Loading...
21-156-01 CDW Government LLC-Panasoninc Toughbooks Fully Executed 6.29.21CONTRACT NO. 21-156-01 Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 SENT VIE E-MAIL TO: barthec@cdwg.com June 29, 2021 Bart Heckman CDW Government, LLC. 230 N. Milwaukee Ave. Vernon Hills, IL 60061 Phone: 877-404-6297 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021-156-DF FOR THE PURCHASE AND DELIVERY OF PANASONIC TOUGHBOOKS AND RELATED ACCESSORIES Dear Mr. Heckman, CDW Government, LLC. (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 approval of the City Manager’s recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the contractor. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission at its June 23, 2021 meeting, approved the City Manager’s recommendation pursuant to the ITB to award a contract to CDW Government, LLC., for the purchase and delivery of Panasonic Toughbooks and related accessories. It is important to note that 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 ext. 26905. 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/VV We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 ATTACHMENT A COMMISSION AWARD MEMO DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Do c u S i g n E n v e l o p e I D : 1 5 C 8 D 4 5 1 - 5 C 8 D - 4 6 C 2 - A 4 2 A - D 2 C 4 4 7 7 B 4 8 7 6 ATTACHMENT B ADDENDA AND ITB SOLICITATION DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-156-DF FOR PURCHASE AND DELIVERY OF PANASONIC TOUGHBOOKS AND RELATED ACCESSORIES ADDENDUM NO. 1 INVITATION TO BID NO. 2021-156-DF FOR PURCHASE AND DELIVERY OF PANASONIC TOUGHBOOKS AND RELATED ACCESSORIES March 12, 2021 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: Section 0100 – Instructions to Bidders, on page 2 of the ITB, is hereby amended as follows: 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued March 12, 2021 Pre-Bid Meeting N/A Deadline for Receipt of Questions April 12, 2021 @ 10:00 A.M. ET April 2, 2021 @ 10:00 A.M. ET Responses Due April 23, 2021 @ 3:00 P.M. ET April 12, 2021 @ 3:00 P.M. ET Dial-in Number: +1 786-636-1480, Phone Conference ID: 762 819 144, Then # Tentative Commission Approval Authorizing Award May 2021 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: Danny Flores Telephone: 305-673-7000 ext. 26652 Email: DannyFlores@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 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 2021-156-DF Purchase and Delivery of Panasonic Toughbooks and Related Accessories 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 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 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 Bidders 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 Bidders and, subsequently, the successful Bidders(s) (the “contractor[s]”) if this ITB results in an award. The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Proposer who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G 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 City of Miami Beach, Florida (“City”) Information Technology (IT) Department has been issuing Panasonic Corporation of North America (“Panasonic”) Toughbook laptop computer devices to support public safety client computing needs since 2006. In order to reduce operational costs, streamline deployment processes, minimize parts kept in inventory, and require less specialized training. Further, on January 16, 2018, the City established the Panasonic Toughbook as its standard for public safety use. Through this ITB, the City is seeking to establish a contract with Panasonic authorized resellers for the purchase of Panasonic Toughbook brand laptop computer equipment as identified herein and, specifically, in Appendix A. Bids will only be considered from authorized Panasonic Toughbook resellers. Alternate brands will not be accepted. The estimated budget for these goods is $556,000.00; however, the City reserves the right to increase or decrease the budgeted amounts. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued March 12, 2021 Pre-Bid Meeting N/A Deadline for Receipt of Questions April 12, 2021 @ 10:00 A.M. ET Responses Due April 23, 2021 @ 3:00 P.M. ET Tentative Commission Approval Authorizing Award May 2021 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Procurement Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 26652 dannyflores@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 Bidders in the form of an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. Attendance for the pre-bid meeting shall be via telephone and recommended as a source of information but is not mandatory. Bidders interested in participating in the pre-bid meeting must follow these steps: (1) Dial the TELEPHONE NUMBER: (2) Enter the MEETING NUMBER: Bidders who are participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 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 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 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 deliver y 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. 11. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 12. OMITTED OR ADDITIONAL INFORMATION. Failure to include the Bid Price Form and the Bid Bond (if applicable) shall render a bid non-responsive. Non-responsive bids will not be considered. With exception of the Bid Price Form and the Bid Bond, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from bidder or other source(s), including but not DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City’s request shall result in proposal being deemed non-responsive. [REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 SECTION 0200 GENERAL TERMS AND CONDITIONS TERMS & CONDITIONS – GOODS AND SERVICES. 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 and Services (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/ [REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES ONLY. Bids must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals. The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder’s responsibility to assure that its bid, including all attachments, is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2G@periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. 1. Bid Submittal Questionnaire (submitted electronically via Periscope S2G). 2. Failure to comply with Minimum Eligibility Requirement (See Appendix A, Section C1) 3. 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 BID FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of bids, it is strongly recommended that bids 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 bid shall be submitted through the “Line Items” attachment tab in BidSync. BID PROPOSAL. The Bid Proposal is to include the following: DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876  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 (Appendix A). [REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 APPENDIX A ________________________________________________________________________ Minimum Requirements, Specifications, and Special Conditions ________________________________________________________________________ 2021-156-DF Purchase and Delivery of Panasonic Toughbooks and Related Accessories PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 C1. 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 bid submittal considered. 1. Bidder must be the Original Equipment Manufacturer (OEM) or an authorized Panasonic Toughbook reseller for the specified items at the time of bid submission. If the Bidder is not the Original Equipment Manufacturer (OEM) of the product being proposed, the Bidder must provide, on OEM company letterhead and signed by an authorized OEM representative, documentation identifying the Bidder as an authorized OEM Panasonic Toughbook reseller for all products proposed. C2. Statement of Work Required. The City of Miami Beach, Florida (“City”) is seeking bids from authorized Panasonic Toughbook resellers for the purchase of Panasonic Toughbook products and related accessories, as specified in the Cost Proposal Form. Bidder(s) warrants that all products provided pursuant to award of this ITB are new original equipment manufactured (OEM) items, free from defects and in performance to its specifications, and in their original box. No substitution, aftermarket, gray market, remanufactured, or reconditioned products shall be accepted. C3. Specifications The awarded bidder(s) must provide all materials and labor for the furnishing, configuration, and documentation, as applicable, of the equipment listed in Appendix B - Cost Proposal Form. PANASONIC TOUGHBOOK 55 Screen Size: 14" Processor: Intel Core i5-8365U RAM: 8GB Hard Drive: 512GB OS: Windows 10 Pro Manufacturer Part No.: FZ-55C0-02VM PANASONIC – ADDITIONAL 8GB LAPTOP MEMORY 8 GB SO-DIMM 260-pin 2133 MHz / PC4-17000 1.2 V unbuffered non-ECC Manufacturer Part No.: FZ-BAZ1908 PANASONIC MEMORY INSTALL AT SVC CNTR Manufacturer Part No.: CF-SVCRAMINSTL DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 PANASONIC FZ-VFP551W - FINGERPRINT READER Input Adapter Type: Fingerprint reader Form Factor: Plug-in module Color Category: Black Compatible With: Panasonic Toughbook 55 Manufacturer Part No.: FZ-VFP551W Products shall contain one or more sustainability certifications and ecolabels: EPEAT Registered; ENERGY STAR Certified; and/or TCO Certified. 3.1 Warranty. All equipment shall have the standard applicable warranty as determined by Panasonic. C4. Special Conditions 1. TERM OF CONTRACT. The term of the Agreement (“Term”) shall commence upon execution of the Agreement by all parties hereto and shall have an initial term of three (3) years. 2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for two (2) additional, one (1) year periods, subject to the availability of funds for succeeding fiscal years. 3. DOCUMENTATION FOR LICENSES. Upon request, the awarded bidder(s) shall provide to the City, at the awarded bidder(s)’ expense, access to electronic copies of license documentation including, but not limited to, City license confirmation certifications. Access to this documentation is not to require a user ID or password and must be available for the City to share with their employees, for business purposes, as appropriate. 4. VERSION. Purchase orders are to be deemed to reference Panasonic’s most recently released version of the hardware/software at time of order, unless an earlier version is specifically requested in writing by the City and the awarded bidder(s) is willing to provide such version. Further, the awarded bidder(s) shall provide all related software updates for the life of the product. If version delivered to City does not meet the most recently version/specification, then the City reserves the right to reject any and all items at bidder(s) expense. 5. PRODUCT VARIATIONS/CUSTOM ORDERS. New variations, substitutions, including custom orders of existing software licenses, maintenance and services awarded under the Contract will be considered by the City if it is in the best interest of the City. All modifications and special requests must receive prior written approval from the City before execution of the purchase. Proposed changes are not to compromise the integrity of the software licenses, maintenance or services performance. 6. FALSE CLAIMS ACT. All goods and services purchased under this contract shall be in accordance with all Federal standards, to include, but not limited to, the False Claims Act (FCA), 31 U.S.C. §§ 3729 - 3733 and shall apply to Panasonic and all awarded bidder(s), and any and all applicable distribution stakeholders. DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 7. BALANCE OF LINE. While the City has listed all major items on the bid solicitation, which are utilized by the various departments in conjunction with its operations, there may be ancillary items that must be purchased by the City during the term of this contract. For this reason, bidders are requested to quote the percentage discount that will be offered to the City for items, which do not appear on this bid solicitation. This discount shall be offered for all items listed in nationally established annual retail supply catalogs. The most recently published catalog shall serve as the basis for establishing the retail price to be discounted. Bidders shall submit, within ten (10) days of the City's request, the product catalog, published price list, or other verifiable pricing source(s) for the products they offer as the Balance of Line. 8. DISCOUNTS (From published price lists). If applicable, Bids shall be submitted on the basis of a discount from a manufacturer's published price list(s). Such published price list(s) must be common to, and accepted by, the industry in general. The lists must be printed, properly identified, and dated as to issuance and effectiveness. Revised published prices list(s) may be used as a means of price adjustments. However, all bids are to be firm through initial term of the contract, and revised price list(s) will not be accepted by the City until after that date. Revised published price list(s) will be accepted only in the event of an industry-wide price change, as evidenced by the issuance of revised price lists by the manufacturer. Revised prices will not become effective until revised list(s) are submitted to the City under the vendor cover letter identifying the applicable bid number. Vendor cover letter and pricing list(s) must be dated, signed and submitted to the Procurement Director. [REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 APPENDIX B ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ 2021-156-DF Purchase and Delivery of Panasonic Toughbooks and Related Accessories PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 AP P E N D I X B CO S T P R O P O S A L F O R M Fa i l u r e t o s u b m i t A p p e n d i x B , C o s t P r o p o s a l Fo r m , i n i t s e n t i r e t y b y t h e d e a d l i n e e s t a b li s h e d f o r t h e r e c e i p t o f b i d s w i l l r e s u lt in bi d s u b m i t t a l b e i n g d e e m e d n o n - re s p o n s i v e a n d b e i n g r e j e c t e d . Bi d d e r a f f i r m s t h a t t h e p r i c e s s t a t e d o n t h e pr o p o s a l p r i c e f o r m b e l o w r e p r e s e n t s t h e en t i r e c o s t o f t h e i t e m s i n f u l l a c c o r d a n ce with the re q u i r e m e n t s o f t h i s I T B , i n c l u s i v e o f it s t e r m s , c o n d i t i o n s , s p e c i f i c a t i o n s a n d o t h e r r e q u i r e m e n t s s t a t ed h e r e i n , a n d t h a t n o claim will be made on a c c o u n t o f a n y i n c r e a s e i n w a g e s c a l e s , m a t e r i a l p r i c e s , d e l i v e r y d e l a y s , t a x e s , i n s u r a n c e , c o st i n d e x e s o r a n y o t h e r u n l e s s a cost es c a l a t i o n p r o v i s i o n i s a l l o w ed h e r e i n a n d h a s b e e n e x e r c i s e d b y th e C i t y M a n a g e r i n a d v a n c e . T h e C o s t P r o p o s a l F o r m s h a l l b e c ompleted in i t s e n t i r e t y . A l l c o r r ec t i o n s o n t h e C o s t P r o p o s a l F o r m s h a l l b e i n i t i a l e d . It e m De s c r i p t i o n UO M SK U (A ) Es t . Qt y . (B ) Un i t M S R P (C ) Ex t e n d e d Co s t (A x B = C ) (D ) % D i s c o u n t (E ) Co s t o f Pe r c e n t a g e Di s c o u n t (C x D = E ) (F) Net Cost (A – E = F) PA N A S O N I C T O U G H B O O K S , A N D R E L A T E D I T E M S 1 Pa n a s o n i c TO U G H B O O K 5 5 14 " C o r e i 5 - 8 3 6 5 U 8G B R A M , 5 1 2 G B , Wi n d o w s 1 0 P r o Ea c h FZ - 5 5 C 0 - 02 V M 14 0 $ $ % $ $ 2 Pa n a s o n i c - D D R 4 - 8 G B - S O - D I M M 26 0 - p i n - Un b u f f e r e d Ea c h FZ - BA Z 1 9 0 8 14 0 $ $ % $ $ 3 Pa n a s o n i c M e m o r y In s t a l l A t S e r v i c e Ce n t e r Ea c h CF - SV C R A M I NS T L 14 0 $ $ % $ $ 4 Pa n a s o n i c To u g h b o o k Fi n g er p r i n t R e a d e r Ea c h FZ - VF P 5 5 1 W 14 0 $ $ % $ $ AD D I T I O N A L I T E M / S E R V I C E S *B a l a n c e o f l i n e f o r i t e m s n o t i n c l u d e d u n d e r t h i s s o l i c i t a t i o n (% d i s c o u n t o f f M S R P ) % Do c u S i g n E n v e l o p e I D : 1 5 C 8 D 4 5 1 - 5 C 8 D - 4 6 C 2 - A 4 2 A - D 2 C 4 4 7 7 B 4 8 7 6 APPENDIX C ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ 2021-156-DF Purchase and Delivery of Panasonic Toughbooks and Related Accessories PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 TYPE 2 - GOODS, SERVICES & MAINTENANCE INSURANCE REQUIREMENTS 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. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. 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. 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 Vendor 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 Vendor’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 – Vendor 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 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 the Vendor’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. DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 4/15/2021 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=CDWGOVERNM…1/2 Department of State / Division of Corporations / Search Records / Search by Entity Name / Document Number FEI/EIN Number Date Filed State Status Detail by Entity Name Foreign Limited Liability Company CDW GOVERNMENT LLC Filing Information M10000000049 36-4230110 01/05/2010 IL ACTIVE Principal Address 230 N MILWAUKEE AVE VERNON HILLS, IL 60061 Changed: 05/07/2020 Mailing Address 230 N MILWAUKEE AVE VERNON HILLS, IL 60061 Changed: 05/07/2020 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Authorized Person(s) Detail Name & Address Title Manager Leahy, Christine A 230 N MILWAUKEE AVE VERNON HILLS, IL 60061 Title Manager ROTHER, CHRISTINA V 230 N MILWAUKEE AVE VERNON HILLS, IL 60061 Title Manager D 4/15/2021 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=CDWGOVERNM…2/2 t e a age Kirby, Robert F 230 N MILWAUKEE AVE VERNON HILLS, IL 60061 Title VICE PRESIDENT WELYKI, ROBERT J 200 N MILWAUKEE AVE VERNON HILLS, IL 60061 Annual Reports Report Year Filed Date 2018 04/27/2018 2019 04/29/2019 2020 05/07/2020 Document Images 05/07/2020 -- ANNUAL REPORT View image in PDF format 04/29/2019 -- ANNUAL REPORT View image in PDF format 04/27/2018 -- ANNUAL REPORT View image in PDF format 04/17/2017 -- ANNUAL REPORT View image in PDF format 04/28/2016 -- ANNUAL REPORT View image in PDF format 04/21/2015 -- ANNUAL REPORT View image in PDF format 04/24/2014 -- ANNUAL REPORT View image in PDF format 04/19/2013 -- ANNUAL REPORT View image in PDF format 04/24/2012 -- ANNUAL REPORT View image in PDF format 04/15/2011 -- ANNUAL REPORT View image in PDF format 01/05/2010 -- Foreign Limited View image in PDF format Florida Department of State, Division of Corporations DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 BID SUBMITTAL QUESTIONNAIRE SECTION 1 – BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: 2021-156-DF Solicitation Title: Purchase/Delivery of Panasonic Toughbooks and Related Accessories BIDDER’S NAME: CDW Government LLC NO. OF YEARS IN BUSINESS: 36 NO. OF YEARS IN BUSINESS LOCALLY: 0 NO. OF EMPLOYEES: 10000 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: none BIDDER PRIMARY ADDRESS (HEADQUARTERS): 230 N. Milwaukee Ave CITY: Vernon Hills STATE: IL ZIP CODE: 60061 TELEPHONE NO.: (877) 404-6297 TOLL FREE NO.: (877) 404-6297 FAX NO.: (312) 705-9472 BIDDER LOCAL ADDRESS: none CITY: none STATE: none ZIP CODE: none PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Bart Heckman ACCOUNT REP TELEPHONE NO.: (877) 404-6297 ACCOUNT REP TOLL FREE NO.: (877) 404-6297 ACCOUNT REP EMAIL: barthec@cdwg.com FEDERAL TAX IDENTIFICATION NO.: 364230110 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: Justin Schwier Title of Bidder ’s Authorized Representative: Proposals Supervisor Page 1 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876                              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 Addendum 1 Addendum 6 Addendum 11 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: Page 2 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 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 Page 3 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 SECTION 6 - REFERENCES AND PAST PERFORMANCE Project No. 2021-156-DF Project Title Purchase/Delivery of Panasonic Toughbooks and Related Accessories Bidder 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: Paulson Jean, Network Analyst II Address: 2151 SALZEDO ST, CORAL GABLES, FL 33134 Telephone: 305-733-0243 Contact’s Email: pjean@coralgables.com Narrative on Scope of Services Provided: Mixed environment of CF-33â s and CF-20â s. Use Panasonic for Different departments throughout the City. Reference No.2 Firm Name: Collier County Sheriffâ s Office Contact Individual Name and Title: Karen Paustian, ITD Customer Support Manager Address: 3319 Tamiami Trl E, Naples, FL 34112 Telephone: 239-252-0574 Contact’s Email: Karen.Paustian@colliersheriff.org Narrative on Scope of Services Provided: Collier County Sheriffâ s Office has been purchasing Panasonic Toughbooks through CDW since 2015. Most recent project included one hundred FZ-55 Thoughbooks earlier in 2021 Reference No.3 Firm Name: Delray Beach Police Department Contact Individual Name and Title: Marlo Dahl Technical Systems Manager Address: 300 West Atlantic Ave Delray Beach, Fl 33444 Telephone: 561-243-7865 Page 4 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Contact’s Email: dahl@mydelraybeach.com Narrative on Scope of Services Provided: existing CF31 users and have been using for nearly 6 years. have been buying units as needed and are currently working on a refresh for 200 CF33 units and 50 FZ55 units. Page 5 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Additional Reference Firm Name: NA Contact Individual Name and Title: NA Address: NA Telephone: NA Contact’s Email: NA Narrative on Scope of Services Provided: NA 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. 2021-156-DF Project Title Purchase/Delivery of Panasonic Toughbooks and Related 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 Page 6 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Date of  Contribution 1 2 3 4 5 6 7 8 9 Page 7 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 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 x x Sick Leave x x Family Medical Leave x x Bereavement Leave x x 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 Page 8 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 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/ Page 9 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 SECTION 11 - BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder’s Authorized Representative: Justin Schwier Title of Bidder ’s Authorized Representative: Proposals Supervisor Page 10 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Page 11 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 SECTION 12 –SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions.” By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder’s Authorized Representative: Justin Schwier Title of Bidder ’s Authorized Representative: Proposals Supervisor Page 12 of 12 4/15/2021file:///F:/PURC/Solicitations/2021/2021-156-DF%20ITB%20Purchase.Delivery%20Panas... DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 AP P E N D I X B CO S T P R O P O S A L F O R M Fa i l u r e t o s u b m i t A p p e n d i x B , C o s t P r o p o s a l Fo r m , i n i t s e n t i r e t y b y t h e d e a d l i n e e s t a b li s h e d f o r t h e r e c e i p t o f b i d s w i l l r e s u lt in bi d s u b m i t t a l b e i n g d e e m e d n o n - re s p o n s i v e a n d b e i n g r e j e c t e d . Bi d d e r a f f i r m s t h a t t h e p r i c e s s t a t e d o n t h e pr o p o s a l p r i c e f o r m b e l o w r e p r e s e n t s t h e en t i r e c o s t o f t h e i t e m s i n f u l l a c c o r d a n ce with the re q u i r e m e n t s o f t h i s I T B , i n c l u s i v e o f it s t e r m s , c o n d i t i o n s , s p e c i f i c a t i o n s a n d o t h e r r e q u i r e m e n t s s t a t ed h e r e i n , a n d t h a t n o claim will be made on a c c o u n t o f a n y i n c r e a s e i n w a g e s c a l e s , m a t e r i a l p r i c e s , d e l i v e r y d e l a y s , t a x e s , i n s u r a n c e , c o st i n d e x e s o r a n y o t h e r u n l e s s a cost es c a l a t i o n p r o v i s i o n i s a l l o w ed h e r e i n a n d h a s b e e n e x e r c i s e d b y th e C i t y M a n a g e r i n a d v a n c e . T h e C o s t P r o p o s a l F o r m s h a l l b e c ompleted in i t s e n t i r e t y . A l l c o r r ec t i o n s o n t h e C o s t P r o p o s a l F o r m s h a l l b e i n i t i a l e d . It e m De s c r i p t i o n UO M SK U (A ) Es t . Qt y . (B ) Un i t M S R P (C ) Ex t e n d e d Co s t (A x B = C ) (D ) % D i s c o u n t (E ) Co s t o f Pe r c e n t a g e Di s c o u n t (C x D = E ) (F) Net Cost (A – E = F) PA N A S O N I C T O U G H B O O K S , A N D R E L A T E D I T E M S 1 Pa n a s o n i c TO U G H B O O K 5 5 14 " C o r e i 5 - 8 3 6 5 U 8G B R A M , 5 1 2 G B , Wi n d o w s 1 0 P r o Ea c h FZ - 5 5 C 0 - 02 V M 14 0 $ $ % $ $ 2 Pa n a s o n i c - D D R 4 - 8 G B - S O - D I M M 26 0 - p i n - Un b u f f e r e d Ea c h FZ - BA Z 1 9 0 8 14 0 $ $ % $ $ 3 Pa n a s o n i c M e m o r y In s t a l l A t S e r v i c e Ce n t e r Ea c h CF - SV C R A M I NS T L 14 0 $ $ % $ $ 4 Pa n a s o n i c To u g h b o o k Fi n g er p r i n t R e a d e r Ea c h FZ - VF P 5 5 1 W 14 0 $ $ % $ $ AD D I T I O N A L I T E M / S E R V I C E S *B a l a n c e o f l i n e f o r i t e m s n o t i n c l u d e d u n d e r t h i s s o l i c i t a t i o n (% d i s c o u n t o f f M S R P ) % Bid 2021-156-DF Ci t y o f M i a m i B e a c h 3/ 1 2 / 2 0 2 1 2 : 2 5 P M p. 25 3, 6 7 7 . 0 0 16 7 . 7 6 17 . 0 0 13 0 . 0 0 51 4 , 7 8 0 . 0 0 23 , 4 8 6 . 4 0 2, 3 8 0 . 0 0 18 , 2 0 0 . 0 0 32 . 6 0 28 . 8 4 10 0 31 . 3 6 16 7 , 8 1 2 . 4 0 6, 7 4 4 . 6 0 2, 3 8 0 . 0 0 5, 7 0 7 . 8 0 346,967.60 16,711.80 0.00 12,429.20 25 m i n i m u m Do c u S i g n E n v e l o p e I D : 1 5 C 8 D 4 5 1 - 5 C 8 D - 4 6 C 2 - A 4 2 A - D 2 C 4 4 7 7 B 4 8 7 6 Page 1 of 2 QUOTE CONFIRMATION DEAR FRANK QUINTANA, Thank you for considering CDW•G for your computing needs. The details of your quote are below. Click here to convert your quote to an order. QUOTE #QUOTE DATE QUOTE REFERENCE CUSTOMER #GRAND TOTAL LXDG507 2/10/2021 PANASONIC OPT 1 3814331 $376,171.60 QUOTE DETAILS ITEM QTY CDW#UNIT PRICE EXT. PRICE Panasonic TOUGHBOOK 55 14" Core i5-8365U 8GB RAM 512GB Windows 10 Pro 140 5730413 $2,478.34 $346,967.60 Mfg. Part#: FZ-55C0-02VM Contract: Florida Panasonic NVP Computer Equipment (MNWNC-124 43211500-WSCA-1) Panasonic FZ-VFP551W - fingerprint reader 140 5770548 $89.23 $12,492.20 Mfg. Part#: FZ-VFP551W UNSPSC: 46151715 Contract: Florida Panasonic NVP Computer Equipment (MNWNC-124 43211500-WSCA-1) Panasonic - DDR4 - 8 GB - SO-DIMM 260-pin - unbuffered 140 5768834 $119.37 $16,711.80 Mfg. Part#: FZ-BAZ1908 UNSPSC: 32101602 Contract: Florida Panasonic NVP Computer Equipment (MNWNC-124 43211500-WSCA-1) PANASONIC MEMORY INSTALL AT SVC CNTR 140 1822686 $0.00 $0.00 Mfg. Part#: CF-SVCRAMINSTL Electronic distribution - NO MEDIA Contract: Florida Panasonic NVP Computer Equipment (MNWNC-124 43211500-WSCA-1) PURCHASER BILLING INFO SUBTOTAL $376,171.60 Billing Address: CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DR MIAMI BEACH, FL 33139-1824 Phone: (305) 673-7490 Payment Terms: Net 30 Days-Govt State/Local SHIPPING $0.00 SALES TAX $0.00 GRAND TOTAL $376,171.60 DELIVER TO Please remit payments to: Shipping Address: CITY OF MIAMI BEACH FRANK QUINTANA 1755 MERIDIAN AVE 4TH FL MIAMI BEACH, FL 33139 Shipping Method: UPS Ground CDW Government 75 Remittance Drive Suite 1515 Chicago, IL 60675-1515 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Page 2 of 2 Need Assistance? CDW•G SALES CONTACT INFORMATION Bart Heckman |(877) 404-6297 |barthec@cdwg.com This quote is subject to CDW's Terms and Conditions of Sales and Service Projects at http://www.cdwg.com/content/terms-conditions/product-sales.aspx For more information, contact a CDW account manager © 2021 CDW•G LLC, 200 N. Milwaukee Avenue, Vernon Hills, IL 60061 | 800.808.4239 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 APPENDIX C ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ 2021-156-DF Purchase and Delivery of Panasonic Toughbooks and Related Accessories PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 26 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 TYPE 2 - GOODS, SERVICES & MAINTENANCE INSURANCE REQUIREMENTS 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. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. 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. 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 Vendor 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 Vendor’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 – Vendor 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 Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 27 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 the Vendor’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. Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 28 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Ho l d e r I d e n t i f i e r : 77 7 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 7 7 6 1 6 1 6 0 4 5 5 7 1 1 1 0 7 6 7 6 1 7 0 1 7 3 1 5 4 4 6 2 0 7 4 5 3 0 2 6 7 7 2 5 1 7 3 0 0 0 7 3 6 4 1 5 7 7 1 4 7 3 2 1 1 2 0 7 7 6 1 4 0 5 0 2 0 6 7 5 1 1 3 0 7 5 3 7 4 1 0 6 2 2 3 3 5 1 0 3 0 7 4 7 6 2 7 3 0 6 2 4 7 7 7 3 1 0 7 4 0 4 2 2 7 5 7 2 7 6 7 7 0 2 0 7 5 4 4 4 3 7 5 3 4 2 7 6 7 7 2 0 7 6 7 2 7 2 4 2 0 3 5 7 7 2 0 0 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 77 7 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 3 5 2 5 6 7 7 1 1 5 4 5 6 0 0 0 7 2 3 0 0 1 4 0 7 1 3 7 0 0 2 0 0 7 1 3 2 3 3 6 3 4 2 0 7 3 1 1 1 0 7 0 2 2 3 3 7 2 4 3 0 6 3 1 0 0 0 7 0 3 3 3 3 6 2 4 3 0 6 2 0 0 1 0 7 0 3 3 3 2 7 3 4 2 0 6 3 1 1 0 0 7 0 2 3 3 3 7 2 4 2 0 6 3 0 1 0 0 7 1 3 3 3 2 7 2 4 3 1 7 2 1 0 0 0 7 1 3 2 2 3 7 2 4 3 0 7 3 1 1 1 0 7 7 7 5 6 1 6 3 3 5 1 7 6 5 5 4 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 Ce r t i f i c a t e N o : 57 0 0 8 4 3 5 4 5 7 2 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/02/2020 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Chicago IL Office 200 East Randolph Chicago IL 60601 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 25674Travelers Property Cas Co of AmericaINSURER A: 25623The Phoenix Insurance CompanyINSURER B: 25615The Charter Oak Fire Insurance CompanyINSURER C: AA1128623Lloyd's Syndicate No. 2623INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: CDW Government LLC 230 North Milwaukee Ave Vernon Hills IL 60061 USA COVERAGES CERTIFICATE NUMBER:570084354572 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $10,000 $1,000,000 $2,000,000 $2,000,000 B 10/01/2020 10/01/2021 see addendum 6605D53096A PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000C10/01/2020 10/01/2021 COMBINED SINGLE LIMIT (Ea accident) BA-6N190234 EXCESS LIAB OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED UMBRELLA LIAB RETENTION E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTEA10/01/2020 10/01/2021 AOS UB8P8306872051RA 10/01/2020 10/01/2021 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN AZ, MA, WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 UB8P79604A2051K AggregateW19A8C20060110/01/2020 10/01/2021 Cyber Liab & Network Sec.$500,000SIR Aggregate $5,000,000 E&O-MPL-PrimaryD SIR applies per policy terms & conditions $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: ITS Account Number: MBF1023. The City of Miami Beach is included as Additional Insured in accordance with the policy provisions of the General Liability policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Miami Beach c/o Exigis Insurance Compliance Services PO Box 4668-ECM, # 35050 New York NY 10163-4668 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Commercial General Liability AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Services Central, Inc. 10227766 570084354572 570084354572 Page _ of _ CDW Government LLC Commercial General Liability Policy# 6605D53096A State and Insurer(s) Affording Coverage California Travelers Property Casualty Company of America NAIC# 25674 All Other The Phoenix Insurance Company NAIC# 25623 ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 '311 6'- 0+2)6%0 -%& 0-=) % )0 -8 8 -7)2(367)1)28 ',%2+)7 8 )430-'=40 %7)6)%(-8 '%6)*900=,,) <8)2()2(367)1)28*368)', 303+=2 +))6%0 (7'6-4 -32 3 '3 )6%+)z2)8 *:8LM IRHSVWIQ RX FVSEHIRW GSZ VEKI,S[IZ V GSZ VEKI JS ER]W I I I I V M NY ]HEQE I S QI M EP I\IRWI HIWGVM IH MR ER]S XLI TV SZRVKVHGTWFJ M MSR S XL W I HSVWIQI X QE]W W J M R R FI I\PYHIH SVG P Q XIHF]ERSXLI IRHSVWIQ R XS XLMW 'SZ VEKI 4E XERHXLI IM M V I X I V W GSZ VEKI FVSEHIRMRK TVSZ WMSRW HS RS ET P]XSIM X T XLI I\IR XLE GSZ VEKI MW I\P HIH SV PMQ XIH F]WYGL ERX X X I G Y M IRHSVWIQ R 8LI JS PS MRK PM XM K M EIX P [W R W KIRIVEP GSZ VEKI HI GVMTX S SRP]6IEH EP XLI TVSZ WMSR S XLMIW M R  P M W J W IRHSVWIQ R ERH XLI VI X S ]S V TSPIX W J Y M ]GE I YP ] XSGVJ P HI IVQRIVKL WHYXIWERH[LE M ERHM RSX SZ VIHX M M X M X W W G I %2S [RIH EI GVE X z *IIX 0SRK 3V 0I WR3;X V J W -&PE OIX %HHM MSREP -RWYVIH z 1SVXKEKII R X W %WWM RII 7Y GI WS W 3 IGI Z VWKW G W V V 6 M I&;L -%R -RWYVIH z 9RREQ H 7YFWM ME MISWI H V W .&PE OIX %HHM MSREP -RWYVIH z +SZ VRQIR EPRXIX';L -%R-RWYVIH z )Q PS]II z 7YTI ZWSV]S W T W V M )R MX I z 4I Q X 3 YXLS M^EX S W 6IPE M K SX M W V M W V % V M R X R 84SMMSRWWX 4VIQ WIM W(;L -%R-RWYVIH z 2I[P]%GUYM IH 3 *SVQ HSWV V I 0MQ XIH0MEFMP X]'SQ ERMIM M T W /&PE OIX%HHM MSREP -RWYVIH z +SZ VRQIR EPRXIX )R MX I z 4I Q X 3 YXLS M^EX S W 6IPE M K SX M W V M W V % V M R X R 8);L -%R-RWYVIH z 0ME MPM ]*SV SRHYGX 3JSWFX'3TI EXMS WVR9RREQ H4EVXRI WLMT 3 .S RX :IRXYVIWIVWVM 01IH GEP 4E]Q RXW z -R VIE IH0MQ XMIG W M*&PE OIX %HHM MSREP -RWYVIH z 4I WSRW3VRXV 3 KERM^EX SR *S =SYV RKSM K TI EXMSRW%WVM W V 3 R 3 V 1&PE OIX ;E Z V J 7YF SKEXMSRRMI3V6IYMIH&]VM XI 'SR VE X V KVIIQ RXUV;X R X G 3 %I 2'S XVE XYE MEFMP X]z 6EM VSEHRG P 0 M P W+&PE OIX %HHM MSREP -RWYVIH z &VSEH*SVQ :IRHS WRXV 3(E E I8S 4VIQ WI 6IR IH S=SYQKM W X 8,&PE OIX %HHM MSREP -RWYVIH z 'SRX SP M K RXIVI XRXVPR- W 4 3 -7-326: 7 M VI TSRWMFPI JS XLI YWI S E [EXI GVE XW W V J V J%232 3;2)(;%8) '6%*8 z *))0 26 8 3 + XLEX ]S HSR SX S[RXLEX M Y W3076) 7  JII PSR S PI WERHXKVW8LI JS PS[MR K VITPE I 4E EKVETLPG W V  SJ K%M GVEJX%YXS 3 ;EXIVGVEJXVV  2S FIM KYWIH XS EVV]ER]TI WSR SXRGV V M 4E EKVETLRV SJ 7)8-32 -z'TVSTI X]S E LE KIV J V G V '3 )6%+)7 z '3 )6%+) %z &3(-=: :0 &;, -7 %2 -279 )(z 922%1)(3 6-2.9 = %2(4 34 68 (%1%+)6 6 ) =79&7 (-%6-)-70 %&- -8-0 =8LI JSP S[MRK MW EH IH XSPH 7)8-32 --z ;,3 -7'  %[E IV VE X]YHS RSXS[R X EXM X G J S L W %2 -279 )(6  %R]S ]Y WYF MHMEV I SX IV XLER E TEVXRI WLMJSVW M W L V T E JII PSR S PI WERHXKVW SV NSMRX Z RXYVI XLEX MW RSX WLS[R E E 2EQ HIW I F 2S FIM KYWIH XS EVV]ER]TI WSR SXRGV V -R YVIHM XLI IGPEVE MSR M E EQ H-RWYVIHM W R (X W W 2 I JTVSTIX]S E LE KIV J V G V E=S EVI XLI WSI S[RIV S S QE RXEM ERYP J V M R8LI JS PS MRK VITPE I 4E EKVETLP[G W V ISJ S[RIVWLMT MRXIV I X S QS I XLER  MRWYGLW J V7) 8-2 --z ;,3 -%2 -279 )('3 7 6 WYFWMHME ]SR XLI JM WXHE]S XLI TSP G]TI MSHV V J M V  ERHI%R]TIVWS SV S KERM EXSR XLEX[M L ]SYVRV^ M X I\VI W S MQ PMI GSRWI XIM LIVYWI STWVT H R X W V F7Y L WYFWMHMEV]M RSX ER MR YV IH YRHIGW W V WM MPE SLIV RWYVER IQ V X M G '+  (8 I 8VEZIPIVW-RHIQRMX]'SQTER]%PP VMKLXWVLIWIVZIH4E I  S  K J -RGPYHIWGST]VMKLXIH QEXIVMEPSJ RWYVERGI7IVZMGIW3J- J GI-RG[MXL MXWTIVQMW MSRM W 8LMWIRHSVWIQIRXQSHMJMIWMRWYVERGITVSZMHIHYRHIVXLIJSPPS[MRK '311)6'-%0+)2)6%00-%&-0-8='3:)6%+)4%68 )\GPYWMSR Policy Number 6605D53096ADocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 '311 6'- 0+2)6%00-%-0-=) % ) &8 2S WYGLWYFWMHMEV]M E MRWYVIH JS FSHMP]MRNY ]SVKERM EXMSR MR [VMWRV V ^XMRK XS YW [MX MLR SV TVSTIVX] HEQE I XLE S GYVVIHS TIVWS EP E]E XI ]SKX G V R H W J V Y E UYM ISVS Q MXG V J V ERH E Z VX WMRK M NY ]GEYWIH F]ER S JI WIH I M R V J R F'SZ VEKII %HSIW RSX ETTP]XS FSHMP]GSQ M XIH QX M NY ]S TVSTIVX]HEQE I XLEXS GYVVIHRV V K  G E&I S I ]SY QE RXEM IH ER S[RIVWLMT MRXIVI X FI S I ]SY E UYM IH SV JSJVMRWJVGVVQIH XLI S QS IXLER M WYGL YF MHMEV] SV SVKERM EXMSR ERHJVRW W ^ F%J I XLI HEXIM ER]HYVM K XLI TSPM ]TIVMSXVJ R G H G'SZ VEKII &HSI RSX ET P]XS TIVWS EPWT R XLEX ]S RS PSRKIV QE RXEMR E S[RIVWLM ERH EHZ VXM M K MRNYV]EVMYMR T I W R  WMRK SYX S EJR M XIVI X S S I LER  MR WYGL WYFWMHME ]S JI WI GSQ M XIRW J Q V X V J R Q X H FI S I ]S E UYM IH SJVYGV V JS QIH XLIS KERM^E MS V V X R*S TYVTSWI S 4E EKVETLVW J V S 7I XMSRJ G --z ;LS *S X ITYVTSWI S 4E EK ETVLW J V V L S 7I X SRJ GM ---W %R -RWYVIH IE L WYGL WYF MHMEV][MPP FIG W z ;LS -W %R -RWYVIH IEGL WYGL S KERM^E MSVXRHIIQ HXS IHI MKREXIH MR XLI (IGPEVEX SR E I F W M W W [MP FI HIIQ H XS FI HIWMKREXIH MR XLIPIE%MQ XIH P EF P X]GSQTER]P M M MM (I PE EXMSR E G V W W F%R S KERM^EX SR SLI XLER E TE XRIVWLMTNSRXVM X V V M E%MQ XIH P EF P X]GSQTER]P M M MMZRXYVISVP Q XIH PMEF P X]SQ ER] SVIM M MM G T F%R SVKERM^E MSR S LIVXLER E TE XRIVWLMTX  X VG% VYWX X NS R Z RXYVI SV PMQ XIH PME MPM ] GSQ ER]M X I M F X T E MRHM E IH MR MW REQ S XLI HSGYQ R W XLE SVW G X X I V I X X KSZ VRMX WXVY XYVII W G G% VYWX X ' ;,-7 %2 -2796)(z )14 3 ))7 z30=E MRHMGE IH M MXW REQ SV XLI HS YQ RXWW X R I G I74):-73 =43 --3 79 6 6 7 8 2 XLEXKSZ VR X WXVYGXYVII M W 8LI JSP S MRK MW EHHIH XS 4EVEKVETLP[E  SJ );, -7 %2 -279 )(z 0 %&-0 8= *336- -67) 8-2 --z ;,3 -%2 -2796)('3 7 '32(9 8 3 922%1)(4%682)7,-4 3' *6 7 6 .3 28 :)2 96)-8 74E EK ETLWV V  E  F ERH G EFSZ HSRSXETTP]I XS FSHM]MRNYV]XS E GS IQ PS]II [LMPI MR XLIP T 8LI JS PS MRK VIT E IW XLI PE X TEVEKVETL SP[P G W J GSYV IS LIGS IQ PS]II WIQ PS]IR F]]SYW J X T T Q X 7) 8-2 --z ;,3 -%2 -279 )('3 7 6  EVM MRK SYX S [SVO F]ER]S ]SYV IQ PS]I W J J T I W 2S TIVWSR S SVKERM EXMSR MW ER MRWYVIH [M LV^X[LS LSP EWYTIVZ WS ]TS MXMS H M V W R VI TI X XS XLI GSR YGX S ER] GYVVIRX S TE XW G H J V W TE XRIVWLMT S NSM X Z RXYVIXLE M RSXWLS[R E EV V R I X W W(;,-7 %2 -2796)(z 2 ;0= %'59 6)(3 )- 2E I -RWYVIH MR XLI 8LMWQH3*3 1)(0-1-8 (0 %&-0 8 '3 4%2-)76 6 )- -=1 TE EKVETL HSI RSX ETTP]XS ER]WYGL TEVXRI WLMTVWV8LIJSPS[MRK VITPE I 4E EKVETLP G W V SJ 7)'8-23 SV NSM X Z RXYVI XLE SX IV [M I UYE M MI E ER I X L W PJ W W R--z ;,3 -%2-2 9 )(7 7 6 M WYVIH YRHIV IGXMSR7R --z ;LS -%R-WYVIHW R%R]S KERM EX SR ]Y RI[P]E UYM I SV JS QV^ M S G V V * & %2/)8 %((--32%0 -2 96)(z 4 67320 8 7 ) 7SX IV XLER E TEVXRIVWLM SV NSM X Z RXYVI ERLT R I H 3 3 +%2->%8-2 *3 =39 32 3 26 6 3 7 6 6 +-+S [LM L ]S E I XLI WSI S[RIV S MR [LM LJ G Y V P V G 34 6%8-32 %7 6)59-6)(&;6-8 2) 7 =8 )]Y QE RXER ER S[RI WLMT MRXIVI X S Q VISM M V W J S '32 6%'8 6 %+6)1)283)8XLER [M P UYEPM ]E E 2EQ H -RWYVIH MJP J W I 8LI JSP S[MRK MW EH IH XSPH 7)8-32 --z ;,3 -7'XLI IM RSSXLI WMQ PEV M WYVERGI EZ MPE PI XSVWVMR E F %2 -279 )(6 XLEX SVKERM^XMS S[IZ VE R ,I %R]TIVWSR SV S KERM EX SR XLE M RS S LIV[M IV^ M X W X X WE'SZ VEKI YRHI XLM TVSZ WMSR M E JS HIHIVW M W J V ER MRWYVIH YRHIV XLMW 'SZ VEKI 4E X ERH XLEX ]SIVYSR] P  LEZ EK II MR E [VMX IR GSRX E X S EKVIIQ RX XSIVHXVGVI  9RX P XLI XL HE]E XIV ]SY E UYMVIMJ G M GPY I EW ER E HMXMS EP MRWYV IH SR XLM 'SZ VEKIR H H R W ISV JS Q XLI SVKERM EXMSR S XLI IRH SV^V J 4E XMWER MR YVIHFYX SRP][M LVI TI X XS P EFM MX]V W X W G M PXLI TSP G]TIVMSH [LM LIZ V MW IEVP IVM  G I M JS FSHM ]M NY ]SV TVSTI X]HEQE I XLEXVPRV V K M ]Y HS RSX VITSVX WYGL S KERM^EX SJSVMR E3GGYVW WYFWI YIRX XS XLI WMKRM K S XLEXURJM[VMX RK XS YW [M LMR HE]W E XIRM X J V GSRXVE XSV EK II IRXERHGVQ]YE UYMVIS JS Q MSSGV V X V F-W GEYWI MR [LSPI SV MR TEVX F] ]S V EGXW SHY V  9RX P XLI IRH S XLI TSP G]TIVMS M J M H SQ WWMSRW MR XLITIVJS QE GI S ]S V SRKSMRMVRJY K[LIR XLEX HEXI MW PEXI XLER HE]V W E XIV ]Y E UYM I SV JS Q WYGL STIVEXMS W XS [LM L XLE GSRXVE XJSGV V R G X G SV SVKERM EXMSRM ]SY VITSVX WYGL^ J 4E I  S  K J 8 I 8VEZIPIVW-RHIQRMX]'SQTER]%PP VMKLXWVLIWIVZIH'+  ( -RGPYHIWGST]VMKLXIH QEXIVMEPSJ RWYVERGI7IVZMGIW3J- J GI-RG[MXL MXWTIVQMW MSRM W (IGPEVEXMSRW DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 '311 6'- 0+2)6%0 -%& 0-=) % )0 -8 TI JS QIH E WYGL Z RHSV TVIQ WI MRV V X I W M WEKVIIQIRXETTPMIWSV XLI EGXW SV SQMWWMSRW SJ GSRRIGX SR [MXL XLI WEPI S ]YMJSVER]TI WSR S SVKERM EXSR TI JS QRK WYGLV V ^ M V V M TVSHYGX SVWSIVEXMSWSR]SYVFILEP T R J 8LI PMQ X S MR YVERGI TVSZ HIH XS WYGL MRWYVIHM W J W M  =S V TVSHYGX XLEX E XI HM XVM YXMSR SYW  J V W F V [MP FI XLI QRMQ Q PMQ X XLEX ]SY EK II XS WEPI F]]SYLP M Y MW V H EZ FII PEFIPIH SI R V TVSZ HI M XLI [VM XIR GSRX EGX SV EKVIIQ RXSMRXVIV VI EFIPIH SV YWIH E E GSRXEMRI TEVX SPWV V XLI PMQ X WLS[R MR XLI (IGPEVEXMS W[LM LIZ VMWRGI M KV IHMIR S ER]SLIVXLMRK SVWYFWXERGIRX J X EVI PI W W F]SVSRFILEP S YGL Z RHSVJ J W I +& %2/)8 %((-8 32%0 -2 96)(z &3%(0 -7 6 'SZ VEKIYRHIVXLM T SZ WMSRHSI RSX ETTP]XSIWVM W *61:)2(3 736 E%R]TI WSR S S KERM^EX SR JVSQ [LSQ ]SV V V M Y8LIJSPS[MRK MW EH IH XSPH 7)8-32 --z ;,3 -7'LEZ EGUYM IH ]YV TVSHY XW SV ER]I V S G%2 -279 )(6 M KVIHMI XTEVX SV GSRXEMRI IRXIVMR MR SR R V K X %R]TIVWS S SV KER^EXSR XLEX M E Z RHSV ER E GSQ ERRVM M W I H G T ]RK S GSRXEMR RK WYGL TVSHYGX M V M W SVXLEX]SY LEZI EKVIIH MR E [VMXXIR GSRXVEGX SV EK II IRX XS MR PYHI E ER EHHM MSREP MRWYVIH SRVQG W X F%R]Z RHS JS [LM L GSZ VEKI E ERIV V G I WXLW'SZ VEKI 4EVX M E MR YVIHFYX SRP][M LMIWRWX EHHM MSREP MRWYVIH WTI MJGE P]M WGLI YPI F]X G M P W H HVI TI X XS PME MP X]JS FSHMP] MRNYV] SV TVSTI X]W G F M V V IRHS WIQ RXV IHEQEIXLEXK , & %2/)8 %((8 32%0 -2796)(z0 - -E3GGYVW WYFWI YIRX XS XLI WMKR M K S XLEXURJ '32 63 0 2+-2 )6)88 0 -8 7GSXVEXSV EKVIIQ RXERHRGI 8LIJS PS MRK MW EHHIH XSP[7) 8- 2--z ;,3'3F%VM I SYX S ]YV TVSHYGXWXLEX EVIW W J S -7 %2 -2796)(HM XV FYXIH S WSH MR XLI VIKYPE GSY WI SW M V P V V J %R]TI WSR SV S KER^EXSR XLEX LE JM ERGMEPV V M M W RWYGLZ RHSV W FYWMRI WI W GSRX SP S ]S MW ER M WYVIH [M L VI TI X XSVJY R X W G8LIMRWYVEGITVSZHIHXSWYGLZRHSVMWWYFNIXRMIGPEFPX]JS FSHMP]MRN V]TVSTIVX]HEQ KIM MM V Y E XS XLI S PS[MRKTVSZWMSR J P M W SV TI WSREP E H EHZ VXM MRKM NY ]XLEX E M IVR I W R V V W W E8LI PMQ X S MR YVERGI TVSZHIH XS WYGLMW J W M SY S  X J Z RHSV [MP FI XLI QRMQ Q PM MW XLE ]YIP M Y Q X X S E7Y L M ER MEP GSRX SP SVG J R G V EK II XS TVSZ HI MR XLI [VMX IR GSRX E X SVHMXVGV F7Y L TIVWSR W SV S KERM^EX SR G V M WEK II IRXS XLI PMQ X WLS[R MR XLIVQVMW S[RIVWLMT QERXIRERGI SV YWI SJM TVIQ WI PIE IH SSVS GYTMIHF]]YM W W X G SF8LI MR YVERGI TVSZ HIH XS WYGL Z RHSV HSIW M I W 8LI M WYVERGI TVSZ HIH XS WYGL TIVWSR SRMVRS ET P]SX T X SVKERM EXMSR HSIW RSX ETTP]XS WXVYGXYVEP^  %R]I\VIWW [EVVERX]RS EYXLSVM^IH F]T X EP IVEXSR RI[GSR XVY XMSR SV HIQ PM MSX M W W G S X R]Y SV ER] HM XVMFYX SR SV WEI JS ESW M P V STIVEXMS W TI JS QI F]SV SR FILEP S WYGLRV V H J JTY TS I RSX EYXLSVM^IH F]]S V W Y TI WSRSV SVKERM^EXMSRV  %R]GLERKI M ]Y TVSHYGXWQ HI F]R S V E 8LI JS PS[MRK MW EH IH XS 4EVEKVETLPH SJWYGLZ RHSVI 7) 8-2 --z ;,3 -%2 -279 )('3 7 6   6I E OEKM KYRPI W YRTE OIH WS IP]J STGRW G P V 8LM TE EKVETL HSIW RSX ETTP]XS ER]W V XLI TYVTS I S M WTIGXMS HIQ R XVEXMS W J R R S W R TVIQ WI S[RIVQEREKIV SV PI WSV XLE LEM W W X W XI XMR S XLI WYF XMX XMSR S TEVX YRHIWKVWYJ W V JM E GMEP S XVSP S ]S R R G R J Y M WXVYGXMSR JVS XLI QER JE XYVI ERRWQYGVH -& %2/)8 %((8 32%0 -2796)(z0- -XLIR VITEGOEKIH MR XLI SVMK REP GSRXEMRI M V 13 8 %) 7 %77-+2 )779 ')7 3 76+ +))'7 6  %R]J EM YVI XS QE I WYGL MR TIGXSR P O W M W 3 )')- )6766: E NYWXQI X  XI XW SV WI Z GMRK EH R W W V M W 8LI JSP S[MRK M EHHIH XSP W 7)8-32 --z ;,3 -7'Z RHSVW EKVII XS TIVJS Q SV RS QE P]I V V P %2 -279 )(6 YRHI XEOI XS TI JS Q MR XLI VIKYPEVV V V %R] TI WSR S S KERM^E MS XLE MW E QS XKEKIIV V V X R X VGSYVI S FY MRI WMRGSRRIGXMS [M LXLIW J W W R X E WMKR II WYGGI WS SV VI IMZ V ERH XLE ]SW  W V G I X YHMXVMFXMSSVWEPIS ]YVT SHYGX W Y R J S V W LEZ EKVIIH M E [VMX IR GSRX E X S EKVIIQ RX XSI R X V G V I  (I S WXVE MSR MRWXEP E MSRWI Z GM K SQRX  P X V M R V M GPY I EW ER E HMXMS EP MRWYV IH SR XLM 'SZ VEKIR H H R W IVIEMSTIVEXMSW I\ITX WYGL S I EXMSRTVRGTVW 4E X MW ER MRWYVIHFYX SR ][MXL VI TI X XS MXWVP W G '+  (8 I 8VEZIPIVW-RHIQRMX]'SQTER]%PP VMKLXWVLIWIVZIH4E I  S  K J -RGPYHIWGST]VMKLXIH QEXIVMEPSJ-RWYVERGI7IVZMGIW3J MGI-RG[MXL MXWTIVQMW MSRJ W (IGPEVEXMSRW[LMGLIZIVEVIPIWW DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 '311 6'- 0+2)6%00-%-0-=) % ) &8 P EF P X]E Q VXKEKIIE WMKRII WYGGI WS S GSRWXVY XMSR IVIM MM W S W  W V V G GXMSR SV VIQSZ P S ER]S XLIEJ J VI I Z V JS FSHM ] M NY ] TVSTIVX]HEQ KIS JS PS[M K JS [G M I V P R V E V P R V LM L XLEX KSZ VRQI XEP IRXM ]LEGI R X W TI WSREP ERHEHZ VXM MRKM NY ]XLEX M WYI WYGL TIVQ X S EYVIWRVW H M V XLSVM^EX S EHZ VXM MRKMR I W WM R E[RM KW GERSTMI  GIP EV IRXVERGI  GSEPKWRW P WE-W FS MP]MRNY ]SV TVSTI X]HEQE I XLEXHVV K LSIW HVMZ [E]QE LSPIW QEVUYIIW LSM XPIWRWSGYVWS M TI WSREP ER EHZ VXM MRK MRNY ]G V W V H I W V E[E]STIRRK  WMHI[EPO Z YPXWI IZ XSV  WXVIIXM W E P E WGEYWIHF]ER S J R I XLEX MW GSQ MX IHJ I W Q X FERRIVW S HI SV EXSR V G M WWYFWIUYIRXXSXLIWMRMRKSXLEXGS XVE X SKJRGV EK II IRXERHVQ /& %2/)8 %((8 32%0 -2796)(z0- - +3 )2 )28 0 )2 -8 )7 z 4 61-8 3:6 1 % 8 -) 7 6F%VM I SYX S XLI S[RIVWLMTQ MR IRERGI SW W J E X V %9 ,3 -%8-2 6)0%8-2 83 34 68 6 >3 7 +)YWI S XLI TVIQ WI JS [LM LXLEX QS XKEKIIJ M W V G V %8-327EWMKRIIWYGGIWS S VI IMZ V MW VIUYM IHW  W V V G I V YRHI XLEX GSRX EGX S EKVIIQ RX XS FI 8LI JSP S[MRK MW EH IH XSV V V I P H 7)8-32 --z ;,3 -7' M GPY IH E ER E HMX SREP MRWYVIH SR XLMWR H W H M %2 -279 )(6  'SZ VEKI4EVXI%R]KSZ V QIR EP IRXM ]XLE LE MWWYIH E TIVQ XI R X X X W M 8LI MRWYVERGI TV SZ HIH XS WYGL QS XKEKIISV EYXLSVM^E MSR [MX VMVXL I TI X XS STI EXMSRWW G V E WMKRII WYGGI WS S VI IMZ V MW WYFNI X XS XLI TIW  W V V G I G VJS QIH F]]Y SV SR ]SYV FILEP ERH XLEX ]SVSJY JS PS[M KTVSZ WMSRWEVI VIUYMVIH F] ER]S HMRERG IPE[FYMP MRK GPRMVHSHI SV [VMXXIR GSRX EGX SV EKVIIQIRX XS MRGP HI E ERVYWE8LI PMQ X S MR YVERGI TVSZHIH XS WYGLMW J W M EHHM MSREP M WYVIH SR XLM 'SZ VEKI 4E X MW EXRWIVRQVXKEKIIE WMKRIIWYGGI WS S VI IMZ VSWWV V G I M WYVIHFYXSRP] [M LVI TI XXSPMEFM M ]JS FSHMP]R X W G PX V[MP FI XLI Q R Q Q P Q X XLE ]Y EKVIIH XSP M M Y M MW X S M NY ]TVSTI X]HEQ KI SV TIVWS EP ERHRV V E RTVSZHI MR XLI [VMX IR GSR VE X SV EKVIIQ RXM X X G I EHZ VXM MRK MRN V]EVM MRK SY S YGLSTIVEXMS WI W Y W X J W R [LM LIZ VEVII W8LI MR YVER I TVSZ HIH XS WYGL KSZ VRQIR EPGIP W W G M I X IR MX]HSI RSX ETTP]SX W XF8LI M WYVERGI TVSZ HIH XS WYGL TIVWSR SRMV SVKERM EXMSR SI RSXETTP]XS^H W E%R]FSHM]MRNY ] TVSTIVX] HEQE I SPVK V TI WSREP ERH EHZ VXM MRKMRNYV]E M MRK S X SVIWVWYJ  %R]FSHMP]MRN V]SV TVSTIVX]HEQ KIYE STIVEXMS W TIVJS Q H JS XLI KSZ V QIR EPRVIVI R XXLEXSGGYVWSV ER] TI WSREP ERHV IR MX]SVX EHZ VXM MRK MRNY ] GE WIH F]ER S JI WIIWVY J R XLEX MW GSQ MX IHE XIV WYGL GSR VE X SQX J X G V F%R]FSHMP]MRN V]SV TVSTIVX]HEQ KIYE  EK II IRX W RS PSR IVMR I JI XS M GPY IH MR XLI TVSHYGXWGS TPVQMKJ G V R H Q IXIH STIVEXMS WLE^EVHR  %R]FSHM]MRNY ] TVSTIVX] HEQE I SPVK V TI WSREP ERH EHZ VXM MRK M NY ]EVM MRKVIWRV W 0 1)('%0 4%=1)2 7z -2'6)%7)(0- -8 -8 1 SY S ER]WXVYGXYVEP EP IVEXMS WRI[X J X R 8LI JS PS[MRK VITPE I 4E EKVETLP G W V SJ 7)'8-23GSRWXVY XMSR S HIQ PM MSR STI EXMSRWGVSXV --z 0 1-8 *-2796%2')- -7 3 TI JS QIH F]SV SR FILEP S WYGLV V J J 7Y NI X XS 4EVEKVETLFG EFSZ  XLI 1IHMGEIPQVXKEKIIEWWMKRIIWYGGI WS SSWV V )\ IRWI 0MQ X MW XLI QS X [I [MPP TE]YRHITM W VVI I Z VG M I 'SZ VEKII 'JS EP QI MGEP I\IRWIVPH T W.& %2/)8 %((8 32%0 -2796)(z0 - -FI EYWI S FSH P]M NY ] WYWXEMRIH F]ER]G J M R V +3 )2 )28 0 )2 -8 )7 z 4 61-8 3:6 1 % 8 -) 7 6 SRI IVWSR ERH[MPP FI LI MKLI S T X L V J%9 ,3 -%8-2 6)0%8 2 34 )-7 78 6 >3 7 -+8 6 1 )ESV8LI JSP S[MRK MW EH IH XSPH 7)8-32 --z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z '3 1)6'-%0 +)2)6 %0'1 4E XMWER MRWYVIHFYX SR ][MXLVI TI X XS PME MP X]V P W G F M 0 %&0-8 '3 (8-32- -=2 -7 JS FSHM]MRN V]TVSTI X]HEQ KI SV TIVWS EPVPYV E R -J XLI MRWYVIH LEW E VII MR E GSRX EGX SK H V VERHEHZVXMMRKMRNV]EVMWMRK SYX S XLIIWYJ EK II IRX XS [EMZ XLEX M WYVIH VMKL SVQI R W X JI\WXIRGI S[RI WLMTYWI QEM XIRERGI VITEM M V R V VI SZ V]EKEMRWX ER]TIV SR S S KERM^E MS [IGIWV V X R 4E I  S  K J 8 I 8VEZIPIVW-RHIQRMX]'SQTER]%PP VMKLXWVLIWIVZIH'+  ( -RGPYHIWGST]VMKLXIH QEXIVMEPSJ RWYVERGI7IVZMGIW3J- J GI-RG[MXL MXWTIVQMW MSRM W SVXLIPMQMXWWLS[RMRXLI(IGPEVEXMSRW (IGPEVEXMSRW DocuSign Envelope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z 6%-0 3%(8 0 =6 7 S LIS[RI SVJ X V 8LI JSP S MRK VITPE I 4E EKVETLP[G W V GS XLIJ F8LI GS XIRX S ER]TVIQM I [LM I WYGLRW J W W PHIM M MSR S MRWYVIH GSRX EGXM XLIJRX J V R TVIQ WI M VIRXIH XS ]S  M ]Y VIRX WYGLM W W Y J S(*-2 8-32)-7 7I XMSRG TVIQ WI JS E TIVMSH S WIZ R SV JI[IM W V J I V G%R]IE IQ RXSVP GIRWI EKVIIQ RXW I M I GSRWI YXMZ HE] GIW '+  (8 I 8VEZIPIVW-RHIQRMX]'SQTER]%PP VMKLXWVLIWIVZIH4E I  S  K J -RGPYHIWGST]VMKLXIH QEXIVMEPSJ-RWYVERGI7IVZMGIW3J MGI-RG[MXL MXWTIVQMW MSRJ W DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-156-DF FOR PURCHASE AND DELIVERY OF PANASONIC TOUGHBOOKS AND RELATED ACCESSORIES ADDENDUM NO. 1 INVITATION TO BID NO. 2021-156-DF FOR PURCHASE AND DELIVERY OF PANASONIC TOUGHBOOKS AND RELATED ACCESSORIES March 12, 2021 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: Section 0100 – Instructions to Bidders, on page 2 of the ITB, is hereby amended as follows: 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued March 12, 2021 Pre-Bid Meeting N/A Deadline for Receipt of Questions April 12, 2021 @ 10:00 A.M. ET April 2, 2021 @ 10:00 A.M. ET Responses Due April 23, 2021 @ 3:00 P.M. ET April 12, 2021 @ 3:00 P.M. ET Dial-in Number: +1 786-636-1480, Phone Conference ID: 762 819 144, Then # Tentative Commission Approval Authorizing Award May 2021 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: Danny Flores Telephone: 305-673-7000 ext. 26652 Email: DannyFlores@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 Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 29 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Question and Answers for Bid #2021-156-DF - Purchase/Delivery of Panasonic Toughbooks and Related Accessories   Overall Bid Questions There are no questions associated with this bid.     Question Deadline: Apr 2, 2021 10:00:00 AM EDT Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 30 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 APPENDIX A ________________________________________________________________________ Minimum Requirements, Specifications, and Special Conditions ________________________________________________________________________ 2021-156-DF Purchase and Delivery of Panasonic Toughbooks and Related Accessories PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 20 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 Panasonic System Solutions Company of North America Division of Panasonic Corporation of North America Two Riverfront Plaza Newark, NJ 07102-5490 na.panasonic.com/us/ T e l + 8 1 - 6 - 6 9 0 8 - 1 1 2 1 h t t p : / / p a n a s o n i c . n e t / Panasonic System Solutions Company of North America, Division of Panasonic Corporation of North America Two Riverfront Plaza, 6th Floor, Newark, NJ 07102-5490 www.panasonic.com March 22, 2021 City of Miami Beach Danny Flores Procurement Contracting Officer 1755 Meridian Avenue 3rd Floor Miami Beach, FL 33139 Ref: Panasonic Notation Letter of Authorization – CDW PANID: P001056 CDW Bart Heckman, Executive Account Manager barthec@cdwg.com 312-705-9572 Panasonic System Solutions Company of North America (PSSNA) notates that CDW is authorized to sell and deploy Panasonic Toughbook FZ-55 Public Sector SKU with additional 8GB Pre-Installed Memory as associated with the (ITB) 2021-156-DF for Purchase and Delivery of Panasonic Toughbooks and Related Accessories. Should you have any questions, please contact us directly at contracts@us.panasonic.com. V/R, ___________________________ Sandra Mondesir-Wyche Sr. Planning Administrator, Business Operations Panasonic System Solutions Company of North America, Division of Panasonic Corporation of North America DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 C1. 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 bid submittal considered. 1. Bidder must be the Original Equipment Manufacturer (OEM) or an authorized Panasonic Toughbook reseller for the specified items at the time of bid submission. If the Bidder is not the Original Equipment Manufacturer (OEM) of the product being proposed, the Bidder must provide, on OEM company letterhead and signed by an authorized OEM representative, documentation identifying the Bidder as an authorized OEM Panasonic Toughbook reseller for all products proposed. C2. Statement of Work Required. The City of Miami Beach, Florida (“City”) is seeking bids from authorized Panasonic Toughbook resellers for the purchase of Panasonic Toughbook products and related accessories, as specified in the Cost Proposal Form. Bidder(s) warrants that all products provided pursuant to award of this ITB are new original equipment manufactured (OEM) items, free from defects and in performance to its specifications, and in their original box. No substitution, aftermarket, gray market, remanufactured, or reconditioned products shall be accepted. C3. Specifications The awarded bidder(s) must provide all materials and labor for the furnishing, configuration, and documentation, as applicable, of the equipment listed in Appendix B - Cost Proposal Form. PANASONIC TOUGHBOOK 55 Screen Size: 14" Processor: Intel Core i5-8365U RAM: 8GB Hard Drive: 512GB OS: Windows 10 Pro Manufacturer Part No.: FZ-55C0-02VM PANASONIC – ADDITIONAL 8GB LAPTOP MEMORY 8 GB SO-DIMM 260-pin 2133 MHz / PC4-17000 1.2 V unbuffered non-ECC Manufacturer Part No.: FZ-BAZ1908 PANASONIC MEMORY INSTALL AT SVC CNTR Manufacturer Part No.: CF-SVCRAMINSTL Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 21 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 PANASONIC FZ-VFP551W - FINGERPRINT READER Input Adapter Type: Fingerprint reader Form Factor: Plug-in module Color Category: Black Compatible With: Panasonic Toughbook 55 Manufacturer Part No.: FZ-VFP551W Products shall contain one or more sustainability certifications and ecolabels: EPEAT Registered; ENERGY STAR Certified; and/or TCO Certified. 3.1 Warranty. All equipment shall have the standard applicable warranty as determined by Panasonic. C4. Special Conditions 1. TERM OF CONTRACT. The term of the Agreement (“Term”) shall commence upon execution of the Agreement by all parties hereto and shall have an initial term of three (3) years. 2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for two (2) additional, one (1) year periods, subject to the availability of funds for succeeding fiscal years. 3. DOCUMENTATION FOR LICENSES. Upon request, the awarded bidder(s) shall provide to the City, at the awarded bidder(s)’ expense, access to electronic copies of license documentation including, but not limited to, City license confirmation certifications. Access to this documentation is not to require a user ID or password and must be available for the City to share with their employees, for business purposes, as appropriate. 4. VERSION. Purchase orders are to be deemed to reference Panasonic’s most recently released version of the hardware/software at time of order, unless an earlier version is specifically requested in writing by the City and the awarded bidder(s) is willing to provide such version. Further, the awarded bidder(s) shall provide all related software updates for the life of the product. If version delivered to City does not meet the most recently version/specification, then the City reserves the right to reject any and all items at bidder(s) expense. 5. PRODUCT VARIATIONS/CUSTOM ORDERS. New variations, substitutions, including custom orders of existing software licenses, maintenance and services awarded under the Contract will be considered by the City if it is in the best interest of the City. All modifications and special requests must receive prior written approval from the City before execution of the purchase. Proposed changes are not to compromise the integrity of the software licenses, maintenance or services performance. 6. FALSE CLAIMS ACT. All goods and services purchased under this contract shall be in accordance with all Federal standards, to include, but not limited to, the False Claims Act (FCA), 31 U.S.C. §§ 3729 - 3733 and shall apply to Panasonic and all awarded bidder(s), and any and all applicable distribution stakeholders. Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 22 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 7. BALANCE OF LINE. While the City has listed all major items on the bid solicitation, which are utilized by the various departments in conjunction with its operations, there may be ancillary items that must be purchased by the City during the term of this contract. For this reason, bidders are requested to quote the percentage discount that will be offered to the City for items, which do not appear on this bid solicitation. This discount shall be offered for all items listed in nationally established annual retail supply catalogs. The most recently published catalog shall serve as the basis for establishing the retail price to be discounted. Bidders shall submit, within ten (10) days of the City's request, the product catalog, published price list, or other verifiable pricing source(s) for the products they offer as the Balance of Line. 8. DISCOUNTS (From published price lists). If applicable, Bids shall be submitted on the basis of a discount from a manufacturer's published price list(s). Such published price list(s) must be common to, and accepted by, the industry in general. The lists must be printed, properly identified, and dated as to issuance and effectiveness. Revised published prices list(s) may be used as a means of price adjustments. However, all bids are to be firm through initial term of the contract, and revised price list(s) will not be accepted by the City until after that date. Revised published price list(s) will be accepted only in the event of an industry-wide price change, as evidenced by the issuance of revised price lists by the manufacturer. Revised prices will not become effective until revised list(s) are submitted to the City under the vendor cover letter identifying the applicable bid number. Vendor cover letter and pricing list(s) must be dated, signed and submitted to the Procurement Director. [REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Bid 2021-156-DFCity of Miami Beach 3/12/2021 2:25 PM p. 23 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 ATTACHMENT D INSURANCE REQUIREMENTS DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 TYPE 2 - GOODS, SERVICES & MAINTENANCE INSURANCE REQUIREMENTS 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. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. 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. 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 Vendor 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 Vendor’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 – Vendor 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 DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876 the Vendor’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. DocuSign Envelope ID: 15C8D451-5C8D-46C2-A42A-D2C4477B4876