105 GROUP 2C - Tee Float Section End il ¡ 26 4 s Ml $ s 0A s /// 27 6 $ M $ jJI¡ 9 $ 1/i s it 28 8 $ Ml% $ l A $ i% $ ill 29 10" $ MIA $ • 4 $ l s MA 30 12" $ /4 $ n $ nt S 0 s . . # I f °+ : a GROUP 2D - Polypropylene Discharge Hose (up to 150 psi), . . , . , 1, , 31 4" 10' Section $ % $ a $ /4 $ l 32 4 20' Section $ 1%4 $ 4%i% $ l $ /¡I¡ ç 33 6"10' Section s //l $ Mill $ ii $ A 34 6" 20' Section $ il/4 $ if# $ i/ $s ll 35 8" 10' Section $ Ml/4 $ Ml $ il# $ al 36 8" 20' Section $ 2Ml $ #i# $ Ji $ i/i 37 1 0" 10' Section $ , 'ff· $ it $ »/4 $ ail# 38 1 0" 20' Section $ l $ uh $ //4 $ # 39 12" 10' Section $ Ml s l $ i/ $ 40 12" 20' Section $ why $ wir $ // $ ' .+ t %. t - ' ----- ·. • « GROUP 2E · Layflat Hose · .. ii i; «5 41 4" 50' Section $ /, s25 $ 5 $ l5co 42 4" 100' Section $ 1¥ s 3 $ q« $ 25o 43 6" 50' Section $ wk $ 3o $ 3 $)25 44 6" 100' Section $ ;t}/IJ, $ 6o $ I $ 275 45 8" 50' Section $ /il $ 45 $ 1\o $ 075 46 8" 100' Section $ l $ 70 $ 173 $ 459 47 10" 50' Section $ le $ Ml% $ ly- $ 0 , 48 10" 100' Section $ ill $ l $ # $ t/4 all 85 t s50 49 12 50' Section $ $ $ 24 $ 50 12 100' Section $ /H# $ ¡40 s 35 $ 0 GRO UP 2F - Bauer-Ste Hard Pipe with Lockin Connections .« .- ° . ••. ? 51 4"1 O' Section $ Ml $ i2 $ 26 $ 7 5 52 4" 20' Section $ í ,¡, __ $ 03 $ s8 $ i5 0 53 6" 10' Section $ til $ 5 $ 3 $ lco 54 6" 20' Section $ MN $ 3o $ 7 $ 9o 55 8" 10' Section $ l $ )o S 4 $ 105 56 8" 20' Section $ l $ 31 $ 6 $ 25o 57 10" 10 Section $ ln $ 3o $ )7 $ )o0 f p 1TB 2019-156DF 35 GROUP 3 - EMERGENCY TECHNICAL SERVICES - Prices bid shall include all applicable fees (insurance, environmental recove fees. maintenance. etc Total Unit Cost (Quantity X_Unit_Cost) MIMIMME1111 Item Description U I M Emer•-nc Labor Rate Hourl .. Item Descri . ion Hourly Rate Daily Rate Weekly Rate Monthly Rate. 58 10" 20' Section $ V)\\N $ (“..) ‘ S1 '.loo 59 12" 10' Section $ IA ti\ $ A 0 $ (OG $ 3-7 60 . 12" 20' Section S t,,\,4 $ 'z>\ $ ,g 1t $ sco GROUP 2G • 45 Degree Bend/Elbow 61 4" $ t'APc $ \ 0 $ dM S-CI 62 6" S ks\ A $ 0-- S 1 $ '75 63 8" $ (`ft S 5 s '?3 S cot 64 10" $ VA,N $ 31 S '73 $ iLl.'3 65 12" S illA $ 11 s 6C.) S \ US-- GROUP 2H - 90 Degree Bend/Elbow 66 4" $ Ai\ $ \ 0 $ ,,n S'i 67 6" $ 14kik $ 1). $ 30 $ 75 68 8" S IA& $ ' c $ 3' $ el 69 10" $ 0 Vx $ ,Pi $ '' $ 14C 70 12" , ... , $ t‘ IN, $ 33 $ • s Rs GROUP 21- Bauer-Style Wye Connection ' 71 4" $ \AA- $ 0 $ ) 5 $ (5 72 6" $ P \ IV $ ' a $ 3 . $ ) 73 8" $ tA • $ . $ 119 $ 1.2 5'- 74 10" $ M A $ r 0 $ 'T) $ 1 C 0 75 12" $ t\Ak $ '3s- 4 $ 1M . . GROUP' 2J - Float Switch Level Sensor , ' . 76 Float Switch Level Sensor $ t\A k ), ' 9co . . GROUP 2K - Read/Hose Ramps 77 Road/Hose Ramps $ (\3 \it ts 5.5 $ 135 J $ 35- GROUP 2L - 6" x 4" Connection Reducing Adapter 6" x 4" Connection Reducing 78 Pi 1 Adapter $ /r $ lc; $ $ ) GROUP 3 TOTAL Bidder's Affirmation Company: IV‘ WI ; c o r -A:Vz 0". Authorized Representative: c,2, e- a-0 Qty r'a'i,. I. Address: 33 ce y ,....,..) c ),-. Telephone: q c-9 .... ti,i) .. 9 -.),,,,, 6 Email: L,i2,,, go yv„..0.1.., ),.,,,,,, t . ,, 4.4 Authorized Representative's Signature: ITE, 2019-156-DE 36 5 9 1 2 1 O ' S e c tio n 6 0 1 2 2 0' S e c tio n $ GROUP 2G - 45 De ree Bend/Elbow 61 4 $ 62 6 $ 63 8' $ 64 10" $ 65 12" s GROUP 2H- 90 De ree Bend/Elbow 66 4" 67 6° 68 8" 69 10" 70 12° GROUP 2I - Bauer-Style Wye Conn ection 71 4" 72 6" 73 8° 74 10" 75 12° GROUP 2J - Float Switch Level Sensor s 23 s 7 s 66 $ $ $ $ $ $ $ $ $ s q s 75 $ s S s sf s 5 s 9 l s 45 $ $ $ $ $ 76 Float Switch Level Sensor s ) GROUP 2K - Road/Hose Ramp s 77 Road/Hose Ramps [ A s i3 5 GROUP 2L - 6" Y 4" Connect ion Reducing Adapter 7g [6"x4 Connection Reducing Adapter $ o , 29 - GROUP 3 - EMERGENCY TECHNICAL SERVICES - Prices bid shall include all applicable fees (insurance, environmental fees, maintenance, etc). Item Erner enc Labor Rate Description Unit Cost Houri Total (Quantity_X_Unit_Cost) GRO UP 3 TOTAL Bidder's Affirmation Company: Address: Telephone: Email: APPENDIX F !BEACH Insurance Requirements 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 204.0EUMKSV,...0.114,AMWASIMPOSMIWAVAMOSMEtOMMAKMVIMMMMOSSSZIni.....eitke4P...".