19-156-02 Bobcat of Miami LLCCO NT RA C T NO . 19-156-02
MIAMI BEACH
City of Miami Beach, 1755 Meridian Avenue, 3" Floor, Miami Beach, Florido 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305673-7490, Fax. 786-394-4235
SENT VIA E-MAIL TO: mmessana@synergyequip.com
March 18, 2020
Mike Messana
Bobcat of Miami, LLC d/b/a Synergy Rents
8340 NW 58 Street
Doral, FL. 33166
Phone: 786-999-3644
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO.
2019-156-DF FOR THE RENTAL OF PUMPS AND RELATED ITEMS.
Dear Mr. Messana:
On September 24, 2019, Bobcat of Miami, LLC d/b/a Synergy Rents (the "Contractor'') submitted
to the City of Miami Beach, Florida (the "City") a bid in response to the above-referenced 1TB.
The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the
approval of the City Manager's recommendation by the Mayor and City Commission shall
constitute a binding Contract between the City and the awarded bidder.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission,
at its February 12, 2020 meeting, approved the City Manager's recommendation pursuant to the
1TB, to award a contract to Bobcat of Miami, LLC d/b/a Synergy Rents., 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 ValerieVelez@miamibeachfl.gov or at
305.673. 7 490. 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 rodolfodelatorre@miamibeachfl.goy_ or (305) 673-7000 ext. 26243.
Ale Denis
Director Procurement Department
AD/ME/AG
We are committed to providing excellent public service and salety to all who live, work, and play in our vibrant, tropical, historic community
A TT A C H M E N T A
R E SO LU T IO N C O M M IS SIO N IT EM S A N D C O M M IS SIO N
M E M O R A N D U M
C oversheet Page 1 of2
C o m petitive B id R eport s - C2 E
M IA M I 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 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 1TB 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: Herc Rentals, Inc. ("Herc 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 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
1TB, 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 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.
htt ps:/ /m iam ibeach . novu sagenda.com /agendapublic/C overSheet.aspx?It em ID = 1487 6&M e... 2/1 8/2020
Coversheet Page 2 of 2
C O N C LU S IO N
As previously stated, award of the 1TB 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.
A p p lic a b le A rea
Not Applicable
Is this a R e s id e nt R ig ht to
K now ite m ?
No
D o e s this ite m utilize G .O .
B o n d Fund s ?
No
Le g is la tiv e T ra c k in g
Public Works/Procurement
A TT A C H M E N T S :
D es c riptio n
a Attachment A
https ://miamibeach.novu sagenda. com/ agendapub lic/CoverSheet.aspx ?I tern ID= 148 7 6&Me... 2/18/2020
A tta c h m e n t A
Tabulation
Group 1- Pump Rental MWI Corporation Synergy Equipment Xylem Dewatering
•· '. E E »
1 4" NO ID $ 279.00 $ 761.00 $ 2,074.00 NO BID $ 168.00 $ 561.00 $ 1,700.00$ 156.00 $ 156.00 $ 468.00 $ 1,404.00
2 4" High Head NO ID $ 314.00 $ 856.00 $ 2,333.00 NO BID $ 208.00 $ 693.00 $ 2,100.00 $ 447.00 $ 447.00 $ 1,341.00 $ 4,023.00
3 6" NO 8ID $ 382.00 $ 1,023.00 $ 2,788.00 NO ID $ 228.00 $ 759.00 $ 2,300.00 $ 258.75 $ 258.75 $ 776.25 $ 2,328.75
4 6" High Head NO BIO $ 409.00 $ 1,093.00 $ 2,981.00 NO BID $ 297.00 $ 990.00 $ 3,000.00 $ 579.75 $ 579.75 $ 1,739.25 $ 5,217.75
5 8" NO BIO $ 492.00 $ 1,316.00 $ 3,588.00 NO BID $ 267.00 $ 891.00 $ 2,700.00 $ 347.25 $ 347.25 $ 1,041.75 $ 3,125.25
6 8" High Head NO BID $ 1,210.00 $ 3,144.00 $ 8,200.00 NO BID $ 347.00 $ 1,155.00 $ 3,500.00 $ 778.50 $ 778.50 $ 2,335.50 $ 7,006.50
7 10" NO BID $ 993.00 $ 2,590.00 $ 6,757.00 NO BID $ 396.00 $ 1,320.00 $ 4,000.00 $ 437.25 $ 437.25 $ 1,311.75 $ 3,935.25
8 10" High Head NO BID NO BID NOBID NO BIO NO BID $ 426.00 $ 1,419.00 $ 4,300.00 $ 778.50 $ 778.50 $ 2,335.50 $ 7,006.50
9 12" NO ID $ 1,084.00 $ 2,827.00 $ 7,374.00 NO BID $ 495.00 $ 1,650.00 $ 5,000.00 $ 513.00 $ 513.00 $ 1,539.00 $ 4,617.00
10 12" High Head NO BID $ 1,479.00 $ 3,858.00 $ 10,063.00 NO BID $ 545.00 $ 1,815.00 $ 5,500.00 $ 945.00 $ 945.00 $ 2,835.00 $ 8,505.00
NO ID $ 12.00 $ 29.00 $ 75.00 NO BID $ 10.00 $ 30.00 $ 90.00 $ 7.20 $ 7.20 $ 21.60 $ 64.80
12 NO ID $ 23.00 $ 58.00 $ 150.00 NO ID $ 15.00 $ 45.00 $ 135.00 $ 12.60 $ 12.60 $ 37.80 $ 113.40
13 6" 10' Section NO BID $ 15.00 $ 39.00 $ 100.00 NO 8ID $ 10.00 $ 30.00 $ 90.00 $ 11.40 $ 11.40 $ 34.20 $ 102.60
14 6" 20' Section NO BID $ 30.00 $ 77.00 $ 200.00 NO ID $ 17.00 $ 53.00 $ 160.00 $ 17.40 $ 17.40 $ 52.20 $ 156.60
15 8" 10' Section NO BID $ 20.00 $ 49.00 $ 125.00 NO ID $ 13.00 $ 40.00 $ 120.00$ 19.80 $ 19.80 $ 59.40 $ 178.20
16 8" 20' Section NO BID $ 37.00 $ 96.00 $ 250.00 NO ID $ 22.00 $ 66.00 $ 200.00 $ 31.20 $ 31.20 $ 93.60 $ 280.80
17 10" 10' Section NO ID $ 30.00 $ 77.00 $ 200.00 NO ID $ 16.00 $ 50.00 $ 150.00 $ 24.00 $ 24.00 $ 72.00 $ 216.00
18 10" 20' Section NO BID $ 60.00 $ 154.00 $ 400.00 NO BID $ 27.00 $ 83.00 $ 250.00 $ 46.80 $ 46.80 $ 140.40 $ 421.20
19 12" 10' Section NO ID $ 40.00 $ 106.00 $ 275.00 NO BID $ 22.00 $ 66.00 $ 200.00 $ 31.80 $ 31.80 $ 95.40 $ 286.20
20 12" 20' Section NO BID $ 81.00 $ 211.00 $ 550.00 NO BID $ 33.00 $ 99.00 $ 300.00 $ 54.00 $ 54.00 $ 162.00 $ 486.00
ction End Protection Screen (Strainer)
21 4" NO BID $ 6.00 $ 12.00 $ 25.00 NO BID $ 4.00 $ 12.00 $ 36.00 $ 4.20 $ 4.20 $ 12.60 $ 37.80
22 6" NO BIO $ 7.00 $ 15.00 S 35.00 NO ID $ s.00 $ 17.00 $ 50.00 $ 4.80 $ 4.80 $ 14.40 $ 43.20
23 8" NO ID $ 10.00 $ 20.00 $ 40.00 NO BID $ 7.00 $ 20.00 $ 60.00 $ 5.40 $ 5.40 $ 16.20 $ 48.60
24 10" NO 8ID $ 15.00 $ 35.00 $ 90.00 NO BID $ 8.00 $ 25.00 $ 75.00 $ 7.80 $ 7.80 $ 23.40 $ 70.20
25 12" NO BID S 20.00 $ 49.00 $ 125.00 NO BID $ 9.00 $ 28.00 $ 85.00 $ 8.40 $ 8.40 $ 25.20 $ 75.60
e Float Section End
26 4" NO BID NO 8ID NO ID NO BID NO BID $ 8.00 $ 25.00 $ 75.00 $ 4.20 $ 4.20 $ 12.60 $ 37.80
27 6" NO BID NO BID NO BID NO BID NO BID $ 11.00 $ 33.00 $ 100.00 $ 4.80 $ 4.80 $ 14.40 $ 43.20
28 8" NO BID NO BID NO ID NO ID NO BID $ 14.00 $ 41.00 $ 125.00 $ 5.40 $ 5.40 $ 16.20 $ 48.60
29 10" NO BID NO ID NO BID NO ID NO ID $ 16.00 $ 50.00 $ 150.00 $ 7.80 $ 7.80 $ 23.40 $ 70.20
30 12" NO BID NO BID NO BID NO BID NO ID $ 19.00 $ 58.00 $ 175.00 $ 8.40 $ 8.40 $ 25.20 $ 75.60
i ...
31 4" 10' Section NO BID NO ID NO BID NO ID NO BID $ 4.00 $ 13.00 $ 40.00 $ 15.00 $ 15.00 $ 22.50 $ 45.00
32 4" 20' Section NO ID NO BID NO BID NO BID NO ID $ 7.00 $ 20.00 $ 60.00 $ 30.00 $ 30.00 $ 60.00 $ 90.00
33 6" 10' Section NO BID NO BID NO BID NO BIO NO ID $ 5.00 $ 17.00 $ 50.00 $ 18.30 $ 18.30 $ 27.50 $ 55.00
34 6" 20' Section NO 8ID NO BID NO BID NO BID NO ID $ 9.00 $ 26.00 $ 80.00 $ 36.66 $ 36.66 $ 55.00 $ 110.00
35 8" 10' Section NO ID NO BID NO BID NO BID NO BID $ 7.00 $ 20.00 $ 60.00 $ 21.66 $ 21.66 $ 32.50 $ 65.00
36 8" 20' Section NO ID NO BID NO BID NO BID NO ID $ 11.00 $ 33.00 $ 160.00 $ 43.33 $ 43.33 $ 65.00 $ 65.00
37 10" 10' Section NO BID NO BID NO BID NO BID NO BID $ 8.00 $ 23.00 $ 70.00 $ 25.00 $ 25.00 $ 25.00 $ 75.00
38 10" 20' Section NO ID NO BID NO BID NO 8ID NO BID $ 13.00 $ 40.00 $ 120.00 $ 50.00 $ 50.00 $ 75.00 $ 150.00
39 12" 10' Section NO ID NO BID NO BID NO BID NO BID $ 11.00 $ 33.00 $ 100.00 $ 28.33 $ 28.33 $ 42.50 $ 85.00
40 12" 20' Section NO BID NO BID NO BID NO BID NO BID $ 17.00 $ 53.00 $ 160.00 $ 56.60 $ 56.60 $ 85.00 $ 170.00
yflat Hose
41 4" 50' Section NO ID $ 25.00 $ 59.00 $ 150.00 NO I $ 15.00 $ 45.00 $ 135.00 $ 12.60 $ 12.60 $ 37.80 $ 113.40
42 4" 100' Section NO ID $ 39.00 $ 99.00 $ 250.00 NO ID $ 29.00 $ 89.00 $ 270.00 $ 24.60 $ 24.60 $ 73.80 $ 221.40
43 6" 50' Section NO BID $ 30.00 $ 89.00 $ 225.00 NO BID $ 17.00 $ 53.00 $ 160.00 $ 20.40 $ 20.40 $ 61.20 $ 183.60
44 6" 1O0' Section NO BID $ 60.00 $ 145.00 $ 375.00 NO BID $ 35.00 $ 106.00 $ 320.00 $ 39.00 $ 39.00 $ 117.00 $ 351.00
45 8" 50' Section NO BID $ 45.00 $ 110.00 $ 275.00 NO ID $ 22.00 $ 66.00 $ 200.00 $ 49.80 $ 49.80 $ 149.40 $ 448.20
461 8" 100' Section NO BID $ 72.00 $ 173.00 $ 450.00 NO ID $ 44.00 $ 132.00 $ 400.00 $ 93.00 $ 93.00 $ 279.00$ 837.00
Attachment A
47 10" 50' Section NO BID NO ID NO ID NO ID NO BID $ 27.00 $ 83.00 $ 250.00 NO BID NO BID NO BID NOBID
48 10" 1OO' Section NO BID NO ID NO BID NO BID NO BID $ 54.00 $ 165.00 $ SOD.OD NO BID NO BID NO BID NO BID
49 12" 50' Section NO ID $ 85.00 $ 211.00 $ 550.00 NO BID $ 33.00 $ 99.00 $ 300.00 $ 79.80 $ 79.80 $ 239.40 $ 718.20
50 12" 100' Section NO BID $ 140.00 $ 365.00 $ 950.00 NO BIO $ 65.00 $ 198.00 $ 600.00 NO BID NO BID NOBID NO BID
ue r-Sty le Ha rd Pip e with Locking Connections
51 4" 10' Section NO BID $ 12.00 $ 29.00 $ 75.00 NO BID $ 4.00 $ 13.00 $ 40.00 $ 5.40 $ 5.40 $ 16.20 $ 48.60
52 4 20' Section NO ID $ 23.00 $ 58.00 $ 150.00 NO ID $ 7.00 $ 20.00 $ 60.00 $ 6.60 $ 6.60 $ 19.80 $ 59.40
53 6" 10' Section NO ID $ 15.00 $ 39.00 $ 100.00 NO BID $ 5.00 $ 17.00 $ 50.00 $ 6.00 $ 6.00 $ 18.00 $ 54.00
54 6 20' Section NO ID $ 30.00 $ 77.00 S 200.00 NO BID $ 9.00 $ 26.00 $ 80.00 $ 13.00 $ 13.00 $ 39.00 $ 117.00
55 8" 10' Section NO BID $ 20.00 $ 49.00 $ 125.00 NO BIO $ 7.00 $ 26.00 $ 60.00 $ 6.60 $ 6.60 $ 19.80 $ 59.40
56 8" 20' Section NO BID $ 37.00 $ 96.00 S 250.00 NO BID $ 11.00 $ 33.00 $ 100.00 $ 11.40 $ 11.40 $ 34.20 $ 102.60
57 10" 10' Section NO BID s 30.00 $ 77.00 $ 200.00 NO BID $ 8.00 $ 23.00 $ 70.00 $ 6.60 $ 6.60 $ 19.80 $ 59.40
58 10" 20' Section NO BID $ 60.00 $ 154.00 $ 400.00 NO BID $ 13.00 $ 40.00 $ 120.00 NO BID NO BID NO BID NOBID
59 12" 10' Section NO BID $ 40.00 $ 106.00 $ 275.00 NO BID $ 11.00 $ 33.00 $ 100.00 $ 7.20 $ 7.20 $ 21.60 $ 64.80
60 12" 20' Section NO 8ID s 81.00 $ 211.00 $ 550.00 NO BID $ 17.00 $ 53.00 $ 160.00 NO BIO NO BID NO BID NOBID
61 4" NO BID $ 10.00 $ 24.00 $ 59.00 NO 8ID $ 4.00 $ 12.00 $ 35.00 $ 4.20 $ 4.20 $ 12.60 $ 37.80
62 6" NO BID $ 12.00 $ 30.00 $ 75.00 NO BID $ 5.00 $ 17.00 $ 50.00 $ 4.80 $ 4.80 $ 14.40 $ 43.20
63 8" NO BID $ 15.00 S 33.00 $ 81.00 NO 8ID $ 8.00 $ 25.00 $ 75.00$ 5.40 $ 5.40 $ 16.20 $ 48.60
64 10" NO BID $ 31.00 $ 73.00 $ 145.00 NO BID $ 11.00 $ 33.00 $ 100.00 $ 7.80 $ 7.80 $ 23.40 $ 70.20
65 12" NO BID s 27.00 S 66.00 $ 165.00 NO BID $ 14.00 $ 41.00 $ 125.00 $ 8.40 $ 8.40 $ 25.20 $ 75.60
Degree Bend/Elbow
66 4" NO 8ID $ 10.00 $ 24.00 $ 59.00 NO ID $ 4.00 $ 12.00 $ 35.00 $ 4.20 $ 4.20 $ 12.60 $ 37.80
67 6" NO BID $ 12.00 $ 30.00 S 75.00 NO BID $ 5.00 $ 17.00 $ 50.00 $ 4.80 $ 4.80 $ 14.40 $ 43.20
68 8 NO BID $ 15.00 $ 33.00 S 81.00 NO BID $ 8.00 $ 25.00 $ 75.00 $ 5.40 $ 5.40 $ 16.20 $ 48.60
69 10" NO BID $ 29.00 S 72.00 $ 145.00 NO BID $ 11.00 $ 33.00 $ 100.00 $ 7.80 $ 7.80 $ 23.40 $ 70.20
70/ 12" NO ID $ 33.00 S 82.00 $ 165.00 NO BID $ 14.00 $ 41.00 $ 125.00$ 8.40 $ 8.40 $ 25.20 $ 75.60
ur-Style Wye Connection
71 4 NO BID s 10.00 $ 25.00 $ 65.00 NO BID $ 4.00 $ 12.00 $ 35.00 $ 4.20 $ 4.20 $ 12.60 $ 37.80
72 6 NO BID $ 12.00 $ 30.00 S 75.00 NO BID $ 5.00 $ 17.00 $ 50.00 $ 4.80 $ 4.80 $ 14.40 $ 43.20
73 8" NO BID $ 20.00 $ 49.00 $ 125.00 NO BID $ 8.00 $ 25.00 $ 75.00 $ 5.40 $ 5.40 $ 16.20 $ 48.60
74 10" NO BID $ 28.00 $ 77.00 $ 160.00 NO 8ID $ 11.00 $ 33.00 $ 100.00 $ 7.80 $ 7.80 $ 23.40 $ 70.20
75 12" NO BID $ 35.00 $ 88.00 $ 185.00 NO ID $ 14.00 $ 41.00 $ 125.00 $ 8.40 $ 8.40 $ 25.20 $ 75.60
at Switch Level Sensor
76. Float Switch Level Sensor NO BID $ 32.00 $ 79.00 $ 200.00 NO BID $ 27.00 $ 83.00 $ 250.00 $ 33.40 $ 33.40 $ 100.20 $ 300.60
ad/Hose Ramps
77 Road/Hose Ramps NO BID $ 55.00 $ 135.00 S 350.00 NO BID,$ 93.00 $ 281.00 $ 850.00 $ 40.20 $ 40.20 $ 120.60 $ 361.80
4" Connection Reducing Adapter
78] 6" x4" Connection Reducing Adapter NO BID $ 15.00 $ 29.00 $ 75.00 NO BID $ 5.00 $ 17.00 $ 50.00 $ 16.20 $ 16.20 $ 24.30 $ 48.60
Group 3 - Emergency Technical Services
1 Emergency Labor Rate s 150.00 $ 135.00 s 110.00
ATT ACHM ENT B
SOLICITATION (ITB)
AND ADDENDUM S
MIA MIBEACH
City of Miami Beach, 1755 Meridian Avenue, 3" Floor, Mi ami Beach, Florido 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305673-7490 Fox. 786-394-4002
ADDENDUM NO. 4
1TB 2019-156-D F
FOR THE RENTAL 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.
THE DEADLINE FOR QUESTION HAS PASSED AND NO FURTHER QUESTIONS WILL
es A BE CONSIDERED. th
i lo l a e+o+o.ali.il/le«ohl
ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE WILL BE ALLOWED.
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
RafaelGranado@miamibeachf]_gov.
'\
Procurement Contact:
Dann Flores
Telephone:
305-673-7000, x.26652
Email:
Dann Flores miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission.
Sincerely,
#89.80808$%9999 e89804$80 9089899e8809980 099800998899888999999$08 $809080080980990.8 089088808988809£,9 9.89889280889 .9e9 et0r9 8%e.$9 .e...e .e9 .9e.e9 e9.228898.%2e.%p c
1 ADDENDUM NO. 4
INVITATION TO BID (1TB) No. 2019-156-DF
FOR THE RENTAL OF PUMPS AND RELATED ITEMS
MIAMI/BEACH
City of Miami Beach, 1755 Meridian Avenue, 3 Floor , Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490 Fox: 786-3944002
ADDENDUM NO. 3
1TB 2019-156-DF
FOR THE RENTAL OF PUMPS AND RELATED ITEMS
SEPTEMBER 18, 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 partícula rs only ( deletions are shown by strikethrough and additions are underlined).
I. RESPONSES TO QUESTIONS RECEIVED.
Q 1: 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 1TB
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
RafaelGranado@miamibeachfl .gov.
] Procurement Contact:
' Dann Flores
Telephone:
305-673-7000, x.26652
Email:
Danny£lores@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission.
Sincerely,
7
2e+
Procurement Director
ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-156-DF
FOR THE RENTAL OF PUMPS AND RELATED ITEMS
MIAMIBE CH
City ot Miami Beach, 1/ Meridian Avenue, 3" Floor, Miami Beach , Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305673-7490 Fax. 786-3944002
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 (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. 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
Rafael@Granado@miamibeachfl.gov.
Procurement Contact:
Dann Flores
Telephone:
305-673-7000, x.26652
Email:.
DannyF lores@mi amibeachfl.gov
Pr/J°sers are reminded to acknowledge receipt of this addendum as part of your 1TB submission.
7,,
MM0to8e e e e e ose.eses e o o9 pee8883838 e e eses ea9.9o9e ta eso o ose pepa3298996 08839298.382.\ .A Mee9A e % e e9goteo9939980988/8.38 a etc9 .e.pop 8 eeose%
1 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-156-DF
FOR THE RENTAL OF PUMPS AND RELATED ITEMS
MIAM/BE, CH
City ot Miami Beach, I/9 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490 Fox. 786-394-4002
A D D E N D U M N O . 1
1TB 20 19 -156-D F
F O R T H E R E N T A L O F P U M P S A N D R E LA TE D IT E M S
A U G U S T 29, 20 19
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. C L A R IF IC A T IO N (S )
1. The pre-bid meeting is scheduled for Se p temb e r 4, 20 19 @ 9:0 0 A M at the following address:
City of Miami Beach
Procurement Department
Conf eren ce 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. R E S P O N S E S TO Q U E S T IO N S R E C E IV E D .
Q1: The site visit and the pre-bid meeting is scheduled to start at 9AM. At what time will the site
visit start?
A 1: T h ere is n o site v isit m e e ting sche d u le d fo r this proje ct.
Any questions regarding this Addendum should be submitted in w riting to the Procurement Department to
the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl_goy.
Procurement Contact:
, Dann Flores
Telephone:
305-673-7000, x.26652 miamibeachfl.1ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission.
¥
Jo h
R oc nt Director
i {
1 ADDENDUM NO. 1
INVITATION TO BID (1TB) No. 2019-156-DF
FOR THE RENTAL OF PUMPS AND RELATED ITEMS
IN V IT A T IO N T O B ID (1T B )
FOR THE RENT AL OF PUMPS AND RELATED ITEMS
2019-156DF
BID ISSUANCE DATE: AUGUST 23, 2019
BID DUE: SEPTEMBER 24, 2019 @ 3:00 PM
ISSUED BY:
Danny Flores, Procurement Contracting Officer I
PROCUREMENT DEPARTMENT
17 55 Meridian Avenue, 3° Flo or , Miami Beach, FL 33139
305.673.7000 x 26652 \ dannyflores@miamibeachfl.goy [ www.miamibeachfl.gov
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
APPENDIX B
APPENDIX C
APPENDIX D
APPENDIX E
APPENDIX F
PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS
N O BI D" FORM
SCOPE OF WORK & SPECIFICATIONS
SPECIAL CONDITIONS
COST PROPOSAL FORM
INSURANCE REQUIREMENTS
a@e te68se4 e0e8e0999#0980%898 98480999919 408009880890\9008%99.898e89$ 48¢ A8e889$08862e86$0$$989$$80%09880,8%98%.380.98880~099098906689884888 0809998$6088880098080,4480%.990800%~9909094988098899089880980.99900988189080000090$~
1TB 2019-156F 2
SEC TIO N 0200 INSTRUCTIO NS TO BIDDERS
1. G EN ER AL.
This Invitation to Bid (1TB ) is issued by the City of Miam i Beach, Florida (the "City'), as the means for pro spective
Pro posers to subm it their qualifications, pro posed scopes of work and cost proposals (the "bid") to the City fo r the
City 's consideration as an option in achieving the required scope of serv ices and requirements as noted herein. All
docum ents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separ ate cover, comprise the solicitat ion, and are comp lemen tary to on e anot her and
together establish the com plete terms, conditions and obligations of the Pro posers and, subsequently, the successful
Bidders(s) (th e "contract or[s]") if this 1TB results in an award.
