Loading...
ITB-20-071-02 AIP US LLCw» ««« CONTRACT NO. 20-071-02 M IA M I BEACH City of Miami Beach, 1755 Meridian Avenue, 3" floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax. 7863944 235 SENT VIA E-MAIL TO: jkohut@aip-us.com January 22, 2020 AIP US, LLC. 27 Bleeker Street, Suite 236 Millburn NJ, 07041 Phone: 954-648-1059 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) 2020- 071-DF FOR THE PURCHASE OF CISCO NETWORKING EQUIPMENT Dear Mr. Kohut: On December 27, 2019, AIP US, LLC., submitted to the City of Miami Beach, Florida (the "Ci ty ) 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 January 15, 2020 meeting approved the City Manager's recommendation, pursuant to the 1TB to award a contract to AIP US, LLC., (the "Contractor"), as the secondary vendor for Purchase of Cisco Networking Equipment. . No goods may be shipped, or services performed (as applicable) until such time as the City has issued a Purchase Order to the Contractor. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Frank Quintana, Information Technology Division Director, at frankquintana@miamibeachfl.gov or (305) 673-7000 ext. 26150. y, 2 I6 Procurement Department I I i i 1 ¡· II ¡: I 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 Competitive Bid Reports - C2 C MI AMI BE A CH COMMISSION MEMORANDUM TO: FROM: DATE: Honorable Mayor and Members of the City Commission Jimmy L. Morales, City Manager January 15, 2020 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (1TB) 2020-071-DF FOR PURCHASE OF CISCO NETWORKING EQUIPMENT TO CDW GOVERNMENT LLC, THE LOWEST RESPONSIVE AND RESPONSI BLE Bl ODER AS THE PRIMARY VENDOR, AND TO AIP US LLC, THE SECOND LOWEST RESPONSIVE AND RESPONSI BLE BIDDER, AS THE SECONDARY VENDOR. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to bids received, pursuant to Invitation to Bid (1TB) 2020-071-DF, for Purchase of Cisco Networking Equipment. BACKGROUND/HISTORY Since 2000, the City of Miami Beach, Florida (the "City'') Information Technology (IT) Department has standardized on Cisco networking technology products for Citywide infrastructure connectivity and is currently in need of a major purchase to refresh the City's infrastructure or install new systems. Through this ITB, the City is seeking to maximize competition for the purchase Cisco networking equipment. The purpose of the 1TB is to establish a contract, by means of sealed bids, with qualified and Cisco-certified firm(s) that hold a Select, Premier, or Gold certification to assure that the City is purchasing the required items from Cisco authorized dealers and avoiding the potential of acquiring refurbished equipment from non-authorized dealers. ANALYSIS 1TB PROCESS The 1TB was issued on December 16, 2019, with bid opening date of December 27, 2019. The Procurement Department issued bid notices to 19,359 companies utilizing www.BidSync.com websites. 92 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of 8 responses from: Acordis International Corp.; AIP US, LLC; CDW Government LLC; Premier Computer Services, Inc.; Presidio Networked Solutions LLC; Saftchoice Corporation; Software Information Resource Corp; and, Total Communication, Inc. as indicated in Exhibit A. Page 87 of 2450 The lowest and second lowest bids were received from CDW Government and AIP US, respectively. Staff has confirmed compliance with the requirements of the 1TB by the lowest and second lowest firms submitting a response. It is in the best interest of the City to award a contra ct to CDW Government, the lowest responsive, responsible bidder, as primary vendor. Also, in the event that the primary vendor cannot fulfill its contractual obligations, it is also recommended that Al P US, the second lowest bidder, be awarded as the secondary vendor. It is important to note that the lowest bid represents approximately 38% discount off of the anticipated cost for the required items. Below is a brief description of the lowest and second lowest bidders. CD W G overn m ent LLC CDW is a leading multi-brand technology solutions provider to business, government, education and healthcare customers in the United States, the United Kingdom and Canada. A Fortune 500 company and member of the S&P 500 Index, CDW was founded in 1984 and employs more than 9,800 coworkers. A IP US , LLC Al PUS, LLC is a technology services company that focuses on IT infrastructure and managed services. They provide IT consulting, systems integration, and managed services to customers. They specialize in IT strategy, security, network, unified comm unications, data center and virtualization, cloud and other technologies. In the future, the City will be recommending award of a pre-qualified pool of bidders to establish an open pro cess fo r maximizing competition and streamlining purchases for future purchases. C O NC LUS IO N I concur with staff and recommend that it is in the best interest of the City to award a competitively solicited contract pursuant to Invitation to Bid (1TB) 2020-071-DF for purchase of Cisco networking equipment to CDW Government, the lowest responsive, responsible bidder, as primary vendor. Also, in the event that the primary vendor cannot fulfill its contractual obligations, it is also recommended that Al P US, the second lowest bidder, be awarded as the secondary vendor. Applicable Area Cityw ide Is this a R esident R ight to Know item ? No Does this item utilize G .O . Bond Funds? No Legislative Tracking Info rmation Technology/Procurement ATTA C H M ENTS Description Exhibit A Page 88 of 2450 E xh ibi t A Firm Name Group A - Total A cor di s . . $476,831.46 .. . ... AIP US? $404,901.18 CDW-G' s $371,610.46 .. Prem ier C o m p uter $577,358.34 Service Presidi o i $449,338.80 .a« % Softcho ice $414,133.25 Softw are Info rm atio n R eso u rce C o rp {$483,126.70 s T otal C o m m u nicatio ns $452,321.04 1 low est responsive and responsible bidder. 2 second low est responsive and responsible bidder. Page 89 of 2450 ATTACHMENT B SOLICITATION AND ADDENDUMS M IA M IBEAC PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO, 2020- 071-DF FOR PURCHASE OF CISCO NETWORKING EQUIPMENT December 20, 2019 This Addendum to the above-referenced 1TB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RESPONSES TO QUESTIONS RECEIVED: 01: We are not technically a Cisco partner but purchase through authorized reseller channels and because of our volume discounts may be able to provide you a better price than you will obtain through your normal channels. Given our relationship, would you grant us an exception so we may participate? A 1: No, only Cisco partners as stated in the 1TB will be considered. Q2: I understand City of Miami Beach has an open bid for Cisco networking equipment - my organization uniquely exists in the vendor space, as we are 1 of 8 globally selected customers for Cisco's "Excess Offering." While we are not an authorized Cisco partner, the OEM has chosen OHO to participate in this wholesale pool featuring all Smartnet-eligible HW, direct from the Cisco warehouse at steep discounts upwards of 80%+ off list. Would this be a channel you could consider for the 2020 initiatives? I realize it technically exists outside of your parameters, however given that OHO has the established relationship with Cisco in this unique manner, I'm hopeful you will be open to hearing more of the details and using it to supplement your VAR strategies. A2: Please refer to response A1. Q3: Can (the City) advise whether there are smaller purchases throughout the year that occur outside of the BidSync channel? A3: While it's difficult to anticipate future purchases, the purpose of the pool of prequalified bidders is to establish possible providers for future purchases. Q4. The 1TB shows Universal firmware S9300UK9-169, S9400UK9-169; however, per Cisco CCW website shows the message as below, would then the latest version 1612 be the option? "Product S9300ULPEK9-169 will no longer be available for sale from Cisco as of 04-Feb-2020. Available replacement product for this item is S9300ULPEK9-1612." AA: Bids should be submitted using the specific SKUs noted in the solicitation. I ADDENDUM NO. 1 INVITATION TO BID NO. 2020-071-DF FOR PUR CHASE OF CISCO NETWOR KING EQUIPMENT M IA M IBEA C PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 36 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 05: The Smartnet Part number CON-SSSNT-C9410R9E, CON-SSSNT-C93004UA, and CON-SSSNT- C93002UA come with three (3) S, however it seems it needs to be only one S from Cisco. Could you please confirm of this? A5: Bids should be submitted using the specific SKUs noted in the solicitation. Q6: We can read from the design, there are two core switches come with sixteen (16) 10 G ports from both the supervisors, you have thirty (30) 9300 switches each with a eight (8) ports 1 O G up link, how will these 9300 switches connect to the core switches? I do not see you have any other 10 G line card or SFP modules for fiber connection? A6: Bids should be submitted using the specific SKUs noted in the solicitation. Design assumptions should not be made based on SKUs. Q7: Is a local physical presence required if an out of state vendor is willing to travel for meeting and execution of the contract? AT: Local location is not required. Q8: Will the equipment supplier be responsible for the installation, configuration and maintenance of the equipment, or is this contract solely for the purchase of equipment? A8: No, this is strictly for purchase. 09:. As pertains to veteran preference, will the use of a veteran subcontractor meet the veteran preference requirement? A9: No, the use of a veteran subcontractor will not meet the veteran preference. 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. Contact: Telephone: Email: Danny Flores ,305-673-7000 ext. 7490 , Danny/Flores@miamibeach.gov Bidders are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential bidders that have elected not to submit a response to the 1TB are requested to complete and return the "No Bid Form" with the reason(s) for not submitting a bid. d.e rocurement Director 2 ADDEN DUM NO. 1 INVITATION TO 8/0 NO. 2020-071-DF FOR PURCHASE OF CISCO NETWORKING EQUIPMENT IN V IT A T IO N TO B ID (1TB) Purchase of Cisco Networking Equipment 2020-071-DF BID ISSUANCE DATE: DECEMBER 16, 2019 BID DUE: DECEMBER 27, 2019@ 3:00 PM ISSUED BY: DANNY FLORES, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Aven ue, 3 Floor, Miami Beach, FL 33139 305.673.7000 x 26652 I dannyflores@miamibeachfl.gov I www.miamibeachfl.gov TA B L E O F C O N T E N T S S O LI C IT A TIO 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 PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS "NO BID" FORM MINIMUM REQUIREMENTS & SPECIFICATIONS SPECIAL CONDITIONS COST PROPOSAL FORM SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (1TB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the "contractor[s]") if this 1TB results in an award. The City utilizes BidSync (www.BidSync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this 1TB. Any prospective Bidder who has received this 1TB by any means other than through BidSync must register immediately with BidSync to assure it receives any addendum issued to this 1TB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City of Miami Beach, Florida ("City") Information Technology (IT) Department is dedicated to providing tools that enhance the City's ability to deliver world-class service to the City's residents and visitors. Key to the IT Department's operations for the distribution of these tools is strong networking technology. The City has, since 2000, standardized on Cisco networking technology switch products for Citywide infrastructure connectivity. Through this 1TB, the City is seeking to purchase Cisco networking equipment for the items identified herein. Also, a pool of prequalified bidders shall be established for the future purchase of these goods and services. The City has previously utilized competitive and publicly-bid cooperative contracts for the acquisition of the goods and services, but now seeks to create its own contract for the commodities. Bids will only be considered from authorized Select, Premier, or Gold Cisco partners. In accordance with General Condition 31 - Condition and Packaging, only new and current equipment will be considered. Bidder(s) acknowledges that attempts to furnish any equipment that is not new (refurbished, remanufactured, open box, etc.) shall, at a minimum, result in default of contract. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: 1TB Issued December 16, 2019 Pre-Bid Meeting NIA Deadline for Receipt of Questions December 19, 2019 @5:00 P.M. Responses Due December 27, 2019@ 3:00 P.M. Tentative Commission Approval Authorizing Award January 2020 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: 3 Procurement Contact: Danny Flores, Procurement Contracting Officer I Telephone: (305)673-7000, Ext. 26652 Email: dannyflores@miamibeachfl.goy The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (1 O) calendar days prior to the date proposals are due as scheduled in Section 0200-3. AII responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 4. PRE-BID MEETING OR SITE VISIT(S). Intentionally omitted. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientl0=13097 &statelO=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelqranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://wwwy._miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE . • PROTEST PROCEDURES . • DEBARMENT PROCEEDINGS . • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES . • CAMPAIGN CONTRIBUTIONS BY VENDORS . • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES . • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS....................................... • LIVING WAGE REQUIREMENT.....====we·we·eve·=·eve·ceca·=en==7=7a=. • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES . • FALSE CLAIMS ORDINANCE . • ACCEPTANCE OF GIFTS, FAVORS & SERVICES .. CITY CODE SECTION 2-486 CITY CODE SECTION 2-371 CITY CODE SECTIONS 2-397 THROUGH 2-485.3 CITY CODE SECTIONS 2-481 THROUGH 2-406 CITY CODE SECTION 2-487 CITY CODE SECTION 2-488 CITY CODE SECTION 2-373 CITY CODE SECTIONS 2 407 THROU GH 2-410 CITY CODE SECTION 2-374 CITY CODE SECTION 70-300 CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to becom e fam iliar w ith conditions that m ay affect costs, progress, perform ance or furn ishing of the W ork. • Take into account federal, state and local (C ity and M iam i-D ade C ounty) law s, regulatio ns, perm its, and ordinances that m ay affect costs, progress, perform ance, furn ishing of the W ork, or aw ard. • Study and carefully correlate Bidder's observ ations w ith the solicitation. • N otify the Procurem ent D irector of all conflicts, erro rs or discrepancies in the so lici tatio n of w hich B idder know s or reasonably should have know n. • The subm ission of a Bid shall constitute an incontro vertible representation by B idde r that B idder has com plied w ith the above requirem ents and that w ithout exception, the Bid is pre m ised upon perform ing and furn ishing the W ork required by the solici tation and that the solicitation docum e nts are suffici e nt in scope and detail to indicate and convey understanding of all term s and conditions fo r perform ance and furn ishing of the W ork. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through BidSync. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an 1TB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the 1TB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the C ity m ay consider the fo llow ing: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty ( 120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may # 2020 07157 $8%4%% 6 w ithdraw its bid after the expiration of one hundred tw enty ( 120) calendar days from the date of bid opening by delivering w ritten notice of w ithdraw al to the Pro curem ent Departm ent prior to aw ard of the Bid by the M ayor and City Com m ission. 20. _ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, [[[ 9())()(jn#<? /Noononononosmoses«ormoomonsoonoomennoomnmo~ thro ugh its C ity M anager, also reserv es the right to term inate the contract at any tim e and fo r any reason, w ithout cause and fo r convenience, and w ithout any m onetary liability to the C ity, upon the giving of thirt y (30) days prior w ritt en notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 34 Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one ( 1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELI VER Y . Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. . In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. N O T U S ED . 38. D EFA U LT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FA C ILI TIE S. 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. 1of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records· that ordinarily and necessarily would be required by the public agency in order to perform the services; (b} provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEG A L REQ UIREM ENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PA T EN T S & R O Y AL TIE S . The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 38 Floor, Mi am i Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 13 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. SE C T IO N 0300 PR O P O S A L S U B M ITT A L IN S T R U C T IO N S A N D FO R M A T 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1-- Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non- responsive. All corrections on the Cost Proposal Form shall be initialed. • TAB 2- Bid Certification, Questionnaire and Affidavits (Appendix A). The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non- responsive. Non-responsive bid packages will receive no further consideration. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 15 A P P E N D IX "A " I # l Proposal Certification, Questionnaire & Requirements Affidavit 2020-071-DF Purchase of Cisco Networking Equipment PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 I1B 20200710F 16 APPENDIX A1 - PROPOSAL CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and executed. FAILURE TO SUBMIT THE PROPOSAL CERTIFICATION FORM WITH ITS PROPOSAL SHALL RESULT IN THE PROPOSAL BEING DEEMED NON-RESPONSIVE. Solicitation No: Solicitation Title: 2020-071-DF Purchase of Cisco Networking Equipment Procurement Contact: Tel: I Email: Danny Flores 305-673-7000 x26652 DannyFlores@miamibeachfl.gov PROPOSER'S NAME: NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS LOCALLY: I NO. OF EMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: I ZIPCODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; that 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; that all responses, data and information contained in the proposal are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: 18 A PP E N D IX A 2 - Q U ESTIO N NA IR E A N D REQ UIR EM E NTS A FFID A V IT FO R M The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. Attach any requested information. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: 1. Veteran Owned Business¡ Is Pro1oser claiming a veteran owned business status? rs L Io SU BM ITT AL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Conflict of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SU BM ITT AL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due toi non-p¡rtormance by any public sector agency? YES L_J NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall attach its Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ 19 7. Living age. Pursuant to Section 2 408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below 1 Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health 6are benefits of at least $3.22 per hour, or a living wage rate of no less than$15.0 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the- preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year) Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http-.//wwwy.miamibeachfl.goyGity-hall/procurement/procurement related- ordinance_ and procedures} Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCP Tra cker.net ) SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure to agree shall result in t».en" 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? L Is Jo B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? I Jres L o C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ [mp37673777{A, peso"" 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: Proposer agrees to the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Failure to agree shall rrult in reposai disqualification. L ]Ys o 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. Failure to agree shall result in proposal disralificrion. []Yes o 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to agree shall result in proposal disqualification. E Is Jo 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SU BM ITT AL REQUIREMENT: Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Failure to agree shall result in rroposjl disqualification. vs [ Jo 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, 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. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 APPENDIX B I I ----·--·--- --------------- ---------- -- ··•---·--- "No Bid" Form 2020-071-DF Cisco Networking Equipment PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _ Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do_ do not_ want to be retained on your mailing list for future proposals of this type product and/or service. ]][[[[},- Title: _ L.egal Gompany lame. Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: DANNY FLORES, PROCUREMENT CONTRACTING OFFICER I BID # 2020-071-DF 1755 MERIDIAN AVENUE, 3""FL O OR MIAMI BEACH, FL 33139 23 A P P E N D IX C M inim um Requirem ents & Specification s 2020-071-DF Purchase of Cisco Networking Equipment PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 24 C 1. Mi n im um Elig ib ility R eq uirem ents. The Minimum Eligibility Requirements for this solicitation are listed below. Bidders that fail to comply with minimum requirements shall be deemed non- responsive and shall not have its bid submittal considered. 1. Bidders must be certified Select, Premier, or Gold Cisco Partners within the Cisco Channel Partner Program at the time of bid submission. C2. Statement of Work Required. The City of Miami Beach, Florida ("City") is seeking bids from authorized Select, Premier, or Gold Cisco resellers for the purchase of Cisco networking equipment, as specified in Group A of the Cost Proposal Form. Bidder(s) shall warrant that all products are new original equipment manufactured (OEM) items, free from defects and in performance to its specifications, and in their original box. No substitution, aftermarket, gray market, remanufactured, or reconditioned products shall be accepted. Further, the City seeks to establish a pool of prequalified bidders (awarded or not) who submitted bids and have demonstrated to be responsive and responsible to the ITS requirements herein in Group B, as further stipulated in Appendix D Special Conditions. The prequalified pool shall be utilized for goods that are unforeseen at this time by the City. C3. Specifications The awarded bidder(s) must provide all materials and labor for the furnishing, configuration, testing, training and documentation of the equipment listed in Appendix E- Cost Proposal Form. 3.1 Warranty. All equipment shall have the standard applicable warranty as determined by Cisco. 3.2 Support services. Service provided by Awarded bidder(s) shall be performed by a technical support team comprised of certified Cisco professionals. 25 APPENDIX D I I I Special Conditions 2020-071-DF Purchase of Cisco Networking Equipment PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 1TB 2020071f 26 1. TERM OF CONTRACT. The term of the Agreement ("Term") shall commence upon execution of the Agreement by all parties hereto, and shall have an initial term of three (3) years. 2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for two (2) additional, one ( 1) year periods, subject to the availability of funds for succeeding fiscal years. 3. PRICES. Not used. 4. EXAMINATION OF FACILITIES. Not used. 5. PERFORMANCE BOND. Not used. 6. REQUIRED CERTIFICATIONS. Not used. 7. SHIPPING TERMS. Not used. 8. DELIVERY REQUIREMENTS. Not used. 9. WARRANTY REQUIREMENTS. Not used. 10. BACKGROUND CHECKS. Not used. 11. DOCUMENTATION FOR LICENSES. Upon request, the awarded bidder(s) shall provide to the City, at the awarded bidder(s)' expense, access to electronic copies of license documentation including, but not limited to, City license confirmation certifications. Access to this documentation is not to require a user ID or password and must be available for the City to share with their employees, for business purposes, as appropriate. 12. VERSION. Purchase orders are to be deemed to reference Cisco's most recently released version of the hardware/software at time of order, unless an earlier version is specifically requested in writing by the City and the awarded bidder(s) is willing to provide such version. Further, the awarded bidder(s) shall provide all related software updates for the life of the product. 13. PRODUCT VARIATIONS/CUSTOM ORDERS. New variations, substitutions, including custom orders of existing software licenses, maintenance and services awarded under the Contract will be considered by the City if it is in the best interest of the City. All modifications and special requests must receive prior written approval from the City before execution of the purchase. Proposed changes are not to compromise the integrity of the software licenses, maintenance or services performance. 14. FALSE CLAIMS ACT. All goods and services purchased under this contract shall be in accordance with all Federal standards, to include, but not limited to, the False Claims Act (FCA), 31 U.S.C. §§ 3729 - 3733 and shall apply to Cisco and all awarded bidder(s), and any and all applicable distribution stakeholders. 15. ROADMAP FOR PROJECTS AWARDED PURSUANT TO POOL OF PREQUALIFIED CONTRA CTORS. Responsive, responsible bidders (awarded or not) are eligible to participate in the Pre- Qualified Bidder Pool, at the discretions of the bidder and as indicated on the Cost Proposal Form at the time of submission. When such work assignments are identified, the Contractors may be invited to review the written specifications regarding the goods and/or services requested and offer a Unit Price quote (unless notified otherwise), that shall include any and all costs, charges, and/or fees required to furnish all labor, materials, equipment, supervision, mobilization, demobilization, transportation, and any incidental(s) necessary for the work. The Contractor offering the lowest fixed price for the specific effort shall be awarded that specific work assignment. The award of a specific work assignment to one Contractor does not preclude other pre- qualified Contractors from submitting offers for other work assignments. The cost of any ancillary third-party services that are provided by the Contractor, with prior approval from an authorized City representative, may be determined in the manner prescribed above. 27 C ontractors sha ll ensure that pro per and suffi c ient staff , equip m ent, organization, etc. w ill be pro vided fo r this contract to m eet the specificatio ns de noted herein at a pa ram o unt level. B idders past pe rf orm ance w ith th e C it y , if a p p lic a b le , m a y b e u s e d in th e e v a lu a tio n p ro cess in determ ining recom m e ndatio n for aw ard. E ach quote prepared by the C o ntractor sha ll include an acceptable descriptio n of the nature, extent and cha racter of the w ork required , as w ell as perform ance and de livery schedules. In this case , projects w ill be a w a r d e d o n a U n it P r ic e b a s is (u nless notified othe rw ise): • For purchase s w ith an estim ated cost und er $10 0,0 00.0 0, th e am o unt specified in C ity P rocedure P O 16 .02 , T hreshold C atego ry 2 (o r as am e nded), the D e part m e nt shall solicit quotes from all prequalified contractors. T he vendo r off ering the low est fixed price sha ll be aw arded the request for quote. The C ity M a nage r's approval, along w ith a justification, is required w he n the vendor off ering th e lo w e s t c o s t is n o t se lected . • F o r p u r c h a s e s e x c e e d in g $1 0 0 ,0 0 0 o r g reater, the C ity C om m issio n's approval is required, or the C it y C o m m is s io n m a y d e le g a t e a p p ro v a l to th e C it y M a n a g e r . C it y C om m issio n or C ity M a nager, as applicable , appro val, alo ng w ith a justificatio n, is also required w hen the vendo r offering the lo w est cost is not se lected . In determ ining the low est and best C o ntra ctor fo r the pro ject, in add ition to price , the follow ing sha ll be conside red: • T he ability, capacity and skill of the bidder to perf orm the w ork. • W hethe r the bidde r can pe rf orm the w ork w ithin the tim e specified, w ithout de lay or interf erence. • T he quality of perf orm ance on previo us w ork. • T he character, integrity, reputatio n, judgm e nt, experie nce and eff icie ncy of the bidde r. • T he previo us and existing com plia nce by the bidde r w ith law s and ordina nces relating to the contra ct. 16. LICENSES AND PERMITS. The awarded bidder(s) shall, at the time of bid submittal and throughout the term of the contract, maintain all required licenses and permits required by Cisco, federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by awarded bidder(s) pursuant to this Contract shall be secured by awarded bidder(s). 28 APPENDIX E Cost Proposal Form 2020-071-DF Purchase of Cisco Networking Equipment PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Foor Miami Beach, Florida 33139 29 APPENDIX E COST PROPOSAL FORM Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Group A - Cisco Networking Equipment Catalyst 9400 Series 1 0 slot,Sup, 2xC9400-LC-48U, DNA-E A1 C941 0R-96U-BNDL-E LIC 2 Each $ $ A2 C9400-PWR-BLANK Cisco Catalyst 9400 Series Power Supply Blank Cover 12 Each $ $ A3 C9400-S-BLANK Cisco Catalyst 9400 Series Slot Blank Cover 2 Each $ $ A4 C9400-NW-E Cisco Catalyst 9400 Network Essential License 2 Each $ $ A5 S9400UK9-169 UNIVERSAL 2 Each $ $ A6 C9400-PWR-3200AC Cisco Catalyst 9400 Series 3200W AC Power Supply 4 Each $ $ A7 CAB-L620P-C 19-US NEMA L6-20 to IEC-C19 14ft US Power Cord 4 Each $ $ A8 C9400-DNA-E Cisco Catalyst 9400 DNA Essential Term License 2 Each $ $ Cisco Catalyst 9400 Series Supervisor-1 Bundle Select A9 C9400-SUP-1-B Option 2 Each $ $ A10 C9400-SUP-1 Cisco Catalyst 9400 Series Supervisor 1 Module 2 Each $ $ A11 C9400-SSD-NONE No SSD Memory Selected 2 Each $ $ Cisco Catalyst 9400 Series Line Card Switch A12 I C9400-LC-48U-B I 2xC9400-LC-48U for Bundle Select I 2 I Each I $ [s Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1 000(RJ- A13 C9400-LC-48U I 45) I 2 I Each I $ [s Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1 000(RJ- A14 I C9400-LC-48U I 45) I 2 I Each I $ [s 1TB8 2020071DF C isco C atalyst 9400 Series 48-P ort U P O E 10 /10 0/1 000(R J- A15 C 9400-LC -48U 45) 2 Each $ $ Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ- A16 C9400-LC-48U 45) 2 Each $ $ Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1 000(RJ- A17 C9400-LC-48U 45) 2 Each $ $ Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1 000(RJ- A18 C9400-LC-48U 45) 2 Each $ $ Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1 000(RJ- A19 C9400-LC-48U 45) 2 Each $ $ Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1 000(RJ- A20 C9400-LC-48U 45) 2 Each $ $ Network Plug-n-Play License for zero-touch device A21 NETWORK-PNP-LIC deployment 2 Each $ $ A22 C9300-48U-A Catalyst 9300 48-port UPOE Switch, Network Advantage 25 Each $ $ A23 C9300-NW-A-48 C9300 Network Advantage, 48-port license 25 Each $ $ A24 S9300UK9-169 UNIVERSAL 25 Each $ $ A25 P'WR-C1-1100WAC-P 1100W AC 80+ platinum Config 1 Power Supply 25 Each $ $ A26 PWR-C1-1100WAC-P/2 1100W AC 80+ platinum Config 1 Secondary Power Supply 25 Each $ $ A27 CAB-TA-NA North America AC Type A Power Cable 50 Each $ $ A28 C9300-SSD-NONE No SSD Card Selected 25 Each $ $ A29 STACK-T1-50CM 50CM Type 1 Stacking Cable 25 Each $ $ A30 CAB-SPWR-30CM Catalyst Stack Power Cable 30 CM 25 Each $ $ A31 C9300-DNA-A-48 C9300 DNA Advantage, 48-Port Term Licenses 25 Each $ $ A32 C 1-ADD-OPTOUT Cisco ONE Add-On Session Opt Out (No Fulfillment) 25 Each $ $ A33 PI-LFAS-T Prime Infrastructure Lifecycle & Assurance Term - Smart Lie 25 Each $ $ A34 C9300-NM-8X Catalyst 9300 8 x 10GE Network Module 25 Each $ $ Network Plug-n-Play License for zero-touch device A35 NETWORK-PNP-LIC deployment 25 Each $ $ A36 C9300-24U-A Catalyst 9300 24-port UPOE, Network Advantage 5 Each $ $ A37 C9300-NW-A-24 C9300 Network Advantage, 24-port license 5 Each $ $ A38 S9300UK9-169 UNIVERSAL 5 Each $ $ 1TB8 2020071DF A 3 9 P W R -C 1 -1 1 0 0 W A C -P 1 1 0 0 W A C 8 0 + p la tin u m C on fi g 1 P o w er S u p p ly 5 E a c h $ $ A40 PWR-C1-11 00WAC-P/2 1100W AC 80+ platinum Config 1 Secondary Power Supply 5 Each $ $ A41 CAB-TA-NA North America AC Type A Power Cable 10 Each $ $ A42 SSD-120G Cisco pluggable USB3.0 SSD storage 5 Each $ $ A43 STACK-T1-50CM 50CM Type 1 Sta cking Cable 5 Each $ $ A44 CAB-SPWR-30CM Catalyst Stack Power Cable 30 CM 5 Each $ $ A45 C9300-DNA-A-24 C9300 DNA Advantage, 24-port Term Licenses 5 Each $ $ A46 PI-LFAS-T Prime Infrastructure Lifecycle & Assurance Term - Smart Lie 5 Each $ $ A47 C9300-NM-8X Catalyst 9300 8 x 10GE Network Module 5 Each $ $ Network Plug-n-Play License for zero-touch device A48 I NETWORK-PNP-LIC deployment I 5 I Each I $ [s SOLN SUPP 8X5XNBD Catalyst 9400 Series 10 slot,Sup, A49 I CON-SSSNT-C941 0R9E I 2xC940 (60 Months/5 Years) I 2 I Each I $ [s Cisco Catalyst 9400 DNA Essential 5 Year License (60 A50 I C9400-DNA-E-5Y I Months/5 Years) I 2 I Each I $ I$ SOLN SUPP 8X5XNBD Catalyst 9300 48-port UPOE, A51 CO N-SSSNT-C93004UA Network Advance (36 Months/3 Years) 25 Each $ $ A52 C9300-DNA-A-48-3Y C9300 DNA Advantage, 48-Port, 3 Year Term License 25 Each $ $ A53 PI-LFAS-AP-T-3Y Pl Dev Lie for Lifecycle & Assurance Term 3Y 25 Each $ $ SOLN SUPP 8X5XNBD Catalyst 9300 24-port UPOE, A54 I CON-SSSNT-C93002UA I Network Advance (36 Months/3 Years) 5 Each $ $ A55 i C9300-DNA-A-24-3Y I C9300 DNA Advantage, 24-Port, 3 Year Term License 5 Each $ $ $ $ Group B - Pre-Qualified Pool No additional response is required for the establishment of a Pre-Qualification Pool. All responsive and responsible bidder(s) that submit a bid for the project shall be made part of the pool for future purchases, per Special Conditions 15 - Roadmap for Projects Awarded Pursuant to Pool of Prequalified Contractors. 1TB 2020-0710F Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 1TB8 2020071-DF A TT A C H M E N T C C O N S U LT A N T S R E S P O N S E - P R O P O S A L 12 /3 0 /2 0 1 9 D e tail by F E I/E IN N u m b e r rg of 0BP Department 9 i Statg I Diyision of C O!p 0rations I Search FgcOrds I De 1g i] By [locumgnt Num b 9gr I Detail by FE I/E IN N um b er Foreign Limited Liability Company AIP US, LLC Filing Information Document Number FEI/EIN Number Date Filed State Status Principal Address M08000002358 26-2521667 05/19/2008 DE ACTIVE 27 Bleeker Street Suite 236 Millburn, NJ 07041 Changed: 03/08/2017 Mailing Address 80 S.W. 8th Street Suite 2000 Miami, FL 33130 Changed: 03/08/2017 Registered Agent Name & Address WANG, MIN 80 S.W. 8th Street Suite 2000 Miami, FL 33130 Name Changed: 04/13/2012 Address Changed: 02/27/2015 Authorized Person(s) Detail Name & Address Title MGRM WANG, MIN 80 S.W. 8th Street Suite 2000 Miami, FL 33130 Annual Reports Report Year 2017 2018 Filed Date 03/08/2017 02/06/2018 search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?i nquirytype=F eiN um ber&d i rection Type= I nitial&searchNameürder=262521667M0800... 1 /2 12/30/2019 Detail by FEIIEIN Numb er 2019 01/31/2019 Document Images 91/3112019-- ANNUAL REPORT View image in PDF format ------------- 92/9&/2018-- jNNLIL REPrT View image in PF format --------------~ 93708/291Z - ANNUAL RE;EQRI View image in PDF format --------------' 94/9812016-- ANNUAL REPORT View image in PDF format --------------' 92/2712015 -- ANNUAL REPORT View image in PDF format -------------~ 93/31¿,2914-- ANNJAL PE£ORT View: image in Ppr format ---------------' 9112012013 --4NNLIAL REPORT View image mn PF format oho 94/13/2912 .--_ANNJAL REPORT Vew image in PDF format -------------~ 94/4¿g911 -- ANNUAL REPORT View image in PDF format -------------~ g4/18/2Q1g -- [NNLIL REPORT View image in PF format 94/2,372009NNJAL RE;FORT iew image in PDF format oooeeo 95/19£2009 --_Egrgign Limited View image in PDF format search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=lnitial&searchNameürder=262521667M0800. 2/2 A IP U S ,L L C R esp o n se T o R eq u est for P ro p o sa l REQUEST FOR PROPOSAL Bid 2020-071-DF Purchase of Cisco Networking Equipment December 27, 2019 P us,LL c December 27, 2019 City of Miami Beach Att: Danny Flores, PROCUREMENT CONTRACTING OFFICER I 1755 Meridian Ave, 3rd FLOOR Miami Beach, FL 33139 Subject: BID # 2020-071-D, Cisco Equipment Dear Danny, AIP US, LLC is pleased to partner with Cisco Systems in responding to the City of Miami Beach BID # 2020-071-D, Cisco Equipment. Cisco Systems is the world No.I voice and data networking company. AIP US is a Cisco Premier Partner specialized in voice and data communications and integration. We have Cisco certified staff such as Cisco Certified Network Professional (CCNP) and the industry most sought-after Cisco Certified Internetwork Expert (CCIE) to help our clients achieve their communications goals. We believe we are uniquely positioned to assist the City of Miami Beach in achieving truly innovative and seamless collaboration and delivering state-of-the-art wireless communication capabilities over an IP infrastructure. Our solution can provide an enhanced user experience, while reducing costs throughout the City of Miami Beach. We are pleased to be working with Cisco to provide a winning solution for the City of Miami Beach. AIP US is on WSCA-NASPO Cisco Florida State Contract. AIP US is CIOREVIEW Magazine top 20 most promising Cisco Solution Providers 2014. Thank you for your consideration of our proposal for this exciting opportunity. We look forward to working with you on this important project. e Kohut Business Development Manager Phone: (954) 648-1059 Email: jkohut@aip-us.com 2 C ity of Miami Beach Bid 2020-071-DF APPENDIXA1 - PROPOSAL CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and executed. FAILURE TO SUBMIT THE PROPOSAL CERTIFICATIO N FORM W ITH ITS PRO POSAL SHALL RESULT IN THE PROPOSAL BEING DEEMED NON-RESPONSIVE. Solicitation No: Solicitation Title: 2020-071-DF Purchase of Cisco Networking Equipment Procurement Contact: Tel: I Email: Dannv Flores 305-673- 7000 x26652 DannyF lores@miamibeachfl.gov PROPOSER'S NAME: AIP US, LLC NO. OF YEARS IN BUSINESS: 11 I NO. OF YEARS IN BUSINESS LOCALLY: 11/NO. OF EMPLOYEES: 12 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): 27 Bleeker Street, Suite 236 CITY: Millburn, STATE: NJ I ZIPCODE: 07041 TELEPHONE NO.: 973 577-4546 TOLL FREE NO.: 888 577-454 7 FAX NO.: 973 577-4647 FIRM LOCAL ADDRESS: 80 SW 8th Street, Suite 2000 CITY: Miami STATE: FL I ZIPCODE: 33130 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Joseph Kohut ACCOUNT REP TELEPHONE NO.: 954 648-1059 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: jkohut@aip-us.com FEDERAL TAX IDENTIFICATION NO.: 262521667 Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; that 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; that all responses, data and information contained in the proposal are true and accurate. Name of Proposer 's Authorized Representative: Joseph Kohut Title of Proposer 's Authorized Representative: Business Development Manager 1five: Date: December 18, 2019 v 18 3 12/16/2019 4:18 PM p. 18 C it y o f M ia m i B e a ch Bi d 20 2 0 -0 7 1-DF APPENDIX A2 - QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. Attach any requested information. ame o'Pro9gr54//'/7%.R%eresentoe Title of Proposer's Authorized Representative: osep ohut Business Development Manager / signature of Proposer 's Auth9jye$,ß399)5en1aie: Date: - December 18, 2019 ·,y> t 1. Vet~Owned Business! Is Pro¡oser claiming a veteran owned business status? Ys LX]No SUB MITT AL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Conflict of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to(on-plrformance by any public sector agency? YEs LX]NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SU BM ITT AL REQUIREMENT: Proposer shall attach its Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ 19 4 12/16/2019 4:18 PM p. 19 C it y o f M ia m i B e a c h Bid 2020-071-DF 7. Living 'age. Pursuant to Section 2 408 of the City of Miam i Beach Code, as same may be am ended from time to time, covered employees shall be paid the required living wage rates listed below: 1, Effecti ve January 1, 2018, covered employees must be paid a livi ng wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective dan uary 1, 2019, covered employees must be paid a living wage rate of no less than $1170 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective dan uary 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics, Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non responsive, and may further subject Proposer to additional penalties and fines, as provi ded in the City's Livi ng- age Ordinance, as amended. Further information on the-Living age requirement is available at http://www.miamibeachfl. goycity_hall/procur ement/procurement related ordinance and procedures Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal , LCP Tracker (LCP Tra cker .net ) S U B M ITT A L R E Q U IR E M E NT : Indicate below that Proposer agrees to the living wage requirement. Failure to agree shall result in t1;" 8. 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? XIs o B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? .¥-i LI Ys [ ]No C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health V X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessáry documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procuremenUprocurement-related-ordinance-and- procedures/ 20 5 12/16/2019 4:18 PM p.20 City of Miami Beach Bid 2020-071-DF 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: Proposer agrees to the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Failure to agree shall r¡sult in ¡roposal disqualification. LX]Ys No 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SU BM ITT AL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. Failure to agree shall result in proposal disralific¡iion. DX]vs No 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to agree shall result in proposal disqualification. DX]s _ o 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUB MITT AL REQUIREMENT: Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Failure to agree shall result in rxsrl disqualification. vs [ Jo 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, 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. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 21 6 12/16/2019 4:18 PM p.21 APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, In Its entirety and fully executed by the deadline established for the receipt of proposals will result In proposal being deemed non• . . . Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this 1TB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be com pleted m ec hanically or, if m anually, in ink. C ost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Group A- Cisco Networking Equipment t- .. a , . A 1 C 9410R-96U-BNDL-E Catalyst 9400 Series 10 slot.Sup, 2xC9400-LC-48U, DNA-E LIC 2 Each $ 13,543.20 $ 27,086.40 A2 C9400-PWR-BLA NK Cisco Catalyst 9400 Series Power Supply Blank Cover 12 Each $ $ A3 C9400-S-BLAN K Cisco Catalyst 9400 Series Slot Blank Cover 2 Each $ $ A4 C9400-NW-E Cisco Catalyst 9400 Network Essential License 2 Each $ $ A5 S9400UK9-169 UNIVER SAL 2 Each $ $ A6 C9400-PWR-3200AC Cisco Catalyst 9400 Series 3200WAC Power Supply 4 Each $ 908.82 $ 3,635.28 A7 CAB -L620P-C19-US NEMA L6-20 to IEC-C1914ft US Power Cord 4 Each $ $ A8 C9400-DNA-E Cisco Catalyst 9400 DNA Essential Term License 2 Each $ $ A9 C9400-SUP-1-B Cisco Catalyst 9400 Series Supervisor-1 Bundle Select Option 2 Each $ $ A10 C9400-SUP-1 Cisco Catalyst 9400 Series Supervisor 1 Module 2 Each $ $ A11 C9400-SSD-NONE No SSD Memory Selected 2 Each $ $ A12 C9400-LC-48U-B Cisco Catalyst 9400 Series Line Card Switch 2xC9400-LC 2 Each $ $ 48U for Bundle Select A13 C9400-LC-48U Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ- 45) 2 Each $ $ A14 C9400-LC-48U Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ- 45) 2 Each $ $ A15 C9400-LC-48U Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ-45) 2 Each $ 4,089.69 $ 8,179.38 A16 C9400-LC-48U Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ- 45) 2 Each $ 4,089.69 $ 8,179.38 A17 C9400-LC-48U Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ- 45) 2 Each $ 4,089.69 $ 8,179.38 A18 C9400-LC-48U Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ- 45) 2 Each $ 4,089.69 $ 8,179.38 A19 C9400-LC-48U Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ- 45) 2 Each $ 4,089.69 $ 8,179.38 A20 C9400-LC-48U Cisco Catalyst 9400 Series 48-Port UPOE 10/100/1000(RJ- ,45) 2 Each $ 4,089.69 $ 8,179.38 A21 NETWORK-PNP-LIC Network Plug-n-Play License for zero-touch device deployment 2 Each $ $ A22 C9300-48U-A Catalyst 9300 48-port UPOE Switch, Network Advantage 25 Each $ 4,922.78 $ 123,069.50 A23 C9300-NW-A-48 C9300 Netwo rk Advantage, 48-port license 25 Each $ $ A24 S9300UK9-169 UNIVER SAL 25 Each $ $ A25 PWR-C1-1100WAC-P 1100W AC 80+ platinum Config 1 Power Supply 25 Each $ $ A 26 PWR -C1-1100WAC-PI2 1100W AC 80+ platinum Config 1 Secondary Power Supply 25 Each $ 846.45 $ 21,161.25 A 27 C A B -TA -N A N orth A m erica A C Type A Pow er Cable 50 Each $ $ A 28 C 9300-S SD -NON E N o SS D C ard S elected 25 Each $ $ A 29 S TA C K -T1-50C M 50C M Type 1 Stac king C able 25 Each $ 44.55 $ 1,113.7 5 A 30 C A B -S P W R -30C M C atalyst Stack Pow er C able 30 C M 25 Each $ 42.32 $ 1,0 58.00 A 31 C 9300-D N A -A -48 C 9300 D N A A dvantag e, 48-P ort Term Li censes 25 Each $ $ A 32 C 1-A D D -O P TO U T C isco O N E A dd-O n Session O pt O ut (N o Fulfillm ent) 25 Each $ $ A 33 PI -LF A S -T P rim e Infrastructure Lifeoycle & A ssurance Term - Sm ar t Li e 25 Each $ $ A 34 C 9300-NM -8X C atalyst 9300 8 x 10 G E N etw ork M odule 25 Each $ 1,136.03 $ 28,400.75 A 35 N E TW O R K -P N P -LI C N etw ork Pl u g-n-P l ay Licen se for zero -touch device deploym ent 25 Each $ $ A 36 C 9300-24U -A C atalyst 9300 24-port UPOE, Network Advantage 5 Each $ 2,871.25 $ 14,356.25 A37 C9300-NW -A-24 C9300 Network Advantage, 24-port license 5 Each $ $ A38 S9300UK9-169 UNIVER SAL 5 Each $ $ A39 PWR-C1-1100WAC-P 11 00W AC 80+ platinum Config 1 Power Supply 5 Each $ $ A40 PWR-C 1-11 00WAC-P/2 11 00W AC 80+ platinum Config 1 Secondary Power Supply 5 Each $ 846.45 $ 4,232.25 A41 CAB-TA-NA North America AC Type A Power Cable 10 Each $ $ A4 2 SSD-120G Cisco pluggable USB3.0 SSD storage 5 Each $ 668.25 $ 3,341.25 A43 STACK-T1-50CM 50CM Type 1 Stacking Cable 5 Each $ 44.55 $ 222.75 A44 CAB-SPWR-30CM Catalyst Stack Power Cable 30 CM 5 Each $ 42.32 $ 211.60 A45 C9300-DNA-A-24 C9300 DNA Advantage, 24-port Term Licenses 5 Each $ $ 7 A46 PI-LFAS-T Prime Infrastructure Lifecycle & Assurance Term - Smart Lie 5 Each $ $ A47 C9300-NM-8X Catalyst 9300 8 x 10GE Network Module 5 Each $ 1,136.03 $ 5,680.15 A48 NETWORK-PNP-LIC Network Plug-n-Play License for zero-touch device deployment 5 Each $ $ A49 CON-SSSNT-C9410R9E SOLN SUPP 8X5XNBD Catalyst 9400 Series 1 O slot.Sup, 2xC940 (60 2 Each $ 8,262.70 $ 16,525.40 Months/5 Years) A50 C9400-DNA-E-5Y Cisco Catalyst 9400 DNA Essential 5 Year License (60 Months/5 2 Each $ 2,726.46 $ 5,452.92 Years) A51 CON-SSSNT-C93004UA SOLN SUPP 8X5XNBD Catalyst 9300 48-port UPOE, 25 Each $ 1,927.50 $ 48,187.50 Network Advance (36 Months/3 Years) A52 C9300-DNA-A-48-3Y C9300 DNA Advantage, 48-Port, 3 Year Term License 25 Each $ 1,679.54 $ 41,988.50 A53 PI-LFAS-AP-T-3Y Pl Dev Lie for Lifecycle & Assurance Term 3Y 25 Each $ $ A54 CON-SSSNT-C93002UA SOLN SUPP 8X5XNBD Catalyst 9300 24-port UPOE, 5 Each $ 1,124.82 $ 5,624.10 Network Advance (36 Months/3 Years) A55 C9300-DNA-A-24-3Y C9300 DNA Advantage, 24-Port, 3 Year Term License 5 Each $ 895.46 $ 4,477.30 A56 PI-LFAS-AP-T-3Y Pl Dev Lie for Lifecycle & Assurance Term 3Y 5 Each $ $ ]la, .. $ 404,901.18 Group B - Pre-Qualified Pool No additional response is required for the establishment of a Pre-Qualification Pool. All responsive and responsible bidder(s) that submit a bid for the project shall be made part or the pool for future purchases, per Special Conditions 15- Roadmap for Projects Awarded Pursuant to Paci of Prequalified Contractors. 8 ~ e 0 5 g O A ~ o 7J < Company: AIP US, LLC Authorized Representative: Joseph Kohut Address: 80 SW 8th Street, Suite 2000 Miami Beach, FL 33130 Telephone: 954 648-1059 Email: Authorized Representative's Signature: o z g z a z D DO w n :::; 1TB8 2020071DF ,::, O O D a N o N o 6 ! 9 U "T1 aip-us.com [ (888) 595 2317 [ info@aip-us.com A New City: Stability, Trust, Uptime and Secure Network Access SITUATION Incorporated in 2003, the City of Miami Gardens is a relatively new city in Miami Dade County (Florida). Miami Gardens operates City Hall, a police department, a community center, and a parks system serving approximately 110,000 citizens and 600 employees. Tasked with improving and maintaining a highly secure network infrastructure, the city decided to outsource its network support. The city approached AIP US because of its expertise in technology infrastructure build out and management to build a custom scalable network and security solution along with a technology management service. In addition to the managed service Miami Gardens also asked AIP US for support on a Voice over IP solution and a wireless infrastructure installation. Based on past experiences working with local governments and expert engineering knowledge in areas such as networking, security, wireless and voice, AIP US set out to create a custom solution and managed service specific to the city's requirements and budget. SOLUTION AIP US implemented a custom Cisco centric network and security solution based on the detailed needs of the city. Cisco has become one of the leading manufacturers in the state and local governments' network and security arena by developing industry specific solutions. Since 2008, AIP US has provided the City of Miami Gardens with a managed network and security solution. The AIP US team works side-by-side the city's employees to deliver complete network management from configuration to new device installation and wireless usage reports. A highlight of the service is AIP US's capability to support the city's Police Department network on a 24x7 basis with troubleshooting and issue resolution. This feature of the city's managed service helps Police Department employees remain productive and able to effectively help citizens with minimal downtime. The Solutions Requirements: • Provide a robust service for monitoring network/security infrastructure • Create an incident management/issue • • resolution process and service Implement Cisco Voice over IP solution Implement Meraki Wireless LAN solution As a local government entity, network security is a high priority to Miami Gardens. Keeping its employee and citizen data secure and compliant with the Florida Department of Law Enforcement and Criminal Justice Information System's regulations is essential to passing annual network audits. City Director of AIP US, LLC I aip-us.com I {888) 595 2317 I info@aip-us.com 80 S.W. 8 Street, Suite 2000 Miami, Florida 33130 27 Bleeker Street, Suite 236 Millburn, New Jersey 07041 10 US, LLC IT Tristan Lattibeaudiere reports "we have passed every network audit by FDLE/CJIS, every PCI- Compliance audit and I feel very safe having a CCIE monitoring my network 24/7. I trust AIP US." AIP US supplies the city with a robust Cisco security service that addresses security from the network level, extending to devices (Firewalls and JPS) with threat detection and remediation recommendations. Miami Gardens asked AIP US for a Cisco Meraki wireless local area network (LAN) solution to provide internet access to its employees and citizens. AIP U S's Cisco Meraki solution gives the city visibility into the network users, their devices, and their applications. Armed with rich analytics, administrators can quickly create access control and application usage policies, optimizing both the end-user experience and network security. AIP US also implemented a Cisco Unified Communications Manager based Voice over IP solution at its new City Hall. The solution includes features such as contact center, messaging and integration with Microsoft Lyne. AIP US provides the following services to the City of Miami Gardens: • Network Operations Management • Security Operations Management • Wireless Implementation • Voice over IP Implementation BUSINESS RESULTS The Cisco network and security solution implemented by AIP US is robust, secure, and scalable - meeting the exact requirements of the growing city. AIP US continues to provide a solid IT foundation, share best practices and remain the go to technology partner for the City of Miami Gardens. This partnership has allowed the city to better serve its government operations, functions, and citizens. Result Highlights: • The city's network has been stable for the last eleven years under AIP US's management. • New services such as Cisco Voice over IP and Meraki Wireless LAN have been implemented. • AIP US performed a smooth network, security, wireless, and voice infrastructure migration to the new city hall building. "We have passed every network audit by FDLE/CJIS, every PCI-Compliance audit and I feel very safe having a CC/E monitoring my network 24/7. I trust AIP US." Tristan Lattibeaudiere Director of IT, City of Miami Gardens AIP US, LLC I aipus.com I (888) 595 2317 I info@aip--us.com 80 S.W. 8" Street, Suite 2000 Miami, Florida 33130 27 Bleeker Street, Suite 236 Millburn, New Jersey 07041 11 aip-us.com [ (888) 595 2317 ] info@aip-us.com Destination Smart City: The Evolution of a Florida Town's IT Infrastructure into the 218Century SITUATION Located in the center of Broward County Florida, the Town of Davie is a full-service government municipality that provides for all the usual government services inclusive of operating their own Police, Fire, Water Utility and various community parks. The Town is a major City in the heart of Broward County, Florida that serves a resident population of well over 100,000 residents, while preserving their greenspaces and providing their residents with a unique equestrian lifestyle. The Town had an aging IT infrastructure and had experienced network connectivity and performance issues. The new CIO, Nelson Martinez Jr. was tasked to refresh its infrastructure to the latest technologies and decided to outsource the management of its IT network infrastructure, perimeter security, and voice network. The IT Director approached AIP US because of its experience and expertise in providing managed services in similar environment for other cities and police departments in South Florida. With its deep technical expertise and experience working with local governments, AIP US worked in tandem with Davie IT to establish a plan to create a new Town wide data network and security infrastructure specific to the Town's requirements and budget. SOLUTION AIP US conducted network and security assessments, provided recommendations, designed a new architecture, and recommended a migration path. With careful consideration of the Town's 24x7x365 operations of the Police Department and Fire Department, AIP US and Davie IT established a project schedule and implemented the new enterprise network and security /firewall environment with no impact to daily operations. The new network utilizes Cisco centric solutions with an architecture that is reliable, scalable, secure, redundant and highly-available. AIP US conducted failover testing and ensured seamless fail over of different network components. After the implementation, AIP US immediately transitioned into "steady state" onsite managed services of the Town's new network, perimeter security, and voice infrastructure. Since 2015, the AIP US team have worked side-by-side with Town of Davie's IT department in providing day to day troubleshooting and issue resolution, performance monitoring, on- going software/hardware maintenance and upgrades; as well as assist with new projects and implementations. As part of the emergency response team, AIP US and the Town have successfully protected information technology assets during the hurricane seasons over the last five years. Because of the modern network and security infrastructure investments made to date, the Davie Police Department also recently passed their FBI CJIS / FOLE audits as well. A "Win-Win" for all parties involved! AIP US, LLC I aipus.com I (888) 595 2317 I info@aip-us.com 80 S.W. 8 Street, Suite 2000 Miami, Florida 33130 27 Bleeker Street, Suite 236 Millburn, New Jersy 07041 U S, LLC Network security has also been on the center stage for the Town of Davie and many other IT organizations (Public and Private) for several years. In response, AIP US assisted the Town of Davie with implementing a multi-vendor layered security strategy that incorporates intrusion prevention, intrusion detection and "Zero-Day" malware detection security services; also, capable of assisting with remediation activities as required. Most recently, the Town of Davie IT department has begun the process of building out a state-of-the-art Fire Station and Community Center (Station 86). AIP US worked with Davie IT to develop a robust architecture for this new facility that includes key elements such as BGP Multi-homing Routing of Internet facing traffic with two diversified ISPs and provisioning of ARIN public IP address spaces to enable seamless routing and failover as well as optimized routing capabilities. In addition, as the new "Station 86" facility will house critical IT infrastructure for Public Safety, AIP US will also be enabling VXLAN capabilities within the Town of Davie network infrastructure to allow for the proper replication of data and private Cloud infrastructure. This architecture provides real time replication and high- availability and enables seamless user access to mission-critical applications throughout the Town. Town of Davie, CIO, Nelson Martinez Jr. says: "A JP US has played a critical role working with Davie IT since 2015, to establish a solid foundation to build on as the Town of Davie embarks on the implementation of various Smart City initiatives. Having a solid network and security architecture in place that can scale both "East -West" and "North - South" is critical in the long run to the success of any Smart City program ... " "AJP US works very well with the Davie IT organization; as a result, has provided the Town of Davie with enterprise wide day to day operational and after-hours network support that has been both cost-effective and extremely efficient ... " BUSINESS RESOL TS With the robust architecture implemented which included key design principles such as redundant and high-availability, security, and scalability, the Town has not experienced any network and security outage for the last five years - meeting and exceeding the expectations of the requirements set by the Town 5 years ago. AIP US continues to provide a solid IT foundation, share best practices and remain the go to technology partner for the Town of Davie. This partnership has allowed the Town to better serve its government operations, functions, and citizens. AIP US, LLC I aip-us.com I (888) 595 2317 ] info@aip-us.com 80 S.W. 8 Street, Suite 2000 27Bleeker Street, Suite 236 Miami, Florida 33130 Millburn, New Jersey 07041 13 ·l6l, pg cIsco Full LI LL 3 S¢ 8TH T TE 2CO r arna iza «ntr, n3 r tren F>FEMAIEF? CERTIFIED FT NAEF? FR2EISTEFED EFT NAEF F? ES'A B4CEE} LINIFIED MAFUTIBACG TECCHNCOLCO FECCIA_AZ AS TA ¢ ,D'54C EI GLEE: TW A ARCHITECTURE SPECIALIZATION EE>FEES ESPECIAL_AZT#NA AUTHORIZTI AM4_E FEALE MAE FAKI CCON!FIR!NIED FI,FT NAEF JS FEDEEL AJT HF:AZ TI Addi nal onal ns Ir> LISS L.LC 27 ELEEKER? T MAHL_LE3LIFF4, NJ 704T 1_J, ..tall I> LIS LLCE 482E5 FEE» FX. DR, B4/444£4._E, 22003 _J. ..C e l iass im m ar 14 12/30/2019 Partner Locator How to Buy 4@l Contact Cisco v Find a Cisco Partner Search by capability and fit Search by partner name Location (Up to 8 selections) Q Enter City, State or Country Partner Name Q AIP US, LL, USA required x x Clear location '> 1 Search } CReset Search \ ,/ Narrow partner results 1 Results { Page 1/1 { Results per page: About certifications and specializations for partners AI US, 1LC MIL.L BURN, NJ 07041 USA 1084 Miles away Premier \View Profile \. ~ \ / Results ] Page 1/1 Didn't find what you are looking for? Contact Cisco https://locatr.cloudapps.cisco.com/WWChannels/LOCATR/openBasicSearch.do 1/1