21-060-02-Prequalification Pool for Cisco Networking Equipment_Sentinel Gov.CONTRACT NO. 21-060-02
Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,
www.miamibeachfl.gov, 305-673-7490
SENT VIE E-MAIL TO: mbehrouz@sentinel.com
January 14, 2022
Megan Behrouz
Sentinel Technologies, Inc.
2550 Warrenville Road
Downers Grove, IL 60515
Phone: 754-778-1519
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2021-060-DF PREQUALIFICATION POOL FOR CISCO NETWORKING EQUIPMENT
Dear Ms. Behrouz:
Sentinel Technologies, 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
0100, Sub-Section 11, Binding Agreement, that the approval of the City Manager’s
recommendation by the Mayor and City Commission shall constitute a binding Agreement
between the City and the contractor.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission
at its December 8, 2021 meeting, approved the City Manager’s recommendation pursuant to the
ITB to establish a pool of prequalified Cisco gold certified partners for future Cisco product
purchases. It is important to note that work must be awarded pursuant to the roadmap established
in Section 6 of the ITB. Further, no goods may be shipped, or services performed (as applicable)
until such time as the City has issued a Purchase Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305-
673-7490. Otherwise, all other questions should be addressed to the Contract Manager for this
contract, Frank Quintana, Information Technology Department, at
FrankQuintana@miamibeachfl.gov or 305-673-7000 ext. 26150.
Thank you,
Alex Denis
Director Procurement Department
AD/ME/AG
We are committed to providing excellent public service and safety to all who live, work, and play
in our vibrant, tropical, historic community.
ATTACHMENT A
RESOLUTION & COMMISSION AWARD MEMO
ATTACHMENT B
ADDENDA AND ITB SOLICITATION
(no addenda was issued to this ITB)
TABLE OF CONTENTS
SECTIONS:
0100 GENERAL INFORMATION & SCOPE OF WORK
APPENDICES:
APPENDIX A PREQUALIFICATION APPLICATION
APPENDIX B SPECIAL CONDITIONS
DEFINITIONS:
Bidder means any firm or individual submitting an application in response to this ITB. The term bidder may
be used interchangeably with applicant and proposer.
Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City.
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE. The City of Miami Beach is seeking applications from authorized Cisco Networking
Equipment (“Cisco”) resellers who wish to participate in a pre-qualification pool that will be used to solicit
future Cisco product purchases, including, but not limited to, Cisco networking products on an “as
needed” basis as specified herein. Interested vendors may submit an application indicating its intent to
become prequalified. 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 the Information Technology Department to
obtain price quotations for Cisco networking equipment and related products.
The City utilizes Periscope S2G (formerly BidSync) (https://www.periscopeholdings.com/s2g) for
automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who
has received this ITB by any means other than through Periscope S2G is solely responsible for
registering immediately with Periscope S2G to assure it receives any addendum issued to this ITB.
Additionally, prior to submittal of the application, 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 application submitted.
To be considered for the pool of pre-qualified resellers, 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:
Danny Flores 305-673-7000 x26652 dannyflores@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 applicant(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/her
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/her sole discretion, may approve up to two
(2), one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the
approval of the City Manager, may accept applications and add additional firms to the list of prequalified
firms.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good
standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote
(ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the
work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City
will select the prequalified contractor that offers the best combination of services and cost, solely at the
discretion of the City.
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service
delivery and expects the prequalified bidder to provide the best possible customer service to any and all
awarded projects throughout the term of the contract. The prequalified bidder’s project manager is
responsible for monitoring the customer service provided to City by prequalified bidder’s staff, sales and
support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder
will provide and maintain the highest quality of customer service possible during completion of the
project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis,
as specified in each ITQ.
8. 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. The City reserves the right to purchase any goods
and/or services awarded from any resulting agreement, or another governmental contract, or on an as-
needed basis through the City’s spot market purchase provisions.
9. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service
Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-
conditions/) are referenced and incorporated herein.
10. INSURANCE REQUIREMENT. The vendor shall maintain the below required insurance in effect prior
to awarding the contract and for the duration of the contract. 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 $100,000 per occurrence.
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
$100,000 combined per accident for bodily injury and property damage.
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.
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.
Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the
waiver of subrogation on the coverages required. However, this provision applies regardless of whether
the City has received a waiver of subrogation endorsement from the insurer.
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.
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
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.
11. 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 prequalification status by City Manager or City Commission.
Further, bidder agrees that, upon approval of the bidder’s application by the City Manager or City
Commission, a binding Agreement shall be established between the City and the approved contractor.
The Agreement shall be comprised of the following documents, and in the following order:
First, the Purchase Order issued by the City; then,
Second, the signed Contractor Service Order; then,
Third, the Invitation to Quote (ITQ) awarded to the vendor; then,
Fourth the ITB, including all documents released in connection with the ITB, including
all appendixes, whether included herein or released under separate cover.
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 REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
ITB 2021-060-DF
Pre-Qualification Pool for Cisco
Networking Equipment
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 Danny Flores at
dannyflores@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. MINIMUM ELIGIBILITY REQUIREMENTS. 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 application considered.
Bidders must be an authorized Cisco Gold certified partner eligible to sell networking equipment
at the time of bid submission.
Section 4. 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).
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 – Operational & Management Information.
1. 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 Ownership percentage Directorship/Office type
2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
3. 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?
4. 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?
YES NO
If yes, why?
5. 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?
6. Is the bidder a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
7. Is an owner, director, officer, or agent of the bidder affiliated with another company?
YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´s name Affiliated company´s name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years?
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.
9. 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?
YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate
Chapter 7 case, a copy of the notice of commencement.
10. 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?
YES NO
If yes, explain.
11. 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?
YES NO
If yes, explain.
12. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to the business activities of a business organization?
YES NO
If yes, explain.
13. 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?
YES NO
If yes, explain.
14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or
state crime?
YES NO
If yes, explain.
15. 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
16. 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.
17. 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
18. 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.
19. Suspension, Debarment, or Contract Cancellation. Has the 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 yes, submit a statement detailing the reasons that led to action(s).
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 contractor, 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:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX B
________________________________________________________________________
Special Conditions
________________________________________________________________________
ITB 2021-060-DF
Pre-Qualification Pool for Cisco
Networking Equipment
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1. LICENSE/CERTIFICATION. Prospective bidder shall maintain in current status the adequate license
or certification, to pull all permits necessary to successfully complete the work. Awarded vendor(s) shall
remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful
provision of services under the contract.
2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the
Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented
invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that
such invoices shall not be submitted for payment until such time as the service has been completed and
a City representative has reviewed and approved the service.
3. GUARANTEE AGAINST DEFECTS. The Contractor(s) shall, in addition to all other guarantees, be
responsible for faulty labor and defective material within a period of one (1) year after the date of
acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make good
without delay, at its own expense, any failure of any part of the work after the City notifies the Contractor
of such deficiencies in writing Payment in full for the work does not constitute a waiver of guarantee.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
11/1/21, 3:20 PM Detail by FEI/EIN Number
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=363199182…1/2
Document Number
FEI/EIN Number
Date Filed
State
Status
Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number /
Detail by FEI/EIN Number
Foreign Profit Corporation
SENTINEL TECHNOLOGIES, INC.
Filing Information
F20000004802
36-3199182
10/27/2020
IL
ACTIVE
Principal Address
2550 WARRENVILLE ROAD
DOWNERS GROVE, IL 60515
Mailing Address
2550 WARRENVILLE ROAD
DOWNERS GROVE, IL 60515
Registered Agent Name & Address
REGISTERED AGENT SOLUTIONS, INC.
155 OFFICE PLACE DR.
SUITE A
TALLAHASSEE, FL 32301
Officer/Director Detail
Name & Address
Title DPT
HILL, TIMOTHY
2550 WARRENVILLE ROAD
DOWNERS GROVE, IL 60515
Title DPS
OSBORNE, BRIAN
2550 WARRENVILLE ROAD
DOWNERS GROVE, IL 60515
Title DP
LENARTOWICZ, BOB
2550 WARRENVILLE ROAD
DOWNERS GROVE, IL 60515
D .
11/1/21, 3:20 PM Detail by FEI/EIN Number
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=363199182…2/2
Title D
MOORE, RALPH
2550 WARRENVILLE ROAD
DOWNERS GROVE, IL 60515
Title D
ONION, DAVID
2550 WARRENVILLE ROAD
DOWNERS GROVE, IL 60515
Annual Reports
Report Year Filed Date
2021 02/08/2021
Document Images
02/08/2021 -- ANNUAL REPORT View image in PDF format
10/27/2020 -- Foreign Profit View image in PDF format
Florida Department of State, Division of Corporations
TABLE OF CONTENTS
SECTIONS:
0100 GENERAL INFORMATION & SCOPE OF WORK
APPENDICES:
APPENDIX A PREQUALIFICATION APPLICATION
APPENDIX B SPECIAL CONDITIONS
DEFINITIONS:
Bidder means any firm or individual submitting an application in response to this ITB. The term bidder may
be used interchangeably with applicant and proposer.
Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City.
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE. The City of Miami Beach is seeking applications from authorized Cisco Networking
Equipment (“Cisco”) resellers who wish to participate in a pre-qualification pool that will be used to solicit
future Cisco product purchases, including, but not limited to, Cisco networking products on an “as
needed” basis as specified herein. Interested vendors may submit an application indicating its intent to
become prequalified. 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 the Information Technology Department to
obtain price quotations for Cisco networking equipment and related products.
The City utilizes Periscope S2G (formerly BidSync) (https://www.periscopeholdings.com/s2g) for
automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who
has received this ITB by any means other than through Periscope S2G is solely responsible for
registering immediately with Periscope S2G to assure it receives any addendum issued to this ITB.
Additionally, prior to submittal of the application, 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 application submitted.
To be considered for the pool of pre-qualified resellers, 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:
Danny Flores 305-673-7000 x26652 dannyflores@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 applicant(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/her
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/her sole discretion, may approve up to two
(2), one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the
approval of the City Manager, may accept applications and add additional firms to the list of prequalified
firms.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good
standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote
(ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the
work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City
will select the prequalified contractor that offers the best combination of services and cost, solely at the
discretion of the City.
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service
delivery and expects the prequalified bidder to provide the best possible customer service to any and all
awarded projects throughout the term of the contract. The prequalified bidder’s project manager is
responsible for monitoring the customer service provided to City by prequalified bidder’s staff, sales and
support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder
will provide and maintain the highest quality of customer service possible during completion of the
project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis,
as specified in each ITQ.
8. 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. The City reserves the right to purchase any goods
and/or services awarded from any resulting agreement, or another governmental contract, or on an as-
needed basis through the City’s spot market purchase provisions.
9. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service
Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-
conditions/) are referenced and incorporated herein.
10. INSURANCE REQUIREMENT. The vendor shall maintain the below required insurance in effect prior
to awarding the contract and for the duration of the contract. 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 $100,000 per occurrence.
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
$100,000 combined per accident for bodily injury and property damage.
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.
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.
Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the
waiver of subrogation on the coverages required. However, this provision applies regardless of whether
the City has received a waiver of subrogation endorsement from the insurer.
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.
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
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.
11. 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 prequalification status by City Manager or City Commission.
Further, bidder agrees that, upon approval of the bidder’s application by the City Manager or City
Commission, a binding Agreement shall be established between the City and the approved contractor.
The Agreement shall be comprised of the following documents, and in the following order:
First, the Purchase Order issued by the City; then,
Second, the signed Contractor Service Order; then,
Third, the Invitation to Quote (ITQ) awarded to the vendor; then,
Fourth the ITB, including all documents released in connection with the ITB, including
all appendixes, whether included herein or released under separate cover.
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 REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
ITB 2021-060-DF
Pre-Qualification Pool for Cisco
Networking Equipment
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 Danny Flores at
dannyflores@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. MINIMUM ELIGIBILITY REQUIREMENTS. 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 application considered.
Bidders must be an authorized Cisco Gold certified partner eligible to sell networking equipment
at the time of bid submission.
Section 4. 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).
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 – Operational & Management Information.
1.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 Ownership percentage Directorship/Officetype
2.Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
3.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?
4.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?
YES NO
If yes, why?
5.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?
6. Is the bidder a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
7. Is an owner, director, officer, or agent of the bidder affiliated with another company?
YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´s name Affiliated company´s name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years?
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.
9. 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?
YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate
Chapter 7 case, a copy of the notice of commencement.
10. 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?
YES NO
If yes, explain.
11. 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?
YES NO
If yes, explain.
12. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to the business activities of a business organization?
YES NO
If yes, explain.
13. 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?
YES NO
If yes, explain.
14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or
state crime?
YES NO
If yes, explain.
15. 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
16. 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.
17. 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
18. 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.
APPENDIX B
________________________________________________________________________
Special Conditions
________________________________________________________________________
ITB 2021-060-DF
Pre-Qualification Pool for Cisco
Networking Equipment
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1. LICENSE/CERTIFICATION. Prospective bidder shall maintain in current status the adequate license
or certification, to pull all permits necessary to successfully complete the work. Awarded vendor(s) shall
remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful
provision of services under the contract.
2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the
Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented
invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that
such invoices shall not be submitted for payment until such time as the service has been completed and
a City representative has reviewed and approved the service.
3. GUARANTEE AGAINST DEFECTS. The Contractor(s) shall, in addition to all other guarantees, be
responsible for faulty labor and defective material within a period of one (1) year after the date of
acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make good
without delay, at its own expense, any failure of any part of the work after the City notifies the Contractor
of such deficiencies in writing Payment in full for the work does not constitute a waiver of guarantee.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
11/1/21, 3:05 PM Partner Locator
https://locatr.cloudapps.cisco.com/WWChannels/LOCATR/openBasicSearch.do 1/2
Contacts
Feedback
Help
Site Map
Terms & Conditions
Privacy
Cookies
Trademarks
How to Buy /
Find a Cisco Partner
| Contact Cisco
Future Ready.
Preview The New And Improved Partner Locator (English Only)
Check It Now
Search by capability and t
Search Reset Search
Location (Up to 8 selections)
UNITED STATES Clear Location
Enter City, State or Country
* requiredPartner Name *
SENTINEL TECHNOLOGIES, INC., UNITED STATES
Narrow partner results
1 Results | Page 1/1 | Results per page: 5
About Roles, Levels, Specializations and Designations for partners
1 Results | Page 1/1 | Results per page: 5
Didn’t nd what you are looking for? Contact Cisco
SENTINEL TECHNOLOGIES, INC.A
Downers Grove,
IL 60515 UNITED STATES
Gold Master Specialized Customer Experience Specialized
View Prole Call
Search by partner name
DF
11/1/21, 3:05 PM Partner Locator
https://locatr.cloudapps.cisco.com/WWChannels/LOCATR/openBasicSearch.do 2/2
TABLE OF CONTENTS
\
A PROPOSAL TO
City of Miami Beach
Prequalification Application Attachments
OCTOBER 4, 2021
Project Description
INSERT TITLE HERE
TABLE OF CONTENTS
GENERAL CONTACT INFORMATION .......................................................................................... 3
SSAE 16 SOC 2, TYPE II ATTESTATION..................................................................................... 4
SAMPLE CERTIFICATE OF INSURANCE ..................................................................................... 5
CISCO CERTIFICATES ............................................................................................................. 6
GENERAL CONTACT INFORMATION
CONFIDENTIAL INFORMATION PROPERTY OF SENTINEL TECHNOLOGIES, INC. PAGE 3
General Contact Information
SENTINEL CONTACT INFORMATION
Megan Behrouz
Virtual Sales Account Manager
2550 Warrenville Rd., Downers Grove, IL 60515
754.778.1519 fax 630.769.1399
mbehrouz@sentinel.com
SSAE 16 SOC 2, TYPE II ATTESTATION
CONFIDENTIAL INFORMATION PROPERTY OF SENTINEL TECHNOLOGIES, INC. PAGE 4
SSAE 16 SOC 2, Type II Attestation
Organization
Control (SOC) 2, Type II Attestation which has been undertaken annually by the nationally-renowned auditing
firm Plante Moran, PLLC for the past three years. The SOC 2, Type II attestation is the highest and most
rigorous in the SSAE 16 portfolio of audits, evaluating Controls and Processes that encompass the Five Trust
Service Principles of Security, Availability, Processing Integrity, Confidentiality and Privacy.
Why should this matter to you? The SSAE 16 attestation provides independent validation and assurance that
Sentinel is in compliance with best practices regarding items of critical importance to you -- security,
confidentiality, data protection, project management and IT strategic solutions, to name a few. If you are seeking
consulting or services support for your IT environment, the SOC 2, Type II attestation should be one of the most
important factors in your evaluation.
The SSAE 16 Attestation is a standard that was created by the American Institute of Certified Public Accountants
(AICPA) in 2010 to replace the SAS 70 certification process, and expand reporting to the effectiveness of a
SAMPLE CERTIFICATE OF INSURANCE
CONFIDENTIAL INFORMATION PROPERTY OF SENTINEL TECHNOLOGIES, INC. PAGE 5
Sample Certificate of Insurance
C
I
S
C
O
C
E
R
T
I
F
I
C
A
T
E
S
CO
N
F
I
D
E
N
T
I
A
L
I
N
F
O
R
M
A
T
I
O
N
P
R
O
P
E
R
T
Y
O
F
S
E
N
T
I
N
E
L
T
E
C
H
N
O
L
O
G
I
E
S
,
I
N
C
.
PA
G
E
6
Ci
s
c
o
C
e
r
t
i
f
i
c
a
t
e
s
C
I
S
C
O
C
E
R
T
I
F
I
C
A
T
E
S
CO
N
F
I
D
E
N
T
I
A
L
I
N
F
O
R
M
A
T
I
O
N
P
R
O
P
E
R
T
Y
O
F
S
E
N
T
I
N
E
L
T
E
C
H
N
O
L
O
G
I
E
S
,
I
N
C
.
PA
G
E
7
C
I
S
C
O
C
E
R
T
I
F
I
C
A
T
E
S
CO
N
F
I
D
E
N
T
I
A
L
I
N
F
O
R
M
A
T
I
O
N
P
R
O
P
E
R
T
Y
O
F
S
E
N
T
I
N
E
L
T
E
C
H
N
O
L
O
G
I
E
S
,
I
N
C
.
PA
G
E
8
C
I
S
C
O
C
E
R
T
I
F
I
C
A
T
E
S
CO
N
F
I
D
E
N
T
I
A
L
I
N
F
O
R
M
A
T
I
O
N
P
R
O
P
E
R
T
Y
O
F
S
E
N
T
I
N
E
L
T
E
C
H
N
O
L
O
G
I
E
S
,
I
N
C
.
PA
G
E
9