The City utilizes Public P urchase (wy w_pu blicp urch a se_com) for autom atic notification of competitive solicitation
opportunities and docum ent fulfillm ent, including the issuance of any addendum to this 1TB . Any pro spective Bidder
w ho has received this 1TB by any means other than thro ugh P ublicP urchase must register im m ediately with
P ublícP urchase to assure it receives any addendum issued to this 1TB . Failure to receive an addendum may
result in disqualification of proposal subm itted.
2. PU RPO SE.
For approxim ately two years, the City of Miam i Beach has utilized com petitively awarded contra cts from other
municipalities to pro cure the rental of pum ps and related item s. The purpose of this bid is to establish a contract, by
means of sealed bids, with a qualified firm(s) to pro vide the rental, delivery and pick up of pum ps and related items
on an "as needed" basis as specified herein.
The City budgets $272,000.00 annually fo r the serv ices, 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 com petitively solicited indefinite quantity contract. W hen item s are needed,
the requesting departm ent will select the awarded vendor that has the best pricing and availability fo r the sum of the
item s needed fo r 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
contra ct vendor is not or is unable to be in com pliance with any contract or delivery requirem ent; 2) it is in the best
interest of the City to do so regardless of reason.
3. SOL ICI TATION TIM ETABLE. The tentative schedule fo r this solicitation is as fo llows:
1TB Issued August 23, 2019
Pre-Bid Meeting Septem ber 4, 2019 @ 9:00AM
Deadline fo r Receipt of Q uestions September 13, 2019 @ 5.00PM
Responses Due Septem ber 24, 2019 @ 3:00PM
Tentative Com m ission Appro val Authorizing Award Decem ber 2019
4. PRO CUREM ENT CO NTACT. Any questions or clarifications concern ing this solicitation shall be subm itted to the
Procurement Contact noted below:
#888%80899%%380999008889%80808808808e0880 0280$6808996009 6£00888808888886880088$.0999$.9888~ 0409909800094880068$0900080%6006868090980488e080099\00486088898 089169089.28e 9088006.0006809094$29098608,08894000499894#2a a, #s A8$000%809e8.et8%4.09e9ve
1TB 2019-156DF 3
The Bid title/num ber 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. AII
responses to questions/clarifications will be sent to all pro spective Proposers in the form of an addendum.
4. PRE-BID MEETING OR SITE VISIT(S). Only if deem ed 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 Aven ue, 34 Floor
Miam i 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 vía telephone must follow these
steps:
(1) Dial the TELEPHO NE NUM BER: 1- 877 -873-8018 (To ll-free North America)
(2) Enter the MEETING NUM BER : 6312925
Pro posers who are interested in participating via telephone should send an e-mail to the contact person listed in this
1TB expressing their intent to participate via telephone.
5. PRE-BID INTERPRETATIO NS. Oral 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). O nly questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through PublicPurchase.
6. CO NE O F SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recom m endation has been forw arded to the City Commission by the City Manager are under the
"Cone of Silence." The Cone of Silence ordinance is available at
http://library.m unicode.com/index.aspx?client1D=13097 &statel0=9&statenarne=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
com m unications with the Procurement Director, or his/her administra tive staff responsible for administering the
pro curem ent process fo r this solicitation pro viding said communication is limited to matters of process or procedure
regarding the solicitation. Com m unications regarding this solicitation are to be submitted in writing to the
Pro curem ent Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
7. SPECIAL NO TICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http://ywwy_miam ibe achfl.g oy/city- hal l/procurem en t¿procurem ent-rel ated-ordinan ce_ an d-procedures/
• CONE OF SILENCE.
• PROTESTPROCEDURES
CITY CODE SECTION 2-486
CITY CODE SECTION 2-371
• DE B AR M E N T PR O C EE D I N G S...-..................
• L OB B YI S T R E G IS TR A TI O N A N D D IS C L O S U R E O F F E E S
• C AM P AI GN C ON T RI B U TI ON S B Y VE N D OR S.........
• C A M P A IG N C O N T R IB U T IO N S B Y L O B B Y IS T S O N P R O C U R E M E N T
IS S UE S...-............
• R EQ U IR E M E N T F O R C IT Y C O N TR A C TO R S TO P R O V ID E EQ U AL
3E N E F I T S F OR D OM E S TI C P AR TN E R S
• LIVING WAGE REQUIREMENT...........................~
• PR E F ER EN CE FOR FLORIDA SMALL BUSINESSES OWNED AND
CON7RCLLED SY VETERANS AN TO STATE.CERTIFIED SE RV CE -
DI SABL ED VETERAN 3USINESS EN TE R PRI SE S.
FALSE CLAIMS ORDINANCE...
• ACCEPTANCE OF GIFTS, FAVORS & SERVICES.
CITY COD E SE CTION S 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 2-3 73
GIT¥ CODE SECTIONS 2 407 THROUGH 2 410
CITY COD E SECTION 2 -374
CITY COE SECTION 70-300
CITY CODE SECTION 2 449
8. EXAM INATIO N O F SO LI CITATIO 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 W ork.
• Take into account federal, state and local (City and Miam i-Dade County) laws, regulations, permits, and
ordinances that may affect costs, progress, perform ance, furnishing of the W ork, 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 incontro vertible representation by Bidder that Bidder has
com plied with the above require ments and that without exception, the Bid is prem ised upon performing and
furn ishing the W ork required by the solicitation and that the solicitation docum ents are sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for performance and furnishing
of the Work.
9. PO STPO NEM ENT O F DUE DATE FO R RECEIPT OF BIDS. The City reserv es the right to postpone the deadline
fo r 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 pro spective Bidders through Public Purch ase.
10. PRO TESTS. Protests concern ing the specifications, requirem ents, and/or terms; or protests after the bid due
date in accordance with City Code Section 2-371, which establishes pro cedures fo r pro tested proposals and
pro posed awards. Protests not subm itted in a tim ely manner pursuant to the requirem ents of City Code
Sect ion 2-371 sh all be barred.
11. JOI N T VENTURES. Joint Venture s 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 Miam i 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 contro lled 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 providing such bidder an opportunity of pro viding said goods or
contractual serv ices fo r the lowest responsive bid amount. Whenever, as a result of the fo regoing 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, respon sible 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 recommendatìon(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 requiremen t; 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 dam ages 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.
6
17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods
and services specifically listed in this solicitation from the contractor. However, the City reserves the right to
purchase any goods or services awarded from state or other governmental contract. or on an as-needed basis
through the City's spot market purchase provisions.
18. GENERA L TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with
the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to
the Bidder.
19 . A C C E PTA N C E O R R EJEC TIO 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) 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 TER N A TE R ES PO N S ES M A Y B E C O N S ID ER ED . 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 E R IC A N 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 contact 305-604-2489 (voice), 305-673-7524 (fa x) or 305-673-7218 (TT Y)
five days in advance to initiate your request. TT Y users may also call 711 (Florida Relay Service).
22. N O N -D ISC R IM IN A TIO N . 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. A S S IG N M E N T . The successful bidder shall not assign, transfer, convey, sublet or otherw ise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
24. A U D IT R IG H T S A N D R E C O R D S R E T EN 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 failure to or refusal to comply with this condition shall result in the
immediate cancellation of this contract by the City.
25. BID BO N DS, PERFO RMANCE BO NDS, CERTIFICATES O F 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. BILL IN G INSTRUCTIO NS. Inv oices, unless otherwi se indi cat ed, must sh ow purch a se order numbers and shall
be subm itted to the ordering City department.
27. CA NCELLATIO 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 term inate sam e, without further notice require d to the bidder. Notwithstanding the preceding, the City ,
thro ugh its City Manager, also reserv es the right to term inate the contract at any tim e and fo r any reason, without
cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior
w ritten notice to the bidder.
28. CITY'S RIG HT TO WAIVE O R' REJECT BIDS. The City Com m ission reserv es 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 deem s necessary and in the
best interest of the City of Miam i Beach.
29. CLARIFICATIO N AND ADDENDA TO BID SPECIFICATIO NS. 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 subm it 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 fo r clarification(s) from
bidders, w ill 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 require d to acknowledge receipt
of any and all Addendum , and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowl edgem en t
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 representative, unless issued by the City via fo rmal written Addendum to this Bid.
Any questions or clarifications concern ing the Bid shall be subm itted in writing to the Procurem ent Department, 1755
Meridian Avenue, 3 Floor, Miami Beach, FL 33139 with a cop y to the City Clerk.
30. CO LLUSIO N. W here two (2) or more related parties each subm it a bid or bids for any contract, such bids or bids
shall be presum ed to be collusive. The foregoing presum ption 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 subm ittal of such bid
or bids. "R elated parties" means bidders or the principals thereof which have a direct or indirect ownership interest in
another bidder fo r the sam e contract, or in which a parent com pany or the principals thereof of one (1) bidder have a
direct or indirect ownership interest in another bidder fo r the sam e 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
resulting from collusive bidding may be terminated fo r cause.
31. C O N D IT IO N A ND PA CKA G ING . Bidder guarantees items offered and delivered to be the current standard
pro duction model at tim e of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees
item s offered and delivered to be new, unused, and free from any and all defects in material, packaging and
workm anship and agrees to replace defective item s pro m ptly at no charge to the City of Miam i Beach, for the
manufacturer's standard warranty but in no case fo r a period of less than 12 months from date of acceptance. All
contai ners sh all be suitabl e for storage or shipment, an d all prices shall include standard comm er cial packa ging.
32. C O N TR A C T EX TENS IO N . The City reserves the right to require the Contra ct or to extend contract past the
stated termination date fo r 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. D ELI V E R Y . Unless actual date of delivery is specified (or if specified delivery cannot be met), show num ber of
days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time
may become a basis fo r making an award. Delivery shall be within the normal working hours of the City using
Departm ent, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding
holidays, from 8.30 A.M. to 4.00 P.M.
34. D ELI V ER Y TIM E . Bidders shall specify in the attached Bid Form, the guaranteed delivery tim e (in calendar days)
fo r each item . It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted.
35. D E M O N S T R A TIO N O F C O M P E T E NCY.
A. Pre-aw ard inspection of the bidder's facility may be made prior to the award of contract.
B. Bids w ill only be considere d from firms which are regularly engaged in the business of pro viding the goods
and/or serv ices as described in this Bid.
C. Bidders must be able to dem onstrate 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 serv ices if awarded a contract under the terms and conditions of this Bid.
D. the terms "equipm ent and organization", as used herein shall, be construed to mean a fully equipped and
well established com pany in line with the best business practices in the industry, and as determined by the
City of Miam i 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 info rmation from the source of supply regarding the quality, packaging, and characteristics
of the products to be supply to the City. Any material conflicts between info rmation provided by the source
of supply and the info rm ation 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
suffi ci en t finan ci al suppor t, equipmen t, an d org an ization as pre scribe d in this bid . Irre spe ctive of th e
bidder's performance on contra cts awarded to it by the City, the City may place said contracts on
pro bationary status and im plem ent termination pro cedures 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 dem onstra tion of com petency required under this
subsection.
36. DI SP U TE S. In the event of a conflict between the Bid docum ents, the order of priority of the documents shall be
as fo llows:
A. Any contract or agre em 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 bid der's bid in respon se to the Bid
In case of any doubt or difference of opinion as Jo the item s and/or services (as the case may be) to be furn ished
hereunder, the decision of the City shall be final and binding on all parties.
37. N O T U SE D .
38. D EF A U L 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 fo rfeiture 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 contract as described above may be gro unds
fo r rem oving the bidder from the City's bidders list.
39. EQ UI V AL E N TS. If a bidder offers makes of equipment or bra nds of supplies other than those specified in the Bid
specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall confo rm in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacturer's nam e and num ber if bidding other than the specified
brands, and shall indicate ANY deviation from the specifications as listed in the Bid. O ther than specified item s
offered requires com plete descriptive technical literature marked to indicate detailed confo rmance with
specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CO NSIDERED W ITH O UT TH IS
INFO RMATIO N. TH E CITY SHALL BE THE SO LE JUDG E O F EQ UALITY AND ITS DECISIO N SHALL BE FINAL.
Note as to Brand Names: Catalog num bers, manufa cturers' and brand names, when listed, are informational guides
as to a standard of acceptable pro duct quality level only and should not be construed as an endorsement or a
product lim itation of recognized and legitim ate manufacturers. Bidders shall fo rmally substantiate and verify that
pro duct(s) offered confo rm with or exceed quality as listed in the specifications.
40. ELI M IN A T IO N FRO M C O N S ID ER A TIO N. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts which are defaulted as surety or otherw ise upon any obligation to the
City.
41. EM E R G EN C Y R E S PO N SE PR IO R ITY . It is hereby made a part of this solicitation that befo re, during, and after a
public em ergency, disaster, hurricane, tornado, flood, or other acts of fo rce majeure that the City of Miam i Beach,
Florida shall receive a "Fi rst Priority" fo r any goods and serv ices covered under any award re sulting from this
solicitation, including balance of line item s as applicable. It is vital and im perative that the majority of citizens are
pro tected from any emergency 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 serv ices to the
City on a "first priority" under the em ergency conditions noted above.
42. EST IM A T ED Q U A N T IT IES . Estim ated quantities or estim ated dollars, if pro vided, are fo r 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 fo r a given amount subsequent to the award of this Bid. Estim ates are based upon
the City's actual needs and/or usage during a previous contract period. The City may use said estimates fo r
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 andíor 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. IN S PE CT IO N, ACCE P TAN CE & TITLE. Inspect ion and acceptance will be at destination, unless otherwise
provided. Title to (or risk of loss or dam age to) all item s shall be the responsibility of the successful bidder until
acc eptance by the City, unless loss or dam age results from the gro ss negligence or willful misconduct of the City.
If any equipm ent or supplies supplied to the City are fo und to be defective, or do not conform to the specifications,
the City reserv es the right to cancel the order upon written notice to the seller, and return the pro duct, at the bidder's
expense.
50. LA W S. PE R M ITS AN D R EG ULAT IO NS. The bidder shall obtain and pay fo r all licenses, permits, and inspection
fees required under the contract; and shall com ply with all Applicable Laws.
51. LEG A L R E Q UIR EM EN T S . The bidder shall be required to com ply with all federa l, State of Florida, Miami-Dade
County, and City of Miam i Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the
item s covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder wi th /of
Applicable Laws will in no way be a cause fo r relief from responsibility.
52. LI A BILI TY, IN SU R A N C E , LI C ENS ES A ND PER M ITS. W here bidders are required to enter or go on to City of
Miam i Beach pro perty to deliver materials or perform work or serv ices as a result of the Bid, the bidder will assume
the full duty, obligation and expense of obtaining all necessary licenses, perm its, and insurance, and assure all work
com plies with all Applicable Laws. The bidder shall be liable fo r any dam ages or loss to the City occasioned by
negligence of the bidder, or his/her officers, em ployees, contract ors, and/or agents, fo r failure to comply with
Applicable Laws.
53. M A NN E R O F PER FO R M A NC E. 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 serv ices pro vided shall be pro vided by em ployees that are educated, trained, experienced, certified,
and licensed in all areas encom passed within their designated duties. Bidder agrees to furn ish to the City any and
all docum entation, certification, authorization, license, permit, or registration currently required by applicable laws,
rules, and re gulations. Bidder further certifies that it and its em ployees will keep all licenses, permits, registrations,
authorizations, or certifications required by applicable laws or regulations in full fo rce and effect during the term of
this contra ct. Failure of bidder to com ply with this paragra ph shall constitute a material breach of this contract.
54. M IS TAK E S. Bidders are expected to exam ine the specifications, delivery schedules, bid prices, and extensions,
and all instructions pertaining to supplies and serv ices. Failure to do so will be at the bidder's risk and may result in
the bid being non-responsive.
55. M O D IFICA TIO N /W IT HD RAW A LS O F B ID S . A bidder may subm it a modified bid to replace all or any portion of
a previously subm itted bid up until the bid due date and time. Modifications received after the bid due date and time
will NO T be considered.
Bids shall be irrevocable until contract award unless withdra wn in writing prior to the bid due date or after expiration
of 12 0 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid
due date and before said expira tion date and letters of withdra wal received after contract award will NOT be
con sidere d.
56. N O N-C O NFO R M A NC E TO C O N T R A CT C O ND IT IO N S . Item s may be tested for com pliance with specifications.
Item s delivere d, not conforming to specifications, may be rejected and returned at the bidder's expense. These
item s, as well as item s 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 nam e being removed from the City's vendor list.
57. O PT IO N A L C O N T R A CT 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
govern m ent or non-pro fit agency.
58. O SHA . 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 an d Health Act
of 1970, as am ended, and the failure to com ply with this condition will be deemed breach of contract. Any fines
levied because of inadequacies to com ply with this condition shall be borne solely by the bidder.
59. PA TE N T S & R OY A LT IES . The bidder shall indem nify and save harmless the City of Miami Beach, Florida, and
its officers, employees, con tractors, and/or agen ts, from liability of any nature or kind, including cost and expenses
for, 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 Miami Beach, Florida. If the bidder uses an y 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. PA YM E NT. 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 damage or defect, and properly invoiced.
61. PR IC E S QUO T ED . 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 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 fo r prompt payments; however, such discounts will not be
considered in determ ining 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 separately, and no attempt is to be
made to tie any item or item s 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. P R O DUC T IN FO R M A T IO N . 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 pro vided within five (5) calendar days upon request from Purchasing Agent.
63. R E A SO N A BL E AC C O M M O DATIO N. In accordance with Title II of the Americans with Disabilities Act, any
person requiring an accom m odation at the Bid opening because of a disability must contact the Procurement
Division.
64. SA M PLES . Bids subm itted as an "equal" product must be accompanied 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 removal of all samples furn ished within (30) days after bid
opening. All sam ples will be disposed of after thirty (30) days. Each individual sample must be labeled with the
bidder's nam e. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason
fo r rejection of the bid. Unless otherwise indicated, sam ples should be delivered to the Procure ment Department,
1755 Meridian Aven ue, 3 Floor, Miami Beach , FL 33139.
65. S P ECIA L C O ND ITIO NS . Any and all Special Conditions that may vary from these Genera l Terms and
Conditions shall have precedence.
66. SPO T MA R KE T PUR C H A S ES . 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. SU BST IT U T IO NS . After award of contract, the City WILL NO T accept substitute shipm ents of any kind. without
previous written approval. The bidder is expected to furn ish the brand quoted in its bid. Any substitute shipments
will be return ed at the bidder's expense.
68. TA XES . The City of Miam i Beach is exem pt from all Federal Excise and State taxes.
69. TI E B ID S. In accordance with Florida Statues Section 287.087, regardi ng 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 consideration of the drug free workplace
pro gram , the City's Local Preference and Vetera n 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 recom m endation for award to the City Com m ission.
70. TER M INA TIO N FO R D EFA ULT . If the successful bidder shall fail to fulfill in a tim ely 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 term inate the work and/or services then remaining to
be performed by giving written notice to the bidder of such termination, which shall becom e effective upon receipt by
the bidder of the written term ination 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 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 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 determ ined.
The City may, at its discretion, pro vide reasonable "cure period" fo r 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 pro ceed to term inate the contract for cause in accordance with this
subs ection 1.57.
71. TE R M IN A TIO N FO R C O N V EN IENC E OF CITY . The City may, fo r its convenience, terminate the work and/or
serv ices then rem aining to be performed, at any time, 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 delivered to the City. If the contract is
term inated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance
with the terms of the contract 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 documents. No com pensation shall be due to the successful bidder for any
pro fits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total
extent of the City's liability to the successful bidder upon a termination as pro vided for in this subsection.
72. ADD ITI ON AL ITEM S / SERVICES. Although this solicitation and resultant contract identifies specific goods,
services or facilities ("item s"), it is hereby agreed and understood that the City may require additional items to be
added to the Contract which are ancillary or supplem ental 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 an d reasonable, then the additional items will be awarded to the current con tract
vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to
the Contract. Additional item s with a cum ulative value of $50,000 or less may be approved by the City Manager. City
Com m ission appro val is required fo r additional items with a cumulative value greater than $50,000.
The City may determine to obtain price quotes for the additional item s 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.
• TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A).
The C ity reserv es the right to request any docum entation omitt ed, w ith exception of the Cost Proposal Form
(App en dix E), Prop osal Certification, Q uestion nai re & Requirem en ts A ff idavit (Appen dix A), and 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 consideration.
3. LATE BID S. Bid Proposals are to be received on or befo re the due date established herein for the receipt of Bids.
A ny Bid received aft er the deadline established for receipt of pro posals will be considered late and not be
accepted or w ill be return ed to Proposer unopened. The City does not accept responsibility fo r any delays,
natural or otherwise.
ATTACHMENT D
INSURANCE REQUIREMENTS
APPENDIX F
I
Insurance Requirements
2019-15 6-DF
For the Rental of Pumps and Related
Items
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1TB 20 19 -15 6DF 37
MI 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
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.
IT8 2019-156 38
A TT A C H M E N T C
C O N S U L T A N T S R E S P O N S E T O TH E (I TB )
D etail by FE I/E IN N um ber Page 1 of 2
Florida Department of State DI/IS1ON OF CORPORATIONS
Department of State / Division of Corporations / Search Records I Detail By Document Number /
Detail by FEI/EIN Number
Florida Limited Liability Company
BOBCAT OF MIAMI, LLC
Filing Information
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Principal Address
L12000096811
46-0657155
07/26/2012
FL
ACTIVE
LC AMENDMENT
03/20/2017
NONE
9340 NW 58TH ST
DORAL, FL 33166
Changed: 08/03/2018
Mailing Address
3660 ERINDALE DR
Suite 500
VALRICO, FL 33596
Changed: 03/10/2017
Registered Agent Name & Address
MAS, JUAN CARLOS
2990 Ponce de Leon Blvd.
Suite 500
CORAL GABLES, FL 33134
Address Changed: 04/16/2014
Authorized Person(s) Detail
Name & Address
Title Managing Member
Mas, Juan C
2990 Ponce de Leon Blvd.
Suite 500
CORAL GABLES, FL 33134
http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/9/2020
Detail by FEI/EIN Number Page 2 of2
Title MBR
FLORIDA BC HOLDINGS, LLC
2990 PONCE DE LEON BLVD. SUITE 500
CORAL GABLES, FL 33134
Title MGR
MAS, JUAN CARLOS
2990 PONCE DE LEON BLVD.
SUITE 500
CORAL GABLES, FL 33134
Title MGR
MCPHAIL, SCOTT
3660 ERINDALE DR
SUITE 500
VALRICO, FL 33596
A n n u a l R ep o rt s
Report Year
2018
2019
2020
Filed Date
01/23/2018
02/06/2019
01/15/2020
D o c u m e n t Im a g e s
01/15/2020 -- AN NUAL REPORT
02/06/2019 -- ANN UAL REPORT
01/23/2018 -- ANN UAL REPORT
03/20/2017 --LC Amendment
01/16/2017 -- ANNUAL REPORT
03/03/2016 --ANNUAL REPORT
04/13/2015 -- AN NUAL REPORT
11/07/2014--LC Amendment
04/16/2014 -- AN NUAL REPORT
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
04/29/2013 -- AN NUAL REPORT
o7pro 2--norata tutea tuavl "o"f "O
View image in PDF format
Florida Departmen t of State, Div ision of Corp or ations
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu ... 3/9/2020
su nb iz.o rg - F lo ri d a D ep art m en t of State Page 1 of 1
Florida Department of State DIVISION OF CORPORATIONS
e . .org .mA i
MI
Previous on List Next on List Return to List
Filing History
Fictitious Name Detail
Fictitious Name
SYNERGY RENTS
Filing Info rmation
Registration Number G14000083661
Status ACTIVE
Filed Date
Expiration Date
Current Owners
County
Total Pages
Events Filed
FEI/EIN Number
Mailing Address
8340 NW 58TH ST
DORAL, FL 33166
Owner Info rmation
08/14/2014
12/31/2024
MIAMI-DADE
3
2
46-0657155
BOBCAT OF MIAMl,LLC
2990 PONCE DE LEON BLVD-STE-500
CORAL GABLES, FL 33134
FEI/EIN Number: 46-0657155
Document Number: L 12000096811
Document Images
08/14/2014 -- REGISTRATION View image in PDF format
08/20/2019 -- Fictitious Name Renewal Filing I View image in PDF format
08/03/2018 -- CHANGE NAME/ADDRESS View image in PDF format
Previous on List Next on List Return to List
Filing History
Flor ida Depart m ent of State, Di vi si on of Corpor a tion s
http://dos.sunbiz.org/scripts/ficidet.exe?action=DETFEI&docnum=G 14000083661 &feinum... 3/9/2020
City of Miami Beach Bid 2019-156-DF
APPENDIX E
Cost Prop osai Form
2019-156-F
Forth e Rental of Pumps and Related
lte ms
PROCURE MENT DEPARTMENT
1755 Meridian Avenue, 3rd FI0 or
Miami Beach, Florida 33139
9/18/2019 8:51 AM p. 37
City of Miami Beach Bi0 2019-156.-DF
APPENDIX E
COST PROPOSAL FORM
Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established
# forthe receipt of proposals will result in roposal being deemed non-responsive and being rejected. ht
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, insuran c e, cost indexes or any other un l ess a cost escalation provision
is allowed her ein and has been exercised by the City Manager in advance. The Cost Proposal Form
(Ap p end ix E) shal l 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
(/Appen dix E) shal l be initialed.
GROUP 1 - PUMP RENTAL -- Prices bid shall include all applicable fees (insurance, environmental recovery fees, maintenance,
etc.
4" Hiih Head $ 0.60
3 6 $ oo.0o
4 6" Hiuh Head $
5 8' $ $ . .
6 8" Hiuh Head $ $ o> $//5$.00 $5500.·o
7 10" $ $ $ 0 0 .0 0
8 10" Hiuh Head $ $ . s4300. 00
9 12" $ +4 5.06 $/65..eo $5000.0o
10 12" Hiuh Head $ 5 45. os s/ /5.oo $5500.00
GROUP 2 - RENTAL OF RELATED ITEMS -- Pices bid shall include al applicable fees (insurance, environmental recovery fees,
maintenance, etc.
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
cRouP 2
21
$ /O.oo $ 0.0o
$ g /5.oo s13$.o o
$ s /O,os $ 0 .0 0 $ .o0
$ $/7.0o $5 3 .0 o s/6 , 0 0
$ $l3.ose . 0o $ 20.00
$ s2 .oo 6.0o $200.0
$ $l a .o o s/50.0 o
$ $Z2 2. $2 $6 .0 0
$Z 00 .0°
s36
9/18/2019 8.51 AM p. 38
City of Miami Beach Bid 2019-156-DF
23 8
24 10"
25 12" cnou c-
26
27 $ s//.oo
$25.0o
+ 33.00 $/00.0o
28 8" $ $ '4.o0
29 10"
s/25.6?
$ slo.0o
31
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
s 40.o
$ s?.oo
$ $ .o>
$ $1.o
$ $ •& Co
$ $ [.oo
$ $ .0ó
$
$
++loo
$ 20.06
$ .C.oo
$20.0 0
$33.0o
$Z .00
$ 40.60
$$0.0o
s 80.0o
+33. o
42
43
44
45
46
47
48
49
6' 50' Section $
6" 100' Section $
8' 50' Section $
8" 100' Section $
10" 50' Section $
10" 100' Section $
12" 50' Section $
53.09
.o0
$
$
Do
.o6
$ •
$135.0 o
s2?o.0o
$ • o
$
50 12" 100' Section $ 'iii,_.,,g,,' a,gr= - Bauer-Style Hard Pipe with Lockin Connections
4" 10' Section $ 51
52
53
54
55
56
57
4 20' Section $ $
6" 10' Section $ $ <.0o
6" 20' Section $ $ .o
8' 10' Section $ + 7.00
8 20' Section $ $7. oo
10" 10' Section $ $ .00
+130o
o
$20.o
$/.00
$ 26.0o
s 20,oo
$ 33. 6O
$23.oo
$1 ·o
$6.00
$ 0.oo
s/60.66
$(20.00
$ /eo. oo
$ 26.oo
$20o.oo
{O0.oo
s2$. oo
$500.0o
$ 40, 0o
$ o0.oo
s 50.0O
$ &0.oo
$ /0o.0°
9/18/2019 8.51 AM p. 39
City of M ia m i B e a ch Bi d 2 0 19 -15 6-DF
# 2992£,2, I9E,39%• 9e te 2s#e «aaohe e aree# #e %
Item @k Description i Hourly Rate Daily Rate Weekly Rate .Monthly Rate. •
58 10" 20' Section $ $ $ /20.o
12" 10 Section
62 6 $
67 6 $
68 8
69 10"
70
6"
73 8° $
74 10" $
75 12" $ swtcn tevel sensor..$#$$2% e°
$
$ .0o
$ 5.00
$G.o9 $ Z,0v $ 76.00
$ l. 0o s 33.00 $/0.0o
$[4-.oo 4/.0o $(Z$.oo
$ 4.oo $ /2.0o $3.60
$ •0o $/7.00 s 50.00
$ 8.0o $2 $.00 $ .6
$ 33. $
}I.oo
$ 2.00 $ 35.60
$/.co 50.60
$ .o0 $2.00 s 45.o?
$ (0,oo $ 3. oo $ } oo, oo
+ 14.0° 4-1.oÓ 12.00
GROUP 3 - EMERGENCY TECHNICAL SERVICES - Pices bid shall include all applicable tees (insurance, environmental
recover fees, maintenance, etc).
Authorized Representative:
Aw«dress: 3660 e,ft 335%
Telephone: 13 -
mail: r1E$ SA19
Authorized Representative's Signature:
9/18/2019 8.51 AM p. 40
C ity o f Mia mi Beach Bid 2019-156-DF
6olcitato i
2019-156-DF
renient Contact
Dann Flores .
Solicitation Title
For the Rental of Pumps and Related Items
Tei
305-673-7000 x26652
Email.
lay!lores@uabeanaey
PROPOSA. 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
Prop o ser s in ord er that cert ain por tion s of responsiveness, responsibility and other determining factors and
com pliance with requirem ents may be evaluated. This Proposal Certification, Questionnaire and Requirem en ts
Af fid avi t For m is a RE Q UI R ED FOR M that m ust be sub mi tted fully com p l et ed an d executed.
1. G ener al Pr op o ser Infor mation.
FIRM NAME: 5YwE@at €@ oPMT I I
NO OF YEARS IN BUSINESS 1 [O. OF YEAR S IN BUSINESS O C A IY ] NO, OF EMPLOYEES ! ts> - 2 o i
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS 6 & o? Ah io i
FIRM PRIMARY ADDRESS (HEADQUAR TERS) 0 @.o €CY2NT»At.€ Or. 5 ±: 500
CITY. Va(peo
S TA TE -t. I ZIP CODE 3354 ¡
1
TELEPHONE NO. (a 2,-4 9 8 613--
TOLL FRE E N O. 6 4 4 -7a- 3144
FA X NO
•-,--·- Fit LöCL AöREgg s "" ;7. 8340 A)
OT ora.
STATE Ee. [ u cope 33la@.
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. M te f e s4ov o - e
ACCOUNT REP TELEPHONE NO 78e - A-3e 44
ACCOUNT REP TOLL FREE NO-
ACCOUNT REP EMAIL: ----•-·--- '"
AA NA€4a e 341.&3j/%Coip:.ar»
FEDERAL TAX ENT/FICATION NO
a
-{a ° oa5155
Th e City reserves the right to seek additional inform ation from Prop oser or other source(s), including but not limited to; any firm or principal
information, applicable licensure, resume s of relevant individuals, client information, finan cial inform ation , or any information the City deem s
necessary to evaluate the capacity of the Prop oser to perform in accordance with contract requirements.
¡77"%""TS"P5",""oooor «sea osnoose «ooonous«unsorouseoesows«sew«ueawesense«ereusaowenrnano»easworn«mooeomnoow»roe«wwnnavocoswwowe moo
i .)
9/18/2019 8 51 A4M 22
C ity of Miami each Bid 2019-156-0F
Veteran Owned Business;J~ .. e~9poser claimìn~~_'{~t~ran owned business status?
I IYES T NO
l.'·"--" .. ~~···• ····--
SUBMITT AL REQ UIRE MENT: Proposers claiming veteran owned business status shall submit a documentalion proving that firm is
certified as a veteran-owned business or a service-d isabled 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 arran g e for Dun & Bradstreet to submit a Supplier
Qualification Report (SR) directly to the Procurem ent Contact nam ed herein. No proposal will be considered without receipt, by the
City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer
The Proposer shall request the SOR report from D&B at:
https://supplierportaldnb.com/gbapp/wcs/stores/serylet]SupplierPortal?storeld=11696 Proposers are responsible for the
accuracy of the information contained in its SQR. It is highly recomm ended 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
assistanc e with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495.
SUBMITTAL REQUIRE ME NT: Proposer shal request that Dun & Bra dstre et submit its Supplier Qualifier Report directly to the City,
with bid or within three (3) days of request.
3, Conflict Of Interest. Al Proposers must disclose, in their Proposal, the nam e(s) of any officer, director, agent, or immediate family
mem ber (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must
disclose the nam e of any City employee who owns, either directly or indi re ctly, an intere st of ten (10%) percen t or more in the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the nam e(s ) of an y officer, dire ct or , agent, or immediate family member
(spouse, parent, sibling, and child) who is also an em ployee of the City of Miami Beach. Proposers must also disclose the nam e of
any City employee who owns, either directly or indirectly, an intere st of ten (10%) percen t or more in the Proposer en tity or any of its
affiliates
4. Referen ces & Past Performance. Prop o ser shall submit at least three (3) referen ces 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 followi ng information is required: 1) Firm Name, 2) Contact
Individual Nam e & 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 n. on-jrformance by ßllic sector agency?
[ Yes o
SUBMITTAL RE QUIREMEN T: If answer to abo ve is "YES," Prop oser shall submit a statement detailing the reasons that led to
action(s)
6. Vendor Camp aign Contributions. Proposers are expected to be or becom e 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 provision s of the City's Campai gn Finan ce 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 Ci ty of Miami Beach.
7. Code of Business Ethics. Pursuant to City Resol ution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("C ode") and submit that Code to the Pro curem ent Department wit h its
prop osal/response or wthin 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.
SUB MITT AL REQUIRE MENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,
Prop oser may submit a statem ent indi cating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics,
available at http_yyzyg.@mite achl! goy!city-_hail!procurement'progrement_related ordnance-and-prggedurest
9/18/2019 8.51 A4M • 23
City of Miami Beach y0 2019-156-Df
• living Wage. Purs uant to-Section 2 48 of-th e Gi ty of-Mi am i Beach Go de. as same may be-amended from- time-to tim e cover ed
empioees shal l be pa d the required living w age rates histed below.
1.-- Effective éanuary4-2018,covered emplo yees must be paid a living -age rate of no less(an.$11.62- per -hour with h eal th
Gare benefits-of at least $2.28 per-hour,-or-a living wage- rate of no less than $43.88 per hour-without health care benefits,
2.-- ffective-danuary 4,2949 covered employees must be paid a living wage rate of no less than $14-70-per-hour with health
care benefits of at-least $2]4 per hour or a living wage-rate of no less than $14.4 4 per hour without hea lth care bene fits,
3.- Effective January-1,2020,covered employees must be - pa id a living-wage rate of no loss than $14.8 per h our with health
care benefits ofat leas t $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 sare-benefits rate may, by Fesolution of the Gi y Gommission be indexed annually-for-inflat ion using
the- Gen sumer Price Index tor- all Urban Consumers (GP}-J) Miami/Ft, Lauderdale, issued- by-the U., Oep antm ent of labor's Burea u
of-Labor - Statistic s.- Notwith standi ng the preceding, no-annual- index-shall excee d- three-percent(3%). The Gity may-also, by
res@k stion, 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 cornply-with this provision-shali 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 Froposer to additional penalties and
fines.-as provided in the City's-Living-age-Ordinance , as-amended,-Further-information-on th e-Living - age requirement is
available at http ¿¿ye_ogggiteach{ ggycity _hal/po£gurerentprouremnent- related_ordnance-and- proedugs±,
SUBMITT AL REQUIREM ENT: No additional submittal is required. y virtu e of executing this affidavit document , Proposer- agrees to
the living wag e req uirement. ny pa yroll request made by the City durin g the contract term shall be completed electronically- via the
Gity's electronic compliance portal, LCP- Tracker ({CR'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?
<]rs Io
B. Does your comp an y provide or offer access to any benefits to employees with (same or opposite sex) domestic partners" or to
dom estic partn ers of em ployees?
<vs ]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: som e 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 dom estic partner, such as medical insurance.
BENE FIT Firm Provides for Firm Provides for Firm does not
Employees with Employees with Provide Benefit
a ---··· Spouses Domestic Partners
Health ✓\I
Sick Leave / /
Family Medical Leave / v
a
/ v Bereavement Leave -~--
It Proposer cannot offer a benefit to dom estic partners because of reason s outside your con trol, (e.g., there are no insurance
providers in your area wiling 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 subm it a completed Reasonable Measures Application
(attached) with all necessary documen tation. Your Reason ab le Measures pplication will be reviewed for con sideration by the City
Manager, or his designee. Ap proval is not guaran teed and the City Manager's decision is final. Further information on the Equal
Benefits requirem en t is available at htlp //vwy_muamityeachfl_gov/city_hall/procurement/procurement-related-ordnance-_ad
proceduresi
¡i"3.PPP9f$@9é Mes »0\rs»9 ssos.oat»es #wot iis.et4wsots eeteotoe ets see soot aotacos«tastes.tocanoes ettttvea tseteta«tsets8 tetra#o toss scssestet estepee@east.votes$
! U '-iOUl '?)
9718/20198.51 AM4 p. 24
C it y of M a mi Beach Bid 2019-156-F
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
prop0sal, 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 con struction 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 tran sact business with any public entity in excess of
the threshold amount provided in s. 23¿ 91] for CATEGORY TWO for a period of 36 months following the date of being piaced 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 -Di scrim ination. Pursuant to City Ordinance No. 2016-3990, the City sh all not enter into a contract wth 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 REQUIRE MENT: No additional submittal is required. By virtue of executing this affidavit documen t, 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 an d 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
beh alf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the Ci ty 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 Or dinance'), and which, amon g other things, () prohibits City contractors, as an employer, from inquiring ab out an
applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment
positions with a statemen t that an indi vidual with a criminal record may not apply for the position, and (iii) prohibits placing a
statemen t 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 con stitute 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. Acknowledgem ent of Adden dum . 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, BidSync.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.
Ital to Confirm - Initial to Confirm Intial to Confirm
Receipt Receipt Receipt e d- Addendum 1 Addendum 6 Addendum 11
0? Addendum 2 Addendum 7 Addendum 12 O,Ie Addendum 3 Addendum 8 Addendum 13 ......... ~.-· .. -
Addendum 14 Addendum 4 Addendum 9
' Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required, submit under separate cover.
9/1812019 8 511 p. 25
City of Miam» Beach 8id 2019-156-DF
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.
Nam e of Proposer's Authorized Represen tative: Title of Proposer's Authorized Repr esen tative.
Sign ature of Prop oser's Authorized Representative.
0•0002
Date:
u
9/18 /20 19 8 51 A M p. 27
; Bob cat .
September 24, 2019
To whom it may concern:
Synergy Equipment, for the purposes of solicitation 2019-156-DF will adopt the code of ethics as
required in the ordinance, of the City of Miami Beach.
8430 NW 58" St. Doral, FI. 33166
Toll Free: 844-SYN ERGY (844-796-3749) • Email: info@synergyequip.c
References:
1) Kevin Klaus, Garney Construction, Project Manager, 407-877-5903,1333 NW VIVION ROAD
KANSAS CITY, MO 64118, kkraus@arney.com, Supplied Pumps & Material.
2) Mitch Bryant, B&M Marine Construction, Project Manager, 954-520-9593, 3500 SW 14th Street
Deerfield Beach, Florida 33442, mbryant@bm-marine.com. Supplied Pumps & Material.
3) Dale Hime, Lanzo Construction, Superintendent, 954-979-0802, 125 SE 5th Ct
Deerfield Beach, FL 33441, dhime@lanzo.org, Supplied Pumps & Material.