<...14..W.:1140ardniStfftl.r.....MOVAMAXMOOMOWMOMPIMMANAMMOINOMMa.wK 11B 20 1 9-1 56-DF 37 APPENDIX F I I In suranc e R eq u irements 2019-15 6-DF For the Re n ta l o f P u m p s a n d Re la te d Ite m s PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 37 ri--,1 \A I BE INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1.000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. Excess Liability $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value .00 Liquor Liability .00 Fire Legal Liability .00 Protection and Indemnity .00 Employee Dishonesty Bond .00 Other .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured, Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2019-156-CF 38 xxx 3. 4. xxx 5. 6. INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. Workers' Compen sation and Employer's Liability per the Statutory limits of the state of Florida. Comprehensive General Liability (occurrence form ), limits of liability $ 1.000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $1,000,000 each occurren ce - own ed/non -own ed/hired automob iles included. Excess Liabi lity- $. .00 per occurrence to foll ow the primary coverages. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. Other Insurance as indicated: Build ers Risk comp leted value Liquor Liability Fir e Legal Liability Protection and Indemni ty Employee Dishonesty Bond $ .00 .00 .00 .00 .00 xxx 7. XXX8. xxx 9. Thirty (30) days written cancellation notice required. Best's guide rating B+:VI or better, latest edition. The certificate must state the proposal number and title The City of Miam i Beach is self-insured. Any and all claim payments m ade fro m self-insurance are subject to the lim its and provisions of Florida Statute 768.28, the Fl orida Constitution, and any other applicable Statutes. 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 Insurance Requirements 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-156-DF APPENDIX F I I t Insurance Requirements 2019-156-DF For the Rental of Pumps and Related Items PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 B INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value .00 Liquor Liability .00 Fire Legal Liability .00 Protection and Indemnity .00 Employee Dishonesty Bond .00 Other .04 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. MIPIOMMEffib1441MONAWS ITB 2019-156-DF 38 xxx 1. XXX2. xxx 3. 4. XXX5. 6. INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. Comprehensive General Liability (occurrence form), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. Excess Liability $ .00 per occurrence to follow the primary coverages. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. Other Insurance as indicated: Builders Risk completed value Liquor Liability Fire Legal Liability Pr otection and Indemnity Employee Dishonesty Bond Other $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 xxx 7. XXX8. xxx 9. Thirty (30) days written cancellation notice required. Best's guide rating B+:VI or better, latest edition. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes.