20-020-04 Wagners CFT, LLC Fully Executed Agreement 2-28-2022RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2020-020-ND, FOR THE PURCHASE OF LIGHT POLES, FIXTURES AND BASES.
ATTACHMENT A
SOUTH DADE
ELECTRICAL
SUPPLY, INC.
ROSSIM
INTERNATIONAL
LLC
WAGNERS CFT,
LLC.1
TORRES
ELECTRICAL
SUPPLY
COMPANY, INC.1
1 Added through CM Approval No. 2020 020 ND
Wagners1
Other:
Electrostart
Disproel
Sylvania
Thomas & Betts
U.S. Precast
Unique Solutions
Valmont
Mainstreet Lighting
Flagpoles, Inc.
GE
Hapco
Holophane
Hubbell Lighting
Inventronics
Kim Lighting
King Luminaire
Lithonia Lighting
Louis Poulsen
Square D.
Stresscrete
Mean Well
NSI Industries
P & K
Philips Advance
Philips Gardco
Philips Hadco
Phoenix
Precast Specialties
Selux
Siemens
Hubbell Power Systems, Inc.
MANUFACTURER
Arcluce
Brooks Products
Culter Hammer
Eaton
Akron Foundry Company
means
means
SECTION 0100 GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE.The City of Miami Beach is seeking applications from qualified bidders who wish to
participate in a pre-qualification pool that will be used to solicit various light poles, fixtures, bases and
other related lighting and electrical parts and supplies on as “as needed” basis as specified herein.
Interested firms may submit an application indicating its intent to become prequalified for one or more
brands, as applicable. All vendors which meet or exceed the criteria established in this solicitation shall
be placed on a pre-qualification list that may be accessed by various City departments to obtain price
quotations for various light poles, fixtures, bases and other related lighting and electrical parts and
supplies.
The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and
document fulfillment. Any prospective bidder who has received this ITB by any means other than
through BidSync is solely responsible for registering immediately with BidSync to assure it receives any
addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has
received and complied with all addenda issued. Failure to receive an addendum, or comply with an
addendum requirement, may result in disqualification of bid submitted.
To be considered for the pool of pre-qualified bidders, interested parties must submit a
complete Bidder Pre-Qualification Application (Appendix A).
2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the
process that the City will utilize to award work pursuant to the prequalification process.
.
3. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
Procurement Contact:Telephone:Email:
Natalia Delgado 305-673-7000 x26263 nataliadelgado@miamibeachfl.gov
The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov;
or via facsimile: 786-394-4188.
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive,
responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for addition to
the prequalified pool, as deemed in the best interest of the City, to the City Manager for his
consideration.
PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF
PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY
MANAGER.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED SUPPLIERS TO BE ADDED TO POOL. At any time, the City,
through the approval of the City Manager, may accept applications and add additional suppliers to the
list of prequalified firms.
6. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be
understood, as a result of a pre-qualification status.The City reserves the right to purchase any
goods awarded from any resulting agreement, or another governmental contract, or on an as-needed
basis through the City’s spot market purchase provisions.
7. STANDARD TERMS AND CONDITIONS.The City’s Standard Terms and Conditions for the
purchase of goods (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-
and-conditions/) are referenced and incorporated herein.
8. INSURANCE REQUIREMENT.Prior to the issuance of a work order, the successful firm shall
furnish and maintain for the duration of the engagement, the following insurance requirements. The
maintenance of proper insurance coverage is a material element of the contract and failure to maintain
or renew coverage may be treated as a material breach of the contract, which could result in
withholding of payments or termination of the contract.
A. Worker’s Compensation Insurance for all employees of the vendor as required
by Florida Statute 440, and Employer Liability Insurance for bodily injury or
disease.
B. Commercial General Liability Insurance on an occurrence basis, including
products and completed operations, property damage, bodily injury and
personal & advertising injury with limits no less than $1,000,000 per
occurrence, and $2,000,000 general aggregate.
C. Automobile Liability Insurance covering any automobile, if vendor has no
owned automobiles, then coverage for hired and non-owned automobiles, with
limit no less than $1,000,000 combined per accident for bodily injury and
property damage.
8.1 Additional Insured - City of Miami Beach must be included by endorsement as an
additional insured with respect to all liability policies (except Professional Liability and Workers’
Compensation) arising out of work or operations performed on behalf of the Contractor
including materials, parts, or equipment furnished in connection with such work or operations
and automobiles owned, leased, hired or borrowed in the form of an endorsement to the
Contractor’s insurance.
8.2 Notice of Cancellation - Each insurance policy required above shall provide that coverage
shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance
Compliance Services.
8.3 Acceptability of Insurers – Insurance must be placed with insurers with a current A.M.
Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida
Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed
and authorized to do insurance business in the State of Florida.
8.4 Verification of Coverage – Contractor shall furnish the City with original certificates and
amendatory endorsements, or copies of the applicable insurance language, effecting coverage
required by this contract. All certificates and endorsements are to be received and approved
by the City before work commences. However, failure to obtain the required documents prior
to the work beginning shall not waive the Contractor’s obligation to provide them. The City
reserves the right to require complete, certified copies of all required insurance policies,
including endorsements, required by these specifications, at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 – ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing
agent, EXIGIS, at:certificates-miamibeach@riskworks.com
8.5 Special Risks or Circumstances - The City of Miami Beach reserves the right to modify
these requirements, including limits, based on the nature of the risk, prior experience, insurer,
coverage, or other special circumstances. Compliance with the foregoing requirements shall
not relieve the vendor of his liability and obligation under this section or under any other
section of this agreement.
9. BINDING AGREEMENT.By virtue of submitting an application for the City’s consideration, the
bidder agrees that the application shall be considered an offer on the part of the bidder, which offer
shall be deemed accepted upon approval of bidder’s application. Further, bidder agrees that, upon
approval of the bidder’s application a binding Agreement shall be established between the City and the
approved contractor and that said agreement shall be governed by any Purchase Order issued by the
City, the Standard Terms and Conditions for the Purchase of all Goods (see Section 0100, Sub-section
7) and, finally, the ITB, including all documents released in connection with the ITB, including all
appendixes, whether included herein or released under separate cover.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
2020-020-ND
Purchase of Light Poles, Fixtures, and
Bases
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Prequalification Application Instructions
Section 1, SUBMITTAL INSTRUCTIONS.The Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the bidder. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate ''N/A'' or
''None. '' If answers to questions are lengthier than the spaces that are provided in the application,
the answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) electronic copy of the application to Natalia Delgado at
nataliadelgado@miamibeachfl.gov.
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate a bidder’s qualifications. When clarifications or additional information is requested by the
City, bidder will have three (3) business days to provide, in full, all the requested information. Failure
to provide the information within the prescribed time will delay the review process and may result in
denial of prequalification.
Section 2, DEADLINE FOR SUBMITTAL.There is no deadline for the submittal of applications.
However, the initial review of applications shall take place 21 days after issuance of this ITB.
Applications submitted after this date will be reviewed periodically on an on-going basis. The City will
endeavor to complete the review of each application within 60 days of receipt.
Section 3. NON-RESPONSIVENESS Failure to submit the following requirements shall result in a
determination of non-responsiveness. Non-responsive applications will not be considered.
1. Prequalification Application (submitted electronically via email. Please refer to
Section 1 above).
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
Part A – General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE: ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE: ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
BIDDER IS:
_____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other, specify:________________________)
Part B – Category of Product.
1. Identify the brands(s) that the bidder has been authorized to sell by the manufacturer. Select all that
apply.
MANUFACTURER MANUFACTURER
Akron Foundry Company NSI Industries
Arcluce P & K
Brooks Products Philips Advance
Culter Hammer Philips Gardco
Eaton Philips Hadco
Flagpoles, Inc. Phoenix
GE Precast Specialties
Hapco Selux
Holophane Siemens
Hubbell Lighting Square D.
Hubbell Power Systems, Inc. Stresscrete
Inventronics Sylvania
Kim Lighting Thomas & Betts
King Luminaire U.S. Precast
Lithonia Lighting Unique Solutions
Louis Poulsen Valmont
Mainstreet Lighting 1Other: _______________________
Mean Well
1State any other brand of light poles, fixtures and accessories for which the bidder has been authorized.
Part C – Operational & Management Information.
1. Submit the following documents:
a. Proof that the bidder has been authorized by the manufacturer(s) for the selected brand(s) to sell these
products to the City.
2.Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company,below. Submit additional names on a separate sheet if required.
Owner Ownershippercentage Directorship/Officetype
3.Provide three (3) clients for which the bidder has provided the referenced products in the last five (5)
years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
4.Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor?
YES NO
If yes, state debarment period and the reason(s) for debarment?
5.Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a
claim that was filed in a court and mediated or arbitrated during the last five (5) years?
1 YES NO
If yes, why?
6.Is an affiliate of the bidder prequalified by the City of Miami Beach for any work?
YES NO
If yes, state the name of the affiliate?
7.Is the bidder a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the companyandtype ofrelationship(s), below:
Company Type ofaffiliation (parentorsubsidiary) Period ofaffiliation
8.Is an owner, director, officer, or agent of the bidder affiliated with another company?
1 YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´sname Affiliatedcompany´sname Period of
affiliation
Type of affiliation (e.g.
officer, director, owneror
employee)
9.Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years?
1 YES NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not
limited to): the original petition, including the case number and the date that the petition was filed; a
copy of the bankruptcy court's discharge order, and any other document that ended the case, if no
discharge order was issued.
10.Has any owner, director, officer, or agent for the bidder, or has any business organization in which any
such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the
past five (5) years?
1 YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and ifa Corporate
Chapter 7 case, a copy ofthe notice ofcommencement.
11.Has any owner, director, officer, or agent of the bidder owned or managed a company under any other
name in the last five (5) years?
1 YES NO
If yes, explain.
12.Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the
project was publicly or privately owned?
1 YES NO
If yes, explain.
13.Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, oragent for the company that is related to the business activities of a business organization?
1 YES NO
If yes, explain.
14.Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable
(civil) for making either a false claim or material misrepresentation to any public agency or entity?
1 YES NO
If yes, explain.
15.Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or
state crime?
1 YES NO
If yes, explain.
16.Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of
any officer, director, employee or agent, an employee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
Name Title Share (%) of Ownership
17.Has the bidder, or any officer, director, employee or agent, 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, provide details.
18. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that
requires bidders with more than 51 employees and City volume greater than $100,000 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 bidder who works within the City limits of the City of Miami Beach, Florida; and the
Contractor’s employees located in the United States, but outside of the City of Miami Beach limits, who are
directly performing work on the contract within the City of Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides
for Employees with
Spouses
Company Provides
for Employees with
Domestic Partners
Company does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
19.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 the purchase of goods or services sourced in North
Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North
Carolina or Mississippi?
YES NO
If yes, which brands.
BIDDER AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true,
and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
the company. Further, any prequalified bidder, including its principal(s), director(s), and any affiliate, who is a
party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared
delinquent and have its certificate suspended or revoked and will be subject to debarment and any other
penalties prescribed by law.
The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor
will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined
by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained
in the bid are true and accurate.
Name: Title (must be a principal of the bidder):
Signature: Date:
APPENDIX B
________________________________________________________________________
Roadmap Procedures
&
Special Conditions
________________________________________________________________________
ITB 2020-020-ND
For the Purchase of Light Poles,
Fixtures, and Bases
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
SECTION A – ROADMAP FOR PURCHASES.
1. AUTHORIZED PRE-QUALIFIED BIDDERS. Awarded bidders shall be deemed to be pre-qualified to
participate in request for quotes to be initiated by City departments on an as needed basis.
2. QUOTES REQUESTED.When request for quotes are initiated, all prequalified vendors for the
specific brand required shall be invited to quote a fixed price and delivery schedule. However, pre-
qualified bidders that are not in compliance with any contract or delivery requirement or are otherwise
deemed to be non-responsible (at the City’s sole discretion) may be barred from submitting quotes.
2.1. SOLE PRE-QUALIFIED BIDDER.When only one vendor has been prequalified for a
specific brand, City departments will not be required to attain other quotes. If the quote is
determined to be fair and reasonable, then the items will be purchased from the sole
prequalified vendor.
3. SELECTION FOLLOWING QUOTES. Quote(s) received will be evaluated by staff and at the City’s
sole discretion the lowest and best bidder shall be awarded for the specific period or specific purchase.
In determining the lowest and best bidder, in addition to price, the following shall be considered:
1. the ability, capacity and skill of the bidder to perform the contract;
2. whether the bidder can perform the contract within the time specified, without delay or
interference;
3. the character, integrity, reputation, judgment, experience and efficiency of the bidder;
4. the quality of performance of previous contracts or orders;
5. the previous and existing compliance by the bidder with laws and ordinances relating to the
contract.
4. PURCHASE ORDER REQUIREMENT.A Purchase Order will be issued to the pre-qualified bidder
selected in accordance with Sub-sections 2 and 3 above. No deliveries will be accepted prior to a
Purchase Order being issued.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
SECTION B – SPECIAL CONDITIONS.
1. METHOD OF PAYMENT. Prior to furnishing any goods to the City, the supplier must ensure that it
has received a purchase order issued by the Procurement Department. Invoices for payment will be
submitted upon receipt and acceptance of goods ordered via a purchase order. Without a purchase
order, the supplier is taking a risk that it may not be paid for goods provided, or have payments
delayed.No down or partial down payments will be made. Invoices will be subject to verification and
approval by the Contract Administrator, or his/her designated representative.
2. SHIPPING TERMS. Prices shall be based on F.O.B. Destination. The Bidder shall hold title to the
goods until such time as they are delivered and accepted by an authorized City representative. Freight
charges will be added to the invoice.
3. DELIVERY REQUIREMENTS. The Bidder shall enclose a complete packing slip or delivery ticket
with any item being delivered in conjunction with this solicitation. The packing slip shall be attached to
the shipping carton(s) which contain the items and shall be made available to the City’s authorized
representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the
following information: purchase order number; date of order; a complete listing of items being delivered.
4. BACK ORDER ALLOWANCES. Subject to approval by City’s authorized representative.
5. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS. The Bidder hereby
acknowledges and agrees that all materials, except where recycled content is specifically requested,
supplied by the Bidder 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 Bidder are found to be defective or do not conform to specifications: (1) the
materials may be returned to the Bidder at the Bidder’s expense and the contract cancelled or (2) the
City may require the Bidder to replace the materials at the Bidder’s expense.
6. MANUFACTURER CERTIFICATION/AUTHORIZATION. For brands from manufacturers that
require the seller to be certified, authorized or otherwise approved by the manufacturer, the Successful
Bidder shall provide, upon request from the City, the certification, authorization or approval by the
manufacturer to sell the required brands.
7. ADDITIONAL BRANDS MAY BE ADDED. Although this solicitation and resultant contract identifies
specific brands to be purchased, it is hereby understood and agreed that additional brands may be
added to this contract at the option of the City.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
BID SUBMITTAL QUESTIONNAIRE
This document is a REQUIRED FORM that must be submitted fully completed and submitted.
SECTION 1 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION
Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses,
as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business
by Miami-Dade County.
Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County?
YES NO
SECTION 2 - LGBT BUSINESS ENTERPRISE CERTIFICATION
Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that
have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of
Commerce (NGLCC).
Does bidder possess LGBT Business Enterprise Certification by the NGLCC?
YES NO
SECTION 3 – CODE OF BUSINESS ETHICS
Pursuant to City Resolution No.2000-37879, the Bidder shall adopt a Code of Business Ethics
("Code") and submit that Code to the Procurement Division with its response or within three (3)
days upon receipt of request. The Code shall, at a minimum, require the Bidder, 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.
Bidder shall submit firm’s Code of Business Ethics within three (3) of request by the City. In lieu
of submitting Code of Business Ethics, Vendor may indicate 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/
Bidder adopts the City of Miami Beach Code of Business Ethics?
YES NO
Bidder will submit firm’s Code of Business Ethics within three (3) days of request by the City?
YES NO
SECTION 4– DRUG FREE WORKPLACE CERTIFICATION
The Drug Free Workplace Certification is available at:
https://www.miamibeachfl.gov/wp-content/uploads/2019/04/DRUG-FREE-WORKPLACE-
CERTIFICATION.pdf
By virtue of submitting bid, bidder certifies or affirms it has adopted policies, practices and
standards consistent with the City’s Drug Free Workplace Certification.
SECTION 5 – LOBBYIST REGISTRATION REQUIREMENTS
This solicitation is subject to, and all bidders are expected to be or become familiar with, all City
lobbyist laws. Bidders shall be solely responsible for ensuring that all City lobbyist laws are
complied with, and shall be subject to any and all sanctions, as prescribed therein, including,
without limitation, disqualification of their responses, in the event of such non-compliance.
By virtue of submitting bid, bidder certifies or affirms that they have read and understand the
above Lobbyist Registration Requirements.
SECTION 6 – NON-DISCRIMINATION
The Non-Discrimination ordinance is available at:
https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?nodeId=SPAGEOR_
CH2AD_ARTVIPR_DIV3COPR_S2-375NSCCOREWA
By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-
375 of the City of Miami Beach City Code.
SECTION 7– FAIR CHANCE REQUIREMENT
The Fair Chance Ordinance No. 2016-4012 is available at:
https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?nodeId=SPAGEOR_
CH62HURE_ARTVFACHOR
By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards
consistent with the City’s Fair Chance Ordinance. Bidder agrees to provide the City with
supporting documentation evidencing its compliance upon request. Bidder 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.
SECTION 8 – PUBLIC ENTITY CRIMES
Please refer to Section 287.133(2)(a), Florida Statutes, available at:
https://www.flsenate.gov/Laws/Statutes/2012/287.133
By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida
Statutes, and certifies it has not been placed on convicted vendor list.
SECTION 9 – VETERAN BUSINESS ENTERPRISES PREFERENCE
Pursuant to City of Miami Beach Ordinance No. 2011-
3748,https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?nodeId=SPAG
EOR_CH2AD_ARTVIPR_DIV3COPR_S2-374PRPRPRVECOGOCOSE the City shall give a preference
to a responsive and responsible bidder which is a small business concern owned and controlled
by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five
percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing
said goods or contractual services for the lowest responsive bid amount. Whenever, as a result
of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small
business concern owned and controlled by a veteran(s) or a service-disabled veteran business
enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN 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.
Is the bidder a service-disabled veteran business enterprise certified by the State of Florida?
YES NO
Is the bidder a service-disabled veteran business enterprise certified by the United States
Federal Government?
YES NO
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:
of Bidder’s
Authorized Representative: