Loading...
Certification of contract with R & D Electric, Inc. MIAMIBEACH CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: Inspection and Maintenance of Parking Lot Lighting CONTRACT NO.: 2014-168-ITB-SW EFFECTIVE DATE(S): This Contract shall remain in effect for three (3) years from date of Contract execution by the Mayor and City Clerk, and may be renewed, at the sole discretion of the City, through it's City Manager, for two (2) additional years, on a year-to-year basis, upon mutual agreement between the two parties. SUPERSEDES: ITB-29-09/10 CONTRACTOR(S): R & D Electric, Inc., Secondary Vendor ESTIMATED CONTRACT AMOUNT: $144,187.20 A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida, on November 19, 2014, for approval to award a contract, upon execution between the City of Miami Beach, Florida, and Contractor. B. EFFECT - This Contract is entered into to provide for inspection and maintenance of parking lot lighting services pursuant to City Invitation to Bid No. 2014-168-ITB-SW and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents"). C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in accordance with the City of Miami Beach Department of Procurement Management policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miami Beach Contract Number 2014-168-ITB-SW. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to City of Miami Beach, Mr. Eric Carpenter, Public Works Director at 305-673-7000 ext. 7080. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and/or commencement of any services/work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract delivery of supplies, or any portion of work and/or services required by the Contract Documents without the prior written consent of the City. 1 Certification of Contract Contractor warrants and represents that all persons providing/performing any supplies, work, and/or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently provide/perform same, or services to City's satisfaction, for the agreed compensation. Contractor shall provide/perform the supplies, work, and/or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final product(s) and /or work provided to or on behalf of City shall be comparable to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS — Excellent Customer Service is the standard of the City of Miami Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. I. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Supplies, work, and/or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and/or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFICIARIES - Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and/or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract and/or the Contract Documents. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and/or the Contract Documents. 2 Certification of Contract K. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Alex Denis, Procurement Director City of Miami Beach Department of Procurement Management 1700 Convention Center Drive Miami Beach, Florida 33139 With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: R & D Electric Inc. 7447 N.W. 48th Street Miami, Florida 33166 Attn: Rafael Echarri Phone: 305-403-7841 Fax: 305-403-7842 E-mail: rafael(aD-rdelectricinc.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 3 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and/or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (ii) the ITB; and /or (iii) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. 4 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this day of 20_4( , by their respective duly authorized representatives. CONTRACTOR CITY OF MIAMI B By By , reside t/ Signature y ,r &rjrr� Print Name /Date 1 2 2v 1 4 Date ATTEST: ATTEST: e r ary ignature City Clerk A VP Prinj Name ate Date/ APPROVED AS TO . DORM&LANGUAGII &TOR EXECUTION -- ct —k <� 4ty ®ate 5 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139, wwa.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2014-168-SW FOR INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING September 20, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. REVISION: Effective Wednesday, September 10, 2014, the Mayor and City Commission have approved an ordinance repealing Section 2-372 of Division 3, Article VI, of Chapter 2 of the Miami Beach City Code titled "Procedure to provide preference to Miami Beach based vendors in contracts for goods and contractual services". Due to this change, the Miami Beach-based vendor preference specified in the solicitation has been deleted in its entirety and is no longer applicable. 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 Rafael Granado(c�miamibeachfl.gov Contact: Telephone: Email: Lourdes Rodriguez 305-673-7000 ext. 6652 lourdesrod rig uez@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders 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 MIAMIBEACH City of Miami Beach, ' '` G PROCUREMENT DEPARTMENT Tel: 305.673-7490 ADDENDUM NO. 2 INVITATION TO BID(ITB) NO. 2014-168-SW FOR INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING (the ITB) September 22, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. Underline denotes additions stF+le thi;euo denotes deletions. I. REVISIONS: Appendix C, Section C3. Specifications, Item 1. Inspection, Number 4: is amended as follows: 4) State any suspected vandalism or suspicious activities to City property noted during the inspection immediately to the City representative. ll. RESPONSES TO QUESTIONS RECEIVED: Q1: Is the electrical distribution that feeds the lighting accessible? Are there keys? If so, will they be provided to the contractor for duration of the contract or will contractor have to coordinate with the City to have these distributions un-locked on an as needed basis? A 1: Yes, the electrical distribution that feeds the lighting is accessible, and keys will be provided to the contractor during the term of the contract. Q2: Who performed the previous inspections and maintenance for this project in the past the City or the contractor? A2: The previous inspections and maintenance were performed by the contractor. Q3: Are prospective bidders to assume all the lights are in good working order on the day that it takes over? A3: Yes. lights are in good working order. Q4. Will the contractor be provided with the electrical as-built drawings showing the circuits, wiring and placement of lights, if awarded? This will aid in the bi-weekly inspections and future repairs of any and all photocells,wiring, etc. A4. The City only has as-built drawings for seven (7) recent rehabilitated parking lots, and not for the others. Q5. Please confirm if Lourdes Rodriguez or Rafael Granado are to receive the bids on September 301h, 2014. A5. Sealed bids are to be delivered to City of Miami Beach, Procurement Department, Attention: Lourdes Rodriguez, at 1700 Convention Center Drive, Miami Beach, Florida 33139. The following information should be clearly marked on the face of the envelope or container Bid Number, Bid Title, Bidders Name, and Bidder Return Address. ITB No. 2014-168-SW Addendum No. 2 i Q6. Please verify the billing. Will the monthly amount be paid prior to performing or billed at the end of the month or can the contractor send weekly billings? A6. Contractor is to submit monthly invoices to include all the inspection reports requested in Appendix C. Section C3 Specifications, Number 1 Inspection. Contractor will be paid after services have been rendered. Q7. Are the City's payment terms 30 days or prepaid? A7. Pursuant to Appendix D, Special Conditions, Number 8, Payment Terms —Net 30. 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: Telephone: Email: Lourdes Rodriguez 305-673-7000 ext. 6652 i LourdesRodr iguez @miamibeachfl.gov i 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. S er rDirector A De Pro ure INVITATION TO BID ITB INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING ITB NO.:2014-168-SW BID ISSUANCE DATE: SEPTEMBER 3, 2014 BID DUE: SEPTEMBER 30, 2014 @ 3:00 PM ISSUED BY: MIAMI BEACH Lourdes Rodriguez, CPPB Senior Procurement Specialist PROCUREMENT DEPARTMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.7000 x 6652 1 Fax: 786.373. 40761 www.miamibeachfi.gov '11- +' 1 BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED ........................................................................................................N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS........................................3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT..........................................................15 APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS ........16 APPENDIX B "NO BID" FORM .................................. ............23 ............................................ APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS .....................................25 APPENDIX D SPECIAL CONDITIONS ..............................................................................31 APPENDIX E BID TENDER FORM ...................................................................................34 APPENDIX F INSURANCE REQUIREMENTS .................................................................36 ITB 2014-168-SW 2 BH SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the "contractor[s]") if this ITB results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through PublicPurchase must register immediately with PublicPurchase 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 (the "City") is seeking bids from qualified firms for the inspection and maintenance of parking lot lights at the various City-owned surface parking lots, totaling approximately 600 light fixtures. Responsibilities include the maintenance and replacement of head fixtures, bulbs, photo cells, wires, and fuses. The work includes bi-weekly night inspections to assure parking lot lighting systems are maintained in full working capacity to the greatest extent possible. 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: ITB Issued September 3, 2014 Pre-Bid Meeting September 16, 2014 from 10:00 a.m. - 11:00a.m. Deadline for Receipt of Questions September 23, 2014, no later than 3:00p.m. Responses Due September 30, 2014, no later than 3:00p.m. Tentative Commission Approval Authorizing October 2014 Award 3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: Rafael Gran ado(a)miamibeach fl.gov ; or 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 seven (7) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. Procurement Contact: Telephone: Email: Lourdes Rodriguez 305.673.7000 x 6652 lourdesrodriguez @miamibeachfl.gov ITB 2014-168-SW 3 BEACH 4. 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. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall -4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&stateID=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.gov/procuremenUscroll.asQx?id=23510 • CONE OF SILENCE..................................................................... CITY CODE SECTION 2-486 • PROTEST PROCEDURES............................................................ CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS....................................................... CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES.................. CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS................................... CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES...................................................................................... CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS.......................................... CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT...................................................... CITY CODE SECTIONS 2-407 THROUGH 2-410 • LOCAL PREFERENCE FOR MIAMI BEACH-BASED VENDORS......... CITY CODE SECTION 2-372 ITB 2014-168-SW 4 4 , ( � H E • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES............................. CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE......................................................... CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES.............................. CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. MIAMI BEACH-BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3747, as amended, a preference will be given to a responsive and responsible Miami Beach-based vendor, who is within five percent(5%) of the lowest and best bidder, an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more Miami Beach-based vendors constitute the lowest bid for a competitively bid purchase, and such bids are responsive and otherwise equal with respect to quality and service, then the award shall be made to the Miami Beach-based vendor having the greatest number of its employees that are Miami Beach residents. Whenever, two or more Miami Beach-based vendors have the same number of its employees that are Miami Beach residents, then the award shall be made to the Miami Beach- based vendor who is certified by Miami-Dade County as a Minority or Women Business Enterprise. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, as amended, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral ITB 14-168-SW 5 I P E! 1.�H or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the 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. 15. MULTIPLE AWARD.The City may award up to three vendors(primary,secondary, tertiary), as available, by line item, by group or in its entirety. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1)a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2)it is in the best interest of the City to do so regardless of reason. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission. The City Commission's selection or approval of the City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s). The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 16. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. ITB 77 14-168-SW 6 r bEA�_ 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the PROCUREMENT DEPARTMENT prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT.To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. ANTI-DISCRIMINATION. The bidder certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three(3)years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without ITB 2014-168-SW 7 P'a ►�'," BEACH cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s)from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in section 5.0, Acknowledgements/Affidavits. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding maybe terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. ITB 20 14-1 677V 8 BEACH 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time(in calendar days) for each item. It must be a firm delivery time; no ranges(For example, 12-14 days)will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. E. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. E. In case of any doubt or difference of opinion as to the items and/or services (as the case may be)to be furnished hereunder, the decision of the City shall be final and binding on all parties. ITB 2014-168-SW 9 37. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 38. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID, NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 39. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 40. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a"first priority" under the emergency conditions noted above. 41. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 42. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. ITB 14-168-S 10 43. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 44. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 45. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 46. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 47. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 48. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. ITB 7717-1 68-SW 1 ,..A:- ( BEA.0 49. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 50. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 51. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 52. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 53. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 54. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 55. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 56. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. ITB 7714-1 777V 12 IBEACH 57. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 56. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 59. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 60. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 61. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5)calendar days upon request from Purchasing Agent. 62. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 63. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139. 64. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 65. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. ITB 2014-1 68-SW 13 ` R. L-; r , - 66. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 67. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 68. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission, 69. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable"cure period"for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 70. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty(30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 71. UNDERWRITERS' LABORATORIES. Unless otherwise stipulated in the Bid, all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. ITB 2014-168-SW 14 i; .' .'1f BEACH-� 'a 9 SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within two (2) days of request by the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 — Bid Tender Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Bid Tender Forms submitted in pencil shall be deemed non-responsive. All corrections on the Bid Tender Form shall be initialed. • TAB 2—Bid Certification, Questionnaire and Affidavits (Appendix B). • TAB 3—Licensures—State of Florida Electrical Contractor or Miami-Dade Master Electrician 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. ITB 2014-168-Sw 15 APPENDIX "A " MIAMI BEACH Proposal Certification , Questionnaire & Requirements Affidavit 2014- 168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miami Beach, Florida 33139 iiB 2014-168-SW 16 Solicitation No: Solicitation Title: ITB 2014-168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING Procurement Contact: Tel: Email: Lourdes Rodriguez (305)673-7000 x 6652 lourdesrodriguez@miamibeachfi.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: No.of Employees: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not 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 Proposer to perform in accordance with contract requirements. ITB 2014-168-SW 17 1. Miami Beach Based(Local Vendor. Is Proposer claiming Miami Beach based firm status? b YES NO SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747, as amended, to demonstrate that the Proposer is a Miami Beach Based Vendor. 2. Veteran Owned Business.Is Proposer claiming a veteran owned business status? 0 YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748,as amended. . 4. Financial Capacity.Each Proposer shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. 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 Proposer. The Proposer shall request the SQR report from D&B at: https:/Isupplierportal.dnb.com/webapp/wcs/stores/serviet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer 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. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within 2 days of request. 5. Litigation History. Proposer shall submit a statement of any litigation or regulatory action that has been filed against your firm(s) in the last five years. If an action has been filed,state and describe the litigation or regulatory action filed, and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. If no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. If"No"litigation or regulatory action has been filed against your firm(s),please provide a statement to that effect.Truthful and complete answers to this question may not necessarily disqualify a firm from consideration but will be a factor in the selection process. Untruthful,misleading or false answers to this question shall result in the disqualification of the firm for this project. SUBMITTAL REQUIREMENT: Proposer shall submit history of litigation or regulatory, action filed against proposer, or any proposer team member firm,in the past 5 years. If Proposer has no litigation history or regulatory action in the past 5 years, submit I a statement accordingly. 6. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 7. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. ITB 2014-168-SW 18 8. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 9. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 10. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five(5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. 11. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1, 2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 12. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. ITB 2014-168-SW 19 A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? 0 YES 0 NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)domestic partners*or to domestic partners of employees? 0 YES 0 NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees P ees with Employees ees with Provide Benefit Souses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfi.gov/procurement/. 13. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 1 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 1 Addendum 10 Addendum-1 5 If additional confirmation of addendum is required,submit under separate cover. ITB 2014-168-SW 20 DISCLOSUREAND,DISCLAIMER SEC,TION. The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials,shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations,and analyses. The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2014-168-SW 21 PROPOSER: e • hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any' other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of ) On this day of ,20_, personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of My Commission Expires: ITB 2014-168-SW 22 APPENDIX B \/� IA o Bid " Form 2014- 168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miami Beach, Florida 33139 F. • ':-At is important • • ••rs who have rece7ivedl • • • of -this solicitafton but hav e-decided nGt to respond, tG compiete and submit the., •` ! • ,"Stotemerit of • s • • • • s • • • •' tlie� • • • 8 how • improve solic, • # • • • ° • submit • • • '• Bid"' • • hat bein_q'nofified. Vof f6fure,soficlitof ions, ° ITB 2014-168-SW 2; Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Lourdes Rodriguez PROPOSAL #2014-168-SW 1700 Convention Center Drive MIAMI BEACH, FL 33139 ITB 2014-168-SW 24 APPENDIX C P` 1AM1 BEACH Minimum Requirements & Specifications 2014- 168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miami Beach, Florida 33139 iii 20I4-158 S'.v 25 C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non-responsive and will not be considered. 1. Bids will only be considered from firms that are regularly engaged in the business of providing goods and services as described in this Bid for a minimum of three (3) years and provide a contact name and phone number for verification. 2. Bidder must list at least one (1) governmental agency currently being serviced or have been serviced by the bidder within the last three (3) years and provide a contact name and phone number for verification. 3. Licensure / Certification. Company or its employee shall be a State of Florida Electrical Contractor or Miami-Dade Master Electrician. Please provide a copy of license(s) with bid submittal or within three (3) days of request by the City. C2. Statement of Work Required. The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide inspection and maintenance of lighting fixtures at various City-owned surface parking lots located within the City of Miami Beach (the "City") for the Department of Public Works in accordance with the prescribed specifications and requirements. Interested vendors are invited to submit bids in response to this ITB. C3. Specifications. The work specified in this bid consists of furnishing all labor, machinery, tools, means of transportation, supplies, materials, services and equipment, except where an exception is stated; necessary for the maintenance of parking lot lights at various City-owned surface parking lots, for approximately 600 lights fixtures. In addition, services include maintenance and replacement of head fixtures, bulbs, photo cells, wires, fuses and the repair of underground faults. This is inclusive of any connections, wiring, fuses and/or service points necessary for the repair. The services include inspection and repairs or replacement as outlined below in Sections 1 and 2. Additional services may be needed as stated in Section 3. 1. Inspection: The work includes bi-weekly night inspections of all parking lots listed in the bid package in Table 1 under Locations section. Once per month, the contractor must provide a detailed inspection report to the designated City Representative in the Public Works and Parking Departments. The monthly report must detail the following: 1) List any outages by location and include the total number of outages noted during the inspection. 2) List any damages by location and include the total number of damaged items noted during the inspection. 3) State the repairs accomplished during the inspection and number of bulb replacements by location. ITB 2014-168-SW 26 4) State any suspected vandalism or suspicious activities related to City property noted during the inspection. 5) Detail any repairs required that have not been previously listed. At any time during the month, the City Representative may request from the contractor a detailed report summarizing the bi-weekly night inspections. The awarded vendor must provide said detailed report within 24 hours of request from the City Representative. Failure to provide this report may result in notice to cure, contract violation, and/or termination of contract. 2. Maintenance: The contractor shall be responsible for repairs and/or replacements of parking lot lights due to broken parts, corrosion, power outages, vandalism and impacts from any motor vehicle accidents. Maintenance also includes, but is not limited to, the running of cables temporarily from one light pole to another when necessary to ensure continued lighting. In addition, the replacement of conduits and restructuring of poles that may be leaning or fallen must be handled by the contractor. Repairs must be completed within five (5) calendar days of receipt of the inspection report that was submitted to City Representative with the exception of repairs to underground faults. Repairs of underground faults must be completed within 30 calendar days. In addition, any repair requests initiated from the City Representative must be completed within five (5) calendar days of notification by the contractor. If repairs are not successfully completed within the specified period of five (5) or 30 calendar days, the contractor must provide an explanation in writing to the City Representative. Any replacement of fixtures or lighting must conform to the City's standard equipment currently installed. Any substitutions must be approved by the City Representative. Specifically, for Cobra head lighting the contractor must use General Electric Cobra heads: CONVENTIONAL PART# DESCRIPTION MDCAlOSlAM21 GMC31 FIXTURE 100W/120V HPS, W/PHOTOCELL COBRAHEAD CUTOFF M2AC10S5M21 GMC31 FIXTURE 100W/480V HPS, W/PHOTOCELL COBRAHEAD CUTOFF MDCA15S1 M21 GMC31 FIXTURE 150W/120V HPS, W/PHOTOCELL COBRAHEAD CUTOFF MDCA25S1 M22FMC31 FIXTURE 250W/480V HPS, W/PHOTOCELL COBRAHEAD CUTOFF MDCA25S1A22FMC31 FIXTURE 250W/120V HPS, W/PHOTOCELL COBRAHEAD CUTOFF MDCA40Sl M21 GMC31 FIXTURE 400W/120V HPS, W/PHOTOCELL COBRAHEAD CUTOFF MDCA40E5A22GMC31 FIXTURE 40OW 480V MH, W/PHOTOCELL COBRAHEAD CUTOFF MDCA40S5M22FMC31 FIXTURE 40OW 480V HPS, W/PHOTOCELL COBRAHEAD CUTOFF M2AR10S5M2GMS31 FIXTURE 100W, 480V HPS REGULAR HEAD NOT CUT OFF ERS2HH3B15505GRAY 250WHPS & MH -480V ERS20H31315505GRAY 250WHPS & MH -277V ERS2HH3B11504GRAY 400WHPS & MH -480V If there are any major repairs required, such as fixture replacements or underground faults, the contractor must notify the City Representative immediately and get approval before proceeding with the repair. If a repair is not completed and will result in overhead cables being exposed temporarily, the ITB 2014-168-SW 27 i Contractor must notify the City of the location and time period that the overhead cables will be exposed and provide an estimated completion date. The Contractor must remove the overhead cables upon completion of the repair. The City shall supply the following materials and equipment for repair and/or replacement: of: • arms • bases • bollards (*except for Lot#P49—21 St Street&Collins Ave., 2 lots) • concrete bases • decorative light fixtures • handholes • landscape light fixtures • poles (inclusive of aluminum) The contractor shall be responsible for the following materials and equipment for repair and/or replacement: • All wiring • All electrical components • All non-decorative fixtures; inclusive of Cobra heads 3. Additional Services: The City may request, at any time, the replacement of an existing light fixture or set of light fixtures at a parking lot(s) as part of a citywide upgrade. In this scenario, the lights may function properly however the desire would be to upgrade the appearance or features of the existing fixture(s) At the time of the request, the City Representative will contact the contractor with the specific request. The replacement shall be done at the hourly rate submitted in Appendix E, Bid Tender Form, Section II, Additional Services. (BALANCE OF PAGE INTENTIONALLY LEFT BLANK) ITB 2014-168-SW 28 1 TABLE 1 - LOCATIONS: The following is a list of the locations and number of current lights to maintain: *Lot P49, (21St Street&Collins Ave./2 lots): Vendor must supply the bollards when repairing and/or replacing. LOT# ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE P1 South Pointe Park- Public Parking 24 480 175 Shoe Box P2 South Pointe Drive &Ocean Drive 4 480 175 Deco P2 South Pointe Drive &Ocean Drive 12 480 175 Shoe Box P4 100 block Washington Ave. 10 240 175 Deco P5 4th Street&Alton Road 3 480 250 Cobra Head P9 11th Street&Washington Avenue 6 240 250 Shoe Box P10 15 Street&Michigan Ave. (softball lot) 7 120 150 Deco P11 6th Street& Meridian Ave. 1 120 250 Cobra Head P12 9th Street&Washington Ave. 3 120 400 Cobra Head P13 10th Street&Washington Ave. 4 120 400 Cobra Head P16 13th Street& Collins Ave. W-S 5 120 250 Cobra Head P18 Lincoln Lane S. & Meridian 2 120 250 Cobra Head P19 Lincoln Lane S. &Jefferson Ave. E-S 5 120 250 Cobra Head P20 Lincoln Lane S. &Jefferson Ave. W-S 2 120 250 Cobra Head P21 Lincoln Lane S. & Michigan Ave. 1 120 250 Cobra Head P23 16th Street&West Ave. 6 120 250 Cobra Head P24 17th Street&West Ave. 6 120 250 Cobra Head P25 Lincoln Lane N. & Lenox Ave. W-S 10 120 400 Cobra Head P26 Lincoln Lane N. & Lenox Ave. E-S 5 120 250 Cobra Head P27 Lincoln Lane N. & Meridian Ave. 6 120 250 Cobra Head P28 Lincoln Lane N. &Pennsylvania Ave. 42 120 400 Cobra Head P29 17th Street& Convention Center Dr. 68 240 175 Cobra Head P45 Purdy Boat Ramp 7 120 175 Shoe Box P46 18th Street& Purdy Ave. 4 120 175 Shoe Box P47 1837 Bay Road 4 120 250 Cobra Head P48 21 st Street& Park Ave. 5 120 175 Cobra Head P49* 21st Street&Collins Ave./2 lots 29 120 250 Shoe Box P51 23rd Street& Liberty Ave. E-S 5 120 250 Poison P52 23rd Street& Liberty Ave. W-S 8 120 250 Poison P55 27th Street& Collins Ave. 6 120 250 Cobra Head P56 34th Street& Collins Ave. 4 120 250 Cobra Head P57 35th Street& Collins Ave. 13 120 250 Cobra Head P58 40th Street& Royal Palm Ave. 4 120 250 Cobra Head P59 40th Street& Prairie Ave. 8 120 250 Cobra Head ITB 2014-168-SW 29 LOT# ADDRESS FIXTURE QTY. VOLTAGE WATTAGE FIXTURE TYPE P60 40th Street&Chase Ave. 24 120 250 Cobra Head P61 41 st Street&Alton Road 18 120 250 Cobra Head P62 42nd Street&Jefferson Ave. 4 120 250 Cobra Head P63 42nd Street&Royal Palm Ave. 18 120 250 Cobra Head P64 47th Street&Pine Tree Drive 2 120 250 Cobra Head P71 46th Street&Collins Ave. 40 120 250 Cobra Head P72 53rd Street& Collins Ave. 21 120 250 Cobra Head P80 71 st Street& Byron Ave. 8 240 175 Cobra Head P81 64th Street&Collins Ave. 8 120 250 Cobra Head P82 65th Street& Indian Creek(marina) 7 120 250 Cobra Head P83 71st Street& Harding Ave. E-S 4 120 250 Main St. P84 70th Street& Harding Ave. W-S 5 120 250 Main St. P85 71 st Street&Carlyle Ave. S-S 2 120 250 Cobra Head P86 71st Street& Bonita Drive S-S 3 120 250 Cobra Head P87 71 st Street&Bay Drive S-S 4 120 250 Cobra Head P88 Normandy Drive & Rue Versailles 2 120 250/400 Cobra Head P89 Normandy Drive &Bay Road N-S 2 120 250 Cobra Head P90 71st Street& Bonita Drive N-S 2 120 250 Cobra Head P91 72nd Street&Carlyle Ave. 6 120 250 Cobra Head P92 72nd Street&Collins Ave. 33 120 250 Cobra Head P106 75th Street&Collins Ave. 15 240 150 Med.Base P108 80th Street&Collins Ave. 24 120 175 Deco P110 85th Street&Abbott Ave. 2 120 250 Cobra Head P111 84th Street&Collins Ave. 6 120 250 Cobra Head ITB 2014-168-SW 30 APPENDIX D rV, iArOi BEACH Special Conditions 201 4- 168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miami Beach, Florida 33139 IiB 2014-168 SVJ 31 1. TERM OF CONTRACT. The Contract shall commence upon the date of notice of award and shall be effective for three (3) years. 2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for three (2) additional one(1) year periods, subject to the availability of funds for succeeding fiscal years. 3. PRICES SHALL BE FIXED AND FIRM: All prices quoted in the awardee's bid submittal shall remain firm and fixed, unless amended in writing by the City. 3.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement. During the renewal term, the City may consider prices increases not to increase the applicable Bureau of Labor Statistics (www.bls.gov) CPI-U index or 3%, whichever is less. The City may also consider increases based on mandated Living Wage increases. In considering cost escalation due to Living Wage increases, the City will only consider the direct costs related to Living Wage increases, exclusive of overhead, profit or any other related cost. 4. EXAMINATION OF FACILITIES. INTENTIONALLY OMMITTED. 5. PERFORMANCE BOND. INTENTIONALLY OMMITTED. 6. REQUIRED CERTIFICATIONS. State of Florida Electrical Contractor or Miami-Dade Master Electrician. Current licenses must be provided to the City with bid submittal or within three (3) days of request by the City, and no personnel shall service City facilities without said licenses. 7. SHIPPING TERMS. F.O.B. DESTINATION 8. PAYMENT TERMS. NET 30 9. DELIVERY REQUIREMENTS. INTENTIONALLY OMMITTED, 10.WARRANTY REQUIREMENTS. Warranty shall be one year from date of acceptance. A. Type of Warranty Coverage Required In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material, for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B. Correcting Defects Covered Under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days and 30 calendar days for underground faults, after the City notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the bidder, in writing, that ITB 2014-168-SW 32 the bidder may be debarred as a City bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within five (5) calendar days and 30 calendar days for underground faults, of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. 11. EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE.The equipment being offered by the vendor shall be the most recent model available. Any optional components which are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete unit. The unit shall conform to all applicable OSHA, State, and Federal safety requirements. All components (whether primary or ancillary) of the delivered equipment are to be in accordance with current SAE standards and recommended practices. The engineering, materials, and workmanship associated with effort performed hereunder shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 12. BACKGROUND CHECKS. INTENTIONALLY OMMITTED. 13. WORK ACCEPTANCE. This project will be inspected by an authorized representative of the City. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 14. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successful bidder(s) under this contract shall be invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest responsible bidder(s) meeting specifications in the best interest of the City and a separate purchase order shall be issued by the City. 15. SUBSTITUTION OF ITEMS DURING TERM OF CONTRACT. Any substitutions must be approved by the City Representative. Specifically, for Cobra head lighting the contractor must use General Electric Cobra heads. ITB 2014-168-SW 33 APPENDIX E MIAMI BEACH Bid Tender Form 2014- 168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miami Beach, Florida 33139 IiB 20:4-I 8-SW 34 APPENDIX E BID TENDER FORM ilbre to submit Appendix e Price Forern, o -e • deadline • -o • receipt 0 0 0•• proposal' o- o deemed, • e• • •• • -o Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Appendix E) shall be completed mechanically or, if manually, in ink. Bid Tender Forms completed in pencil shall be deemed non-responsive. All corrections on the Bid Tender Form shall be initialed. Group I. Parking Lots Lighting Maintenance for all lots listed in Appendix C, Table I: Group I Total Extended Cost Group Unit Cost Total (Quantity x Unit Cost Item Description Quantity per month Months x Total Months Inspection and Maintenance of Light 1A Poles, Various Makes &Models 589 $ 36 $ Group II. Additional Services (as referenced in Appendix 3, Minimum Requirements, Section 3) Group 11 Estimated Group Annual Total Item Description service hours U/M Unit Cost (Quantity x Unit Cost Hourly Rate-Regular(7:00a.m. - 2A 5:00 .m., Mon. - Fri. 260 Hourly Rate Hourly Rate -Non Regular (after Hourly Rate 213 5:00p.m., Mon.-Fri. ,Weekends, Holidays) 80 Estimated Annual Net Cost Group Gross Costs %mark-up (Dealer Invoice Cost Item Description Dealer Invoice Cost X%Mark-up) 2C Mark-up for Parts and Supplies $75,000 % a (D OW &am e•- ` o Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITB 2014-168-SW 35 APPENDIX F MIAMI BEACH Insurance Requirements 2014- 168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING PROCUREMENT DEPARTMENT 1700 Convention center once Miami Beach, Florida 33139 ie 2014-168-SW 36 � IAMI BEACH INSURANCE The vendor shall furnish to the Procurement Department, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, to include Contractual Liability, and Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be included as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 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. ITB 2014-168-SW 37 f . LIGHTS TO BE 150 WATT H.P.S. AT 120 VOLT AC TYPE MS3 G.E. M2AR15S1M1 GMS320 150WATT H.P.S. WITHOUT PHOTO ELECTRIC RECEPTACLE OR EQUAL TAPERED BRACKET ARM 2" SLIPFITTER COMPATIBLE WITH POLE DESIGN, WITH STRENGTH ADEQUATE FOR 1 SQ. FT. OF PROJECTED AREA AT END OF PIPE FOR 120 MPH WIND 2 #6 AWG STRANDED THW. CU. WIRES (SEE WIRING DIAGRAM FOR WIRE SIZES) APCO ALUMINUM POLE ° V I 23-587 OR EQUAL M /-OPENING IN BASE 8rx9f"x13"HIGH, LOCATED OPPOSITE APPROACHING TRAFFIC WITH COVER FASTENED WITH STAINLESS STEEL SCREWS C APPROVED GROUND LUG LOCATED OPPOSITE OPENING POLE BAS 12"x 15.5"x20" HIGH 6*AWG STRANDED CU. BARE GROUND WIRE \✓ 5A FUSE (SEE WIRING DIAGRAM FOR WIRE SIZE) APPROVED GROUND CLAMP FOR PULL BOX a� CONNECTING POLE GROUND BARE T BOND WIRE AND GROUND ROD 1 #6 AWG. STRANDED CU. BARE GROUND BOND I F WIRE CONNECTING ALL GROUND RODS TOGETHER (SEE WIRE DIAGRAM FOR WIRE SIZE) ` ROVED GROUND ROD 5/8"0 X 8' LONG COPPER CLAD ROD AT EACH POLE ONCRETE POLE BASE APPROVED GROUND CLAM � � FOR CONNECTING POLE GROUND BARE BOND WIRE AND GROUND ROD LIGHT FIXTURE DETAIL N.T.S. r ) f +Wll%CA O-0W GSTANOAR=MB_STANDARD OEfAILSIPu b2cWaftMmaCM8So2stLkM APPROVED ""E ® A IAA EAC STREET LIGHT DETAILS NO. 1 STL5 I PUBLIC WORKS DEPARTMENT 101171200 LIGHT FIXTURE DETAIL s►EErLaf a ,rmCONVENnar1cexrERUMVE.LOA rxArm R_vm I ' 01 4 a A COJ CRETE -8 ASF- �.w POLES Vic.s,UA IT z Z d. .d a a•. .° 0 •d ,, d' _Z t a °•' T X .5' CURB & GUTTER DEW AL -Ia!e C4% w! ° Ida' a y Ld m 4. a ° a.• _a CHEDULE 40 O a' ° a•° PULLBOC 2 fl PVC CONDUITS. FIELD LOCATE TO MAINTAIN I--1'—B°--� 2' MIN. CLEARANCE WITH PLAN VIEW C—C OTHER UTILITIES N.T.S. rl,-1 001 15"0 BOLT CIRCLE—\ 1 O PROJECTION AS PER PO MANUFACTURER SPECS ANCHOR BOLT-48" LONG WITH w TOP 6" HOT DIPPED GALV. BOLT DIA. AS REQ. PER POLE ¢-�— DIMENSIONS AND SHOE BASE TYPE 0 o U A A SECTION A—A t .T _ CD i CONCRETE POLE BASE DETAIL N.T.S. FUearMLLTAGAWG%WAMAa0S=P_STANDAW_DU,MLSWubb Woft uarwoAchm SeaolUgN MMIAMSEACH AppRo,® lz=s rT� STREET LIGHT DETAILS NO. 1 STL6 PUBLIC WORKS DEPARTMENT ion-mom CONCRETE POLE BASE DETAIL sH�g_uF e VWCOnvamOecae¢aDPJMkL ABEACH�aB Now f 1� OLOPHANE "ACORN" UNIQUE SOLUTIONS GRANVILLE FIXTURE W/ 175W METAL HALIDE LAMP #GVIA-175 MH-48 FB 3N I I ' FIBERGLASS POLE (MAINSTREET WINDSOR SERIES POLE CATALOG #FF1803) 0 F C O 2 C7 2 #6 AWG STRANDED = IN-LINE FUSE ACCESSIBLE THR THWN COPPER WIRE HANDHOLE (FUSE HOT WIRE ONLY) (SEE DETAIL) r 2" PVC CONDUIT TO FIXTURE ONCRETE POLE 'BASE (SEE DETAIL) PULL BOX (SEE DETAIL) �}"';. '1�:.?Y...` �:.�yr::`Y/ /��• I .'��.�i'��'Tiv'..��.+-c�S .'y.�V....!�S.::r'Y1t��` ;�"t�aj���•��.'r,'-�-.�� / ?;..':" '3M°:t ti%!;�,�,'-,t�-�.r:_:ra-�.�`fi\:�i i•-s:'::��:'.j;�i ■:.ti: �?r�Y 4.F...+e^.}',_.-.-;ice Y��i�•;; .��-iii__ :;r't;,3.v. -__+- 4-��_ .S `.w�:':'�`�..���a:�.�::���.�>>�w•`^-• •=.5i•2•l:�8:.+%wra'►�„guy_ •.:i'.�.._ .. sY.::J .�.'r;''.r`�_�^:.'ice:°y+�..'..�y=;.lt r�rvls•`9...-. -�p^�J�^ r�}mil!': A. .:i�� ...•I::�� :�.ti.'F��-1>�'�f�'t,^.:.��:L �`-��i:s+'��1:'1':u �> ..••__ ,�.a:.ati: •L:5!-"<z:ec�,y,�r _ �of .•: �=_w p..c.e�r•'�'.ca ;ti l:?+'t�.�',.C•�.5.-. : ,..`... _ �lY,,.•y:14Y .•.S.�rL.�xM ate.� t•�•L/t�•`i��:�+•a• �w--.i: 1•C�,Kn;�;,�. .:ra.• a. �` - :�: -=•'._.4{`.��F'r:L}:r?�:`�.�i�h.Hh.'hY�;n-t:.w�•c'. Z:•� •.�ti•:�4� a`... „•;.,..i .��s "'•C.:�i:.s: it:; •� :.a 3:s:.�'::� f-4.:••:51 ;�t"�.n4v I, l l l �� l l �I� I -����•� II $ II III III III III III: I Iii �I I I-f f l - `ICI H I I I I -11f III Ilf III III I I II - III III: 5/8"x8' (MIN) LONG COPPER CLAD RO (TYPICAL AT EACH FIXTURE AND AT ALL BOXES) J� ACORN LIGHT FIXTURE DETAIL N.T.S. FiwwW$ALLACA0•0WG%5TANDAROS,CNB_STAMMD_DEWLSM[b Wert Meror=m Shad Ugm �1 MMIAMBEACH APPROVED R ""E' STREET LIGHT DETAILS NO. I Sl°L7 PUBLIC WORKS DEPARTMENT ,onmoai ACORN LIGHT FIXTURE DETAIL sHEFr�OF s IMC*Mn ()NCDff.Aortivr,wuee�,aF ,as to ST. P33 P a iB Sr. a t8 Sr. o v_ a0 7B 5T. t7 ST. � t7 SC. a F926 ❑ y Ulic N o ROAD a DM'F-,9. OZd P9 FglBid El. a❑o N � • • x 9 L3 WAY E"SPµ ❑a ❑oi ® 14 a .. 0� LANE 14 � 14 n,-,0 13-iEM .d . e N RO IR. t3 ST. t ST. V . EF l a Ut sr. '1 ❑o � Moo o o� a� ❑ � 1, a pv a ' a 9 � N ED El DOSED Do on,, a ID Do ST;. �. � o •. � z 3 •. s d sr. = � . '� a ao ❑❑ o0 00 ol�Q w a sr Oo, a� 1I� o� a000 � o o� o Cil �a �� CL as I L.) i MY LU75 97 RACE 57. i • a0 X00 . SMLWAM ORW PARK . c a a l as srR�EY � f z i 82' TrRW f 7 a e2 go MPM i a ,•srREEr D W a PARK O Q . 1 PARK D R 4 c� �- i aao � ROAD • DAYMNA - ROAD � a0011 o0 01:1 ao o 11 000000 SCHD J IJU 00 1 E I SHOW go i a 75 ocoaoa I 4 Im W i DRNE v i m NORTMHORE � z a 98d ® ama 7 � PARK RAYMO ST. a DRIVE I6d TT DRN 110 1oo 0 CP -P S !I PAW �� FvG I I1 57 ST, 1 QRCLE m l Ii 2 W � m L.1 I � a _ 65 ST.O i i 0 °° I IL 'W I LA GO RCE z op U3 I I a93 W � � a 1 w.sz sr. f 7447NW 48 Street Miami,Florida 33166 ELECMCAL ENGINEERS ELECTR®CAL ®NTRACTO � Phone:(305)403-7549 1 a t r d r, 9�u a - Pax: (305)403-7542 www.RDklectricinc.com CITY OF MIAMI BEACH ITB 2014-168-SW INSPECTION AND MAINTENANCE F PARKING LOT LIGHTING BID CERTIFICATION QUESTIONNAIRE AND AFFIDAVITS APPENDIX "A" MIAMI BEACH Proposal Certification , Questionnaire & Requirements Affidavit 2014- 168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miami Beach, Florida 33139 IiB 2014.1685W 16 R e D Electric, Inc. )CO) NW 48th Street Miami,Florida 33166 Solicitation No: Solicitation Title: ITB 2014-168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING Procurement Contact: Tel: Email: Lourdes Rodriguez (305)673-7000 x 6652 lourdesrod rig uez@miamibeachfl.gov PROPOSAL CERTIFICATION. QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General.Proposer Information. FIRM NAME: n 4 D �-1 )l No of Years in Busineess: 12 No of Years in Business Locally: No.of Employees: 2 12 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: `a FIRM PRIMARY ADDRESS(HEADQUARTERS): , gA 7 OV e t, ,V�J t /' CITY: `Z P✓l�A�nt STATE: ����A ZIP CODE: .� TELEPHONE NO.: O S 403 :3t 8 Li TOLL FREE NO.: FAX NO.: -49y'2 �O� 40 3 FIRM LOCAL ADDRESS: t,3 (A g S4 CITY: A-A 1 A awl I STATE: �:l 0 R1 00, ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: IZ L E ACCOUNT REP TELEPHONE NO.: 3 o S -303 co q So ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: 2 Pt F A E- C e �(4 •,G i �C FEDERAL TAX IDENTIFICATION NO.: �-�-a & 2'g 335- The City reserves the right to seek additional information from Proposer or other source(s), including but not 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 Proposer to perform in accordance with contract requirements. I ITB 2014-168-SW 17 R&D Electrico Trc, 7"7 NW 48th Street Miami, Florida 33161 l 1. Miami Beach Based(Local Vendor.Is Proposer claiming Miami Beach based firm status? b YES 0 NO SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747, as amended, to demonstrate that the Proposer is a Miami Beach Based Vendor. 2. Veteran Owned Business.Is Proposer claiming a veteran owned business status? 0 YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748,as amended. 4. Financial Capacity.Each Proposer shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. 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 Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.coml webappl wcs/stores/serviet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer 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. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within 2 days of request. 5. Litigation History. Proposer shall submit a statement of any litigation or regulatory action that has been filed against your firm(s) in the last five years. If an action has been filed, state and describe the litigation or regulatory action filed,and identify the court or agency before which the action was instituted,the applicable case or file number, and the status or disposition for such reported action. If no litigation or regulatory action has been filed against your firm(s),provide a statement to that effect. If"No"litigation or regulatory action has been filed against your firm(s),please provide a statement to that effect.Truthful and complete answers to this question may not necessarily disqualify a firm from consideration but will be a factor in the selection process. Untruthful,misleading or false answers to this question shall result in the disqualification of the firm for this project. SUBMITTAL REQUIREMENT: Proposer shall submit history of litigation or regulatory action filed against proposer, or any proposer team member firm,in the past 5 years. If Proposer has no litigation history or regulatory action in the past 5 years,submit a statement accordingly. 6. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 7. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. ITB 2014-168-SW 18 R&D Electric,Inc. 7447 NW 46th Street Miami,Florida 3316(. 8. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by n?NO c sector agency? YES SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 9. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 10. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfi.gov/procurement/. 11. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as 9 9 rovided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is p Y available at www.miamibeachfi.gov/procuremenV. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 12. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. ITB 2014-168-SW q R&D Electric,Inca 7447 NW 48th Street 9 Miami, Florida 331661�� A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? 0 YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? 0 YES 0 NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Vol' Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfi.gov/procurement/. 13. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 14. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. ITB 2014-168-SW 20 R&D Electric,Inc. .7447 NW 46th Street Miami, Florida 3316r DISCLOSUkE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2014-168-SW 21 R& D Electric, Inc, 7447 NW 48th Street Miami, Florida 3316E PROPOSER ■ hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: (�P,F AE L Ecli A(10-� Pao-S(&k VA., Signature of P oposer's Authorized pre tative: