ITB-20-224-01 JOE BLAIR GARDEN SUPPLY INCCONTRACT NO. 20-224-01
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: joeblair@joeblairlawnmower.com
September 22, 2020
David Shoaf
Joe Blair Garden Supply Inc.
320 NE 79th Street
Miami FL, 33138
Phone: 305-757-5554
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2020-224-WG ELECTRIC LEAF BLOWERS AND ACCESSORIES
Dear Mr. Shoaf:
On August 26, 2020, Joe Blair Garden Supply, Inc. (the “Contractor”), submitted to the City of
Miami Beach, Florida (the “City”) a bid in response to the above-referenced ITB. The ITB
stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the award of the ITB
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 September 16, 2020 meeting, approved the City Manager’s recommendation pursuant to
the ITB to award a contract to Joe Blair Garden Supply, Inc., (the “Contractor”), for the purchase
of electric leaf blowers and accessories. It is important to note that no goods may be shipped, or
services may be performed (as applicable) until such time as insurance has been received
pursuant to the ITB and the City has issued a Purchase Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at
305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Bradford Kaine, Public Works Sanitation Department, at
bradfordkaine@miamibeachfl.gov or (305) 673-7000 ext. 23541.
Sincerely,
Alex Denis
Director Procurement Department
AD/ME/AG
DocuSign Envelope ID: 1E4430A3-E683-4126-ABC6-635B6FD7FDC9
ATTACHMENT A
COMMISSION AWARD MEMO
Coversheet
file:///miamibeach.gov/...es/PURC/Solicitations/2020/2020-224-WG%20ITB%20Electric%20Leaf%20Blowers%20and%20Accessories/14%20-%20Agreements/Coversheet.html[9/17/2020 11:05:07 AM]
Competitive Bid Reports -
C2 C
COMMISSION
MEMORANDUM
TO:Honorable Mayor and Members of the City Commission
FROM:Jimmy L. Morales, City Manager
DATE:September 16, 2020
SUBJECT:REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2020-224-WG
ELECTRIC LEAF BLOWERS AND ACCESSORIES.
RECOMMENDATION
The Adminisration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City
Manager’s recommendation pertaining to bids received, pursuant to ITB 2020-224-WG Electric Leaf Blowers and Accessories.
BACKGROUND/HISTORY
The City Commission has directed the Adminisration to transition from
gas powered units to electric powered ones to reduce the
City’s carbon
footprint and emissions. In accordance with Resolution No. 2017-29867, the City has solicited prices for electric
powered leaf blowers.
Electrically-operated leaf blowers are preferable to gas-powered leaf blowers because, primarily, they eliminate carbon emissions
associated with gas-powered units. Electric models also provide a small reduction in noise when compared to the gas models.
While noise emissions from the average gas-powered leaf blower can measure upwards of 75 decibels (dB) at 50 feet, electric-
powered models on average measure about 65 dB at the same disance. It is important to note that the noise level of both electric
and gas units is directly correlated with power capacity of each unit. The only units that are currently available on the market that
are appreciably quieter than the electric units under consideration do not have the power to perform municipal-type maintenance.
The battery option is required as operating along sreets or greenways does not lend itself to the use of extension cords. These
units have been tesed by the City as well as battery charging sations mounted within the City vehicles for full day operations. The
tesing has concluded that these units meet all the operational needs of the divisions and the City Commission directive. Further,
the Department of Public Works does not use any blowers, to the extent possible, in residential areas before 8 am.
ANALYSIS
The purpose of this bid is to esablish a contract, by means of sealed bids, with qualifed frm(s) to provide for the purchase and
delivery of electric leaf blowers and accessories, in accordance with the specifcations and requirements of the ITB.
ITB PROCESS
The ITB was issued on July 28, 2020 , with bid opening date of Augus 26, 2020. The Procurement Department issued bid notices
utilizing www.bidsync.com website. 48 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt
of one (1) response from: Joe Blair Garden Supply. See Attachment A for a tabulation of bid received.
Staf has verifed that the bid submitted met the requirements of the ITB and can be considered. The sole responsive and responsible
bidder, meeting all terms and conditions of the ITB, is Joe Blair Garden Supply, Inc. Joe Blair Garden Supply, Inc. is a an authorized Stihl dealer and is
located jus fve (5) miles away in Miami. While only one bid was received, the pricing submitted by Joe Blair Garden Supply, Inc. has ofered a 48%
discount, which yielded a savings of approximately $52,0000.00, when compared to other authorized dealers in the market.
FINANCIAL INFORMATION
The cos associated to provide electric leaf blowers and accessories for the City of Miami Beach is subject to the funds availability
approved through the City’s budgeting process.
CONCLUSION
Coversheet
file:///miamibeach.gov/...es/PURC/Solicitations/2020/2020-224-WG%20ITB%20Electric%20Leaf%20Blowers%20and%20Accessories/14%20-%20Agreements/Coversheet.html[9/17/2020 11:05:07 AM]
The Adminisration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City
Manager’s recommendation pertaining to the bid received. Pursuant to ITB 2020-224-WG for Electric Leaf Blowers and
Accessories.
Applicable Area
Citywide
Is this a "Residents Right to
Know" item, pursuant to
City Code Section 2-14?
Does this item utilize G.O.
Bond Funds?
No No
Legislative Tracking
Public Works/Procurement
ATTACHMENTS:
Description
Tabulation ITB 2020-224-WG
UOM Quatity Unit Cost Total
1 STIHL BGA100 Electric Blower
“or approved alternate”
EA 57 $292.26 $16,658.82
2 STIHL AR 3000 BATTERY BACK-PACK
“or approved alternate”
EA 114 $789.96 $90,055.44
3
STIHL AL500 High Speed AC 120V Charger
“or approved alternate”
EA 16 $104.00 $1,664.00
$108,378.26
Balance of Line Discount from MSRP Discount
Manufacturer: STIHL 21%
Joe Blaire Garden Supply
ELECTRIC LEAF BLOWERS AND ACCESSORIES ITB 2020-224-WG
Grand Total
ATTACHMENT B
ADDENDA AND ITB SOLICITATION
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 1
INVITATION TO BID NO. 2020-224-WG
ELECTRIC LEAF BLOWERS AND ACCESSORIES
ADDENDUM NO. 2
INVITATION TO BID NO. 2020-224-WG
ELECTRIC LEAF BLOWERS AND ACCESSORIES
August 11, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. RESPONSES TO QUESTIONS RECEIVED:
Q1: Will all the electric equipment be delivered at one time or throughout the year? If throughout the year,
how many deliveries are estimated?
A1: No. The deliveries will not be all at once. Typically, the City will order 5 to 6 units at a
time and only request a new shipment as needed, new orders would be for replacement of
damaged blowers and/or other operational needs.
Q2: Will the delivering dealer also be required to be the servicing dealer?
A2: The awarded bidder shall be responsible for any warranty repairs.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk’s Office at
RafaelGranado@miamibeachfl.gov
Contact:
William Garviso
Telephone:
305-673-7000 ext. 7490
Email:
WilliamGarviso@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential
proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to
Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 1
INVITATION TO BID NO. 2020-224-WG
ELECTRIC LEAF BLOWERS AND ACCESSORIES
ADDENDUM NO. 1
INVITATION TO BID NO. 2020-224-WG
ELECTRIC LEAF BLOWERS AND ACCESSORIES
August 3, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISION: Appendix A, Paragraph A2 Specifications, Product Description, has been REVISED as follows:
STIHL BGA 100 LEAF BLOWER
BLOWING FORCE* 5/10/14/17 (Level 1/2/3/Boost Mode)
AIR VOLUME AT NOZZLE** 840 m3/h (494 cfm) - In Boost Mode
MAX. AIR VELOCITY** 75 m/sec. (168 mph) - In Boost Mode
AVG. AIR VELOCITY** 63 m/sec. (141 mph) - In Boost Mode
SOUND PRESSURE RATING** 56 dB(A) - Excludes Boost Mode
POWER SOURCE Battery
BATTERY SERIES AP Series
WEIGHT (w/Recommended Battery) w/ AP 300 4.2 kg (5.5 lbs.)
RUN TIME (w/ AP 100) Up to 21/11/7/7 minutes (Level 1/2/3/Boost Mode)
RUN TIME (w/ AP 300) Up to 83/33/21/16 minutes (Level 1/2/3/Boost Mode) (Recommended
combination)
RUN TIME (w/ AR 1000) Up to 225/95/60/45 minutes (Level 1/2/3/Boost Mode)
RUN TIME (w/ AR 2000) Up to 300/130/80/60 minutes (Level 1/2/3/Boost Mode)
RUN TIME (w/ AR 3000) Up to 395/160/100/75 minutes (Level 1/2/3/Boost Mode)
AR 3000 Backpack Battery
WEIGHT 8.1 kg (17.9 lbs. complete with carrying system)
BATTERY ENERGY CONTENT* 1148 Wh
RATED VOLTAGE 36 volt
BATTERY CAPACITY 29.3 Ah
BATTERY SERIES AP Series
AL 500 High-Speed Battery Charger
WATTS 570
COOLING FAN Yes
BATTERY SERIES AP Series
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
2 ADDENDUM NO. 1
INVITATION TO BID NO. 2020-224-WG
ELECTRIC LEAF BLOWERS AND ACCESSORIES
II. RESPONSES TO QUESTIONS RECEIVED:
Q1: On the specification page, you have listed all three of the AR Backpack Batteries. Do you desire a quote
on all three batteries, or did you have a specific one that you wish for us to quote?
A1: The City request pricing for the AR 3000 Backpack Battery. Pease refer to Revision No 1
above.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk’s Office at
RafaelGranado@miamibeachfl.gov
Contact:
Maria Estevez
Telephone:
305-673-7000 ext. 7490
Email:
MariaEstevez@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential
proposers that have elected not to submit a response to the RFQ are requested to complete and return the “Notice to
Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
TABLE OF CONTENTS
SOLICITATION SECTIONS:
0100 INSTRUCTIONS TO BIDDERS .....................................................................................
0200 GENERAL TERMS AND CONDITIONS .........................................................................
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT ..............................................................
APPENDICES:
APPENDIX A MINIMUM REQUIREMENTS, SPECIFICATIONS AND SPECIAL CONDITIONS
APPENDIX B COST PROPOSAL FORM
APPENDIX C INSURANCE REQUIREMENTS
SECTION 0100 INSTRUCTIONS TO BIDDERS
1. GENERAL.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for
prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the “bid”)
to the City for the City’s consideration as an option in achieving the required scope of services and
requirements as noted herein. All documents released in connection with this solicitation, including all
appendixes and addenda, whether included herein or released under separate cover, comprise the
solicitation, and are complementary to one another and together establish the complete terms, conditions
and obligations of the Proposers and, subsequently, the successful Bidders(s) (the “contractor[s]”) if this ITB
results in an award.
The City utilizes Bidsync (www.bidsync.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective
Bidder who has received this ITB by any means other than through Bidsync must register immediately with
Bidsync to assure it receives any addendum issued to this ITB. Failure to receive an addendum may
result in disqualification of proposal submitted.
2. PURPOSE.
The purpose of this Bid is to establish a contract, by means of sealed bids, with a qualified firm(s), for
the purchase and delivery of electric leaf blowers and accessories for the Sanitation Division of the
Public Works Department of the City of Miami Beach (the “City), in accordance with the prescribed
specifications and requirements. Interested vendors are invited to submit bids in response to this ITB.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued July 28, 2020
Pre-Bid Meeting n/a
Deadline for Receipt of Questions August 17, 2020 5:00PM EST
Responses Due August 26, 2020 3:00PM EST
Tentative Commission Approval Authorizing
Award
TBD
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted
to the Procurement Contact noted below:
Procurement Contact: Telephone: Email: William Garviso 305-673-7490 williamgarviso@miamibeachfl.gov
Additionally, the City Clerk is to be copied on all communications via e-mail at:
RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification
must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in
Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form
of an addendum.
5. PRE-BID MEETING OR SITE VISIT(S). N/A
6. 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-
submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda
clarifications considered necessary by the City in response to questions. Only questions answered by written
addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released
through BidSync. Any prospective bidder who has received this ITB by any means other than through
BidSync must register immediately with BidSync to assure it receives any addendum issued to this ITB.
Failure to receive an addendum may result in disqualification of the bid submittal. Written questions should
be received no later than the date outlined in the Anticipated ITB Timetable section.
7. BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for
making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all
conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and
requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the
bidder from any obligation to comply with every detail and with all provisions and requirements of the contract,
and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on
the part of the bidder.
8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once
advertised and until an award recommendation has been forwarded to the City Commission by the City
Manager are under the “Cone of Silence.” The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication
or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the
of exception communications with the Procurement Director, or his/her administrative staff responsible for
administering the procurement process for this solicitation providing said communication is limited to matters
of process or procedure regarding the solicitation. Communications regarding this solicitation are to be
submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at
rafaelgranado@miamibeachfl.gov.
9. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be
recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best
interest of the City, to the City Manager for his consideration. After considering the staff recommendation for
award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission
the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider
the City Manager’s recommendation(s) and, may approve or reject the City Manager’s recommendation(s).
The City Commission may also reject all bids received. In determining the lowest and best bidder, and in
addition to price, Section 2-369 of the City Code provides that the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or
interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
10. 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.
Balance of Page Intentionally Left Blank
SECTION 0200 GENERAL TERMS AND CONDITIONS
TERMS & CONDITIONS –GOODS GENERAL. By virtue of submitting a bid in response to this solicitation,
proposer agrees to be bound by and in compliance with the Terms and Conditions for Goods (dated April 13,
2020), incorporated herein, which may be found at the following link:
https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/
Balance of Page Intentionally Left Blank
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. ELECTRONIC RESPONSES ONLY. Electronic responses to this ITB are to be submitted through
BidSync until the date and time as indicated in this document. It is the sole responsibility of the Proposer
to ensure its proposal reaches BidSync before the Solicitation closing date and time. There is no cost
to the Proposer to submit a proposal in response to a City of Miami Beach solicitation via BidSync. Electronic
proposal submissions may require the uploading of electronic attachments. The submission of attachments
containing embedded documents or proprietary file extensions is prohibited. All documents should be
attached as separate files (proposal format indicated below). All proposals received and time stamped
through BidSync, prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals
will be opened promptly at the time and date specified. Hard copy proposals or proposals received
electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals
are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan
sufficiently. Proposals will be opened promptly at the time and date specified. The City will in no way be
responsible for delays caused by technical difficulty or caused by any other occurrence.
A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal
up until the proposal due date and time. The City will only consider the latest version of the proposal.
2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of
non-responsiveness. Non-responsive proposals will not be considered.
1. Bid Submittal Questionnaire (submitted electronically).
2. Cost Proposal Form (Appendix B)
3. OMITTED OR ADDITIONAL INFORMATION. The City reserves the right to request any
documentation omitted, with exception of the Cost Proposal Form (Appendix B), Bid Submittal
Questionnaire (submitted electronically), and Bid Bond (if applicable). Bid Submittals received that do
not include the Cost Proposal Form, completed as required and fully executed, bid submittal questionnaire,
or Bid Bond (if applicable) completed as required and fully executed 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.
4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and
assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be
organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal
should be tabbed as enumerated below and contain a table of contents with page references. The electronic
proposal shall be submitted through the “Line Items” attachment tab in BidSync.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) shall be
completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be
deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed.
FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN
THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
• TAB 2 Documentation indicating compliance with Minimum Eligibility Requirements.
• TAB 3 - Bidder shall submit to the City full product specifications with its bid or within 2 days
of request.
APPENDIX A
________________________________________________________________________
Minimum Requirements,
Specifications, and
Special Conditions
________________________________________________________________________
2020-224-WG
Electric Leaf Blowers and Accessories
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
A1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed
below. Bidder shall submit the required submittal(s) documenting compliance with each minimum
requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and
shall not have its bid considered.
1. BRAND AUTHORIZATION. Bidder shall provide documentation they are an approved, certified or
designated agent, dealer, representative, or distributor of OEM products for the brand(s) of the
manufacturer for which it has submitted a bid listed in the bidder’s submittal.
The proof may be in the form of:
a) Current letters from the manufacturer, on the manufacturer’s letterhead, designating the
bidder as a manufacturer, agent, dealer, representative or distributor of the OEM products
listed in the bidder’s submittal. The letters shall be dated within six (6) months of the bid
submittal and it shall be signed by an authorized manufacturer’s representative. OR
b) A copy of the signed agreement between the manufacturer and the bidder designating
the bidder as an agent, dealer, representative or distributor of the OEM products listed in the
bidder’s submittal. OR
c) Reference to the manufacturer’s internet website, where the manufacturer clearly lists the
bidder as an agent, dealer, representative or distributor of the OEM products listed in the
bidder’s submittal.
A2. Specifications
The City uses 2600 Watt mobile inverters for charging of Leaf Blower Equipment.
Product Descriptions
STIHL BGA 100 LEAF BLOWER
BLOWING FORCE* 5/10/14/17 (Level 1/2/3/Boost Mode)
AIR VOLUME AT NOZZLE** 840 m3/h (494 cfm) - In Boost Mode
MAX. AIR VELOCITY** 75 m/sec. (168 mph) - In Boost Mode
AVG. AIR VELOCITY** 63 m/sec. (141 mph) - In Boost Mode
SOUND PRESSURE RATING** 56 dB(A) - Excludes Boost Mode
POWER SOURCE Battery
BATTERY SERIES AP Series
WEIGHT (w/Recommended Battery) w/ AP 300 4.2 kg (5.5 lbs.)
RUN TIME (w/ AP 100) Up to 21/11/7/7 minutes (Level 1/2/3/Boost Mode)
RUN TIME (w/ AP 300) Up to 83/33/21/16 minutes (Level 1/2/3/Boost Mode) (Recommended
combination)
RUN TIME (w/ AR 1000) Up to 225/95/60/45 minutes (Level 1/2/3/Boost Mode)
RUN TIME (w/ AR 2000) Up to 300/130/80/60 minutes (Level 1/2/3/Boost Mode)
RUN TIME (w/ AR 3000) Up to 395/160/100/75 minutes (Level 1/2/3/Boost Mode)
AR 3000 Backpack Battery
WEIGHT 8.1 kg (17.9 lbs. complete with carrying system)
BATTERY ENERGY CONTENT* 1148 Wh
RATED VOLTAGE 36 volt
BATTERY CAPACITY 29.3 Ah
BATTERY SERIES AP Series
AL 500 High-Speed Battery Charger
WATTS 570
COOLING FAN Yes
BATTERY SERIES AP Series
A3. “Alternate” Products Can Be Considered Upon Receipt of Specified Data.
The manufacturer's name, brand name and/or model number information contained in this solicitation are
being used for the sole purpose of establishing the minimum requirement of level of quality, standard of
performance, and design and is in no way intended to prohibit the offer of another manufacturer's items of
similar design and function.
The City currently utilizes the make(s)/model(s) of equipment stated herein. To determine the feasibility,
including cost and operational considerations, of utilizing alternate equivalent products, the City is allowing
the submittal of alternate equivalent make(s)/model(s) as stipulated in the Cost Proposal Form.
THE DETERMINATION OF EQUIVALENCY SHALL BE AT THE SOLE DISCRETION OF THE CITY. THE
CITY RESERVES ALL RIGHTS AND AT ITS SOLE DISCRETION MAY UTILIZE EITHER THE ORIGINAL
MAKE/MODEL SPECIFIED, OR AN ALTERNATE EQUIVALENT PRODUCT, OR ANY COMBINATION OF
EITHER.
a. REQUIRED DOCUMENTATION FOR THE SUBMITTAL OF ALTERNATE EQUIVALENT PRODUCT.
This specific solicitation requires submission of the following documentation to enable City evaluation of
“alternate equivalent” products:
i. The “equal” product shall be equal in quality and standards of performance to the item specified in
the solicitation. Where an “alternate equivalent” item is offered, two (2) complete sets of product
information sheets (such as factory specifications, standard manufacturer information sheets,
catalogues, and brochures) must be submitted with the initial offer in Tab 3 of the submittal or within
two (2) business days from the City’s written request. Failure to submit product information sheets
shall be cause for disqualification of the bid. The product information sheets submitted by the offeror
must meet the required specifications set forth in this solicitation.
ii. Where the standard product literature submitted provides information that does not comply with
the specifications, the offeror shall state, in an official letter on corporate letterhead as part of their
initial offer, the differences between the item they are specifically offering, and the equipment
described by the standard product literature, to substantiate compliance to all of the specifications
set forth in this solicitation. In such cases, any offer submitted with standard product literature but
without the letter explaining compliance will result in the rejection of the offer for not meeting the
solicitation specifications.
A4. Warranty Should Be Supplied in Written Form.
A. Type of Warranty Coverage Required
The vendor is to provide a copy of its written warranty certificates with its initial offer, or upon request
from the City. Failure to meet this requirement may result in the offer being deemed nonresponsive. The
warranty supplied by the vendor shall remain in force for the full period identified by the vendor;
regardless of whether the vendor is under contract with the City at the time of defect. Any payment by
the City on behalf of the goods or services received from the vendor does not constitute a waiver of these
warranty provisions.
B. Correcting Defects Covered Under Warranty
The vendor shall be responsible for promptly correcting any deficiency, at no cost to the City, within ten
(10) calendar days after the City notifies the vendor of such deficiency in writing. If the vendor fails to
satisfy the warranty within the period specified in the notice, the City may (a) place the vendor in default
of its contract, and/or (b) procure the products or services from another source and charge the vendor
for any additional costs that are incurred by the City for this work or items; either through a credit
memorandum or through invoicing.
A5. Special Conditions
1. TERM OF CONTRACT. The contract(s) entered into with the successful Bidder(s) will have an initial
term of one (1) year. Prices quoted by the bidder on the Cost Proposal Form shall remain fixed and
firm during the term of this contract
2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a
contract under this bid solicitation, the prices quoted by the bidder on the Cost Proposal Form shall
remain fixed and firm during the term of this contract; provided, however, that the bidder may offer
incentive discounts from this fixed price to the City at any time during the contract term.
2.1 OPTIONS TO RENEW.
Should the Bidder and City mutually agree, the City, through its City Manager, will have the option
to extend for four (4) additional one-year renewals provided that the items delivered and services
rendered by the Bidder during the contract period are satisfactory and that City funding is available
as appropriated on an annual basis. Prior to completion of each exercised contract term, the City
may consider an adjustment to price based on Consumer Price Index increase. Change shall not be
more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas)
computed 60 days prior to the anniversary date of the contract.
It is the successful Contractor’s responsibility to request any pricing adjustment under this provision.
For any adjustment to commence on the first day of any exercised option period, the successful
Contractor’s request for adjustment should be submitted 60 days prior to expiration of the then
current contract term.
The Contractor adjustment request must clearly substantiate the requested increase. If no
adjustment request is received from the Contractor, the City will assume that the Contractor has
agreed that the optional term may be exercised without pricing adjustment. Any adjustment request
received after the commencement of a new option period may not be considered.
Extension of the contract beyond the initial period, and any option subsequently exercised, is a City
prerogative, and not a right of the bidder. This prerogative will be exercised only when such
continuation is clearly in the best interest of the City.
3. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s) that
requested the product through a purchase order. The date of the invoices shall not exceed thirty (30)
calendar days from the date product was provided. Under no circumstances shall the invoice be
submitted to the City in advance of the product services being provided. In addition, the invoice shall
reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was
signed by an authorized representative of the City user department at the time the product was
provided. Failure to submit invoices in the prescribed manner will delay payment.
4. SHIPPING TERMS. All bidders shall quote prices based on F.O.B. Destination and shall hold title to
the goods until such time as they are delivered to, and accepted by, an authorized City representative
at the Public Works Division.
5. DELIVERY REQUIREMENTS. The vendor shall make deliveries within 10 calendar days after the
date of the order. All deliveries shall be made in accordance with good commercial practice and all
required delivery timeframes shall be adhered to by the vendor(s); except in such cases where the
delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the
vendor. In these cases, the vendor shall notify the City of the delays in advance of the original
delivery date so that a revised delivery schedule can be appropriately considered by the City.
Should the vendor(s) to whom the contract(s) is awarded fail to deliver in the number of days stated
above, the City reserves the right to cancel the contract on a default basis after any back order period
that has been specified in this contract has lapsed. If the contract is so terminated, it is hereby
understood and agreed that the City has the authority to purchase the goods elsewhere and to
charge the incumbent vendor with any re-procurement costs. If the vendor fails to honor these re-
procurement costs, the City may terminate the contract for default.
Certain City employees may be authorized in writing to pick-up materials under this contract.
Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of
the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact
the appropriate user department to confirm the authorization.
The vendor shall deliver items to the following City facilities during the prescribed hours:
Sanitation
140 McArthur Causeway,
Miami Beach, FL 33139
Monday through Friday
8:00AM -4:00PM EST
6. BACK ORDER ALLOWANCES. The City shall not allow any late deliveries attributed to product
back order situations under this contract. Accordingly, the vendor is required to deliver all items to
the City within the time specified in this solicitation and resultant contract; and no grace period on
account of back order situations shall be honored, unless written authorization is issued by the user
department, and a new delivery date is mutually established. In the event that the vendor fails to
deliver the products within the time specified, the City reserves the right to cancel the order, seek the
items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the
vendor fails to honor these re-procurement costs, the City may terminate the contract for default.
7. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS.
The vendor hereby acknowledges and agrees that all materials, except where recycled content is
specifically requested, supplied by the vendor in conjunction with this solicitation and resultant
contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event
any of the materials supplied to the City by the vendor are found to be defective or do not conform
to specifications: (1) the materials may be returned to the vendor at the vendor’s expense and the
contract cancelled or (2) the City may require the vendor to replace the materials at the vendor’s
expense.
8. BALANCE OF LINE. Bidder should state the percentage discount offered to the City for all other
related items, other than the specific unit price items, offered by the manufacturer(s) proposed by
the bidder in the space provided on the bid form. The purpose of the Balance of Line is to provide
the City with a supply source for items related to the scope of this solicitation, whose identification
and quantity requirements can be established after award, at discounted prices. When placing orders
for balance of line items, the City will request quotes from the vendor providing the highest discount
for the manufacturer stated, or from other vendors providing discounts for the same manufacturer
when in the best interest of the City. The City will only consider balance of line items from primary,
secondary and tertiary awarded vendors.
APPENDIX B
________________________________________________________________________
Cost Proposal Form
________________________________________________________________________
2020-224-WG
Electric Leaf Blowers and Accessories
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
APPENDIX B
COST PROPOSAL FORM
Failure to submit Appendix B, Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the 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 B) shall
be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix B) completed in pencil
shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix B) shall be initialed.
Electric Leaf Blowers and Accessories
Item Number Description Unit
(A) (B) (C)
Estimated
Quantity
Unit Cost Extended
Cost
(A X B = C)
1
STIHL BGA100 Electric Blower
“or approved alternate”
Make/ Model offered_____________________
Product information sheets to be provided
EA 57
2
STIHL AR BATTERY BACK-PACK
“or approved alternate”
Make/ Model offered_____________________
Product information sheets to be provided
EA 114
3
STIHL AL500 High Speed AC 120V Charger
“or approved alternate”
Make/ Model offered_____________________
Product information sheets to be provided
EA 16
BALANCE OF LINE Bidder should state the percentage discount offered to the City for all other related items offered by the manufacturer proposed.
Manufacturer: _______________________ ___% Discount Offered from MSRP
All prices quoted/proposed by the bidder must be F.O.B. DESTINATION, with all delivery costs and charges
included in the bid price. The vendor shall make delivery within 10 calendar days after the date of the order.
Bidder's Affirmation
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative’s Signature:
APPENDIX C
________________________________________________________________________
Insurance Requirements
________________________________________________________________________
2020-224-WG
Electric Leaf Blowers and Accessories
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to maintain
throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
____ 4. Excess Liability - $_________.00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
____ 6. Other Insurance as indicated:
___ Builders Risk completed value $________.00
___ Liquor Liability $________.00
___ Fire Legal Liability $________.00
___ Protection and Indemnity $________.00
___ Employee Dishonesty Bond $________.00
___ Other $________.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
Detail by FEI/EIN Number
file:///miamibeach.gov/...%20Blowers%20and%20Accessories/14%20-%20Agreements/Joe%20Blair%20Garden%20Supply%20Sunbiz.html[9/18/2020 2:10:36 PM]
Department of State
Division of Corporations
Search Records
Search by FEI/EIN Number
Previous On List Next On List Return to List
No Events No Name History
Detail by FEI/EIN Number
Florida Profit Corporation
JOE BLAIR GARDEN SUPPLY, INC.
Filing Information
Document Number466766 FEI/EIN Number59-1026947 Date Filed12/30/1974 StateFL StatusACTIVE
Principal Address
320 N.E. 79TH ST.
MIAMI, FL 33138
Mailing Address
320 N.E. 79TH ST.
MIAMI, FL 33138
Registered Agent Name & Address SHOAF, DAVID L
320 NE 79 ST
MIAMI, FL 33138
Name Changed: 07/06/1994
Address Changed: 07/06/1994
Officer/Director Detail Name & Address
Title P
SHOAF, DAVID L
1516 NE 104TH ST
MIAMI, FL 33138
Title VPT
SHOAF, DIANE D
1516 NE 104TH ST
MIAMI, FL 33138
Annual Reports
Report Year Filed Date
2018 01/16/2018
2019 02/25/2019
2020 01/15/2020
Detail by FEI/EIN Number
file:///miamibeach.gov/...%20Blowers%20and%20Accessories/14%20-%20Agreements/Joe%20Blair%20Garden%20Supply%20Sunbiz.html[9/18/2020 2:10:36 PM]
Document Images
01/15/2020 -- ANNUAL REPORT View image in PDF format
02/25/2019 -- ANNUAL REPORT View image in PDF format
01/16/2018 -- ANNUAL REPORT View image in PDF format
03/16/2017 -- ANNUAL REPORT View image in PDF format
03/09/2016 -- ANNUAL REPORT View image in PDF format
02/24/2015 -- ANNUAL REPORT View image in PDF format
06/11/2014 -- ANNUAL REPORT View image in PDF format
04/05/2013 -- ANNUAL REPORT View image in PDF format
01/16/2012 -- ANNUAL REPORT View image in PDF format
01/12/2011 -- ANNUAL REPORT View image in PDF format
01/18/2010 -- ANNUAL REPORT View image in PDF format
03/05/2009 -- ANNUAL REPORT View image in PDF format
01/14/2008 -- ANNUAL REPORT View image in PDF format
01/17/2007 -- ANNUAL REPORT View image in PDF format
05/17/2006 -- ANNUAL REPORT View image in PDF format
04/08/2005 -- ANNUAL REPORT View image in PDF format
06/30/2004 -- ANNUAL REPORT View image in PDF format
01/29/2003 -- ANNUAL REPORT View image in PDF format
01/17/2002 -- ANNUAL REPORT View image in PDF format
01/23/2001 -- ANNUAL REPORT View image in PDF format
03/20/2000 -- ANNUAL REPORT View image in PDF format
02/17/1999 -- ANNUAL REPORT View image in PDF format
04/02/1998 -- ANNUAL REPORT View image in PDF format
04/28/1997 -- ANNUAL REPORT View image in PDF format
01/23/1996 -- ANNUAL REPORT View image in PDF format
05/01/1995 -- ANNUAL REPORT View image in PDF format
Previous On List Next On List Return to List
No Events No Name History
Florida Department of State, Division of Corporations
Florida Department of State
Division of Corporations
BID SUBMITTAL QUESTIONNAIRE
SECTION 1 – BID CERTIFICATION FORM
This document is a REQUIRED FORM that must be submitted fully completed and submitted.
Solicitation No:
2020-224-WG
Solicitation Title:
ELECTRIC LEAF BLOWER EQUIPMENT AND
ACCESSORIES
BIDDER’S NAME: Joe Blair Garden Supply Inc,
NO. OF YEARS IN BUSINESS: 92
NO. OF YEARS IN BUSINESS LOCALLY: 92 NO. OF EMPLOYEES: 17
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
BIDDER PRIMARY ADDRESS (HEADQUARTERS): 320 ne 79 st
CITY: miami
STATE: florida
ZIP CODE: 33138
TELEPHONE NO.: 305 757 5554
TOLL FREE NO.:
FAX NO.: 305 757 9565
BIDDER LOCAL ADDRESS: joeblair@joeblairlawnmower.com
CITY: miami
STATE: florida
ZIP CODE: 33138
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: David Shoaf
ACCOUNT REP TELEPHONE NO.: 305 432 6524
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL: david@joeblairlawnmower.com
FEDERAL TAX IDENTIFICATION NO.: 59-1026947
By virtue of submitting a bid, bidder agrees: a) 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; b) to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; c)
that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or
party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the
State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execute an appropriate City of
Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami
Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information
contained in the bid submittal are true and accurate.
The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the
contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief.
Name of Bidder’s Authorized Representative:
David Shoaf
Title of Bidder ’s Authorized
Representative:
VP of Sales
SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM
After issuance of solicitation, the City may release one or more addendum to the solicitation, which may
provide additional information to bidders or alter solicitation requirements. The City will strive to reach every
bidder having received solicitation through the City’s e-procurement system. However, bidders are solely
responsible for assuring they have received any and all addendum issued pursuant to solicitation. This
Acknowledgement of Addendum section certifies that the bidder 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.
Enter Initial to
Confirm
Receipt
Enter Initial to
Confirm
Receipt
Enter Initial to
Confirm Receipt
ds Addendum 1 Addendum 6 Addendum 11
ds Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required, submit under separate cover.
SECTION 3 - CONFLICT OF INTEREST
All bidders 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. Further, all bidders must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)
percent or more in the bidder entity or any of its affiliates.
YES NO
If yes, please disclose the name(s):
FIRST AND LAST NAME OCCUPATION
1
2
3
4
5
6
SECTION 4 - FINANCIAL CAPACITY
When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the City, of
the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of
the bidder. The bidder shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeId=11696
Bidders are responsible for the accuracy of the information contained in its SQR. It is highly
recommended that each bidder review the information contained in its SQR for accuracy prior to
submittal to the City and as early as possible in the solicitation process. For assistance with any
portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495.
At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to
the City, with bid or within three (3) days of request.
SECTION 5 - 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. Bidder 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.
By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Resolution 2016-29375
https://www.miamibeachfl.gov/wp-content/uploads/2017/11/2016-29375-Resolution-Vendor-Moratorium-for-
Services-Sources-from-North-Carolina-Mississippi-1.pdf
SECTION 6 - REFERENCES AND PAST PERFORMANCE
Project No.2020-224-WG
Project Title ELECTRIC LEAF BLOWER EQUIPMENT AND ACCESSORIES
Proposer shall submit at least three (3) references for whom the bidder has completed work similar in size
and nature as the work referenced in solicitation.
Reference No.1
Firm Name: City of Coral Gables
Contact Individual Name and Title: Bob Boberman
Address: 2800 s.w. 72 ave
Telephone: 3054605123
Contact’s Email: bboberman@coralgables.com
Narrative on Scope of Services Provided:
Sales and service
Reference No.2
Firm Name: Superior Landscaping
Contact Individual Name and Title: Orlando Otero
Address: 2200 n.w. 23 ave
Telephone: 3056340717
Contact’s Email: orlando@superiorlandscaping.com
Narrative on Scope of Services Provided:
sales and service
Reference No.3
Firm Name: City of Miami
Contact Individual Name and Title: John Babos
Address: 1950 n.w. 12 ave
Telephone: 3054161312
Contact’s Email: jbabos@miami.gov
Narrative on Scope of Services Provided:
sales and service
Additional Reference
Firm Name:
Contact Individual Name and Title:
Address:
Telephone:
Contact’s Email:
Narrative on Scope of Services Provided:
SECTION 7 - STANDARD TERMS AND CONDITIONS
The Standard Terms and Conditions are available at https://www.miamibeachfl.gov/city-
hall/procurement/standard-terms-and-conditions/ By virtue of submitting a bid, bidder attests that they have
read and understand the applicable Standard Terms and Conditions as indicated in the solicitation.
Project No.2020-224-WG
Project Title ELECTRIC LEAF BLOWER EQUIPMENT AND ACCESSORIES
SECTION 8 - VENDOR CAMPAIGN CONTRIBUTIONS
Bidders 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
https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?
nodeId=SPAGEOR_CH2AD_ARTVIISTCO_DIV5CAFIRE
Bidders 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 bid submittal, in the event of such non-compliance.
Are there any individuals or entities (including your sub-consultants) with a controlling financial interest which
have 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.
YES NO
If yes, list name (first and last name) of individuals, occupation, amount and date:
First and Last Name Contributor Occupation Amount Date of
Contribution
1
2
3
4
5
6
7
8
9
SECTION 9 – SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION
Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-
performance by any public sector agency?
YES NO
If answer to above is “YES,” bidder shall submit a statement detailing the reasons that led to action(s):
SECTION 10 - 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 bids, 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.
Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or
to domestic partners of employees?
YES NO
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
Bidder Provides for
Employees with
Spouses
Bidder Provides for
Employees with
Domestic Partners
Bidder does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
If Bidders 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 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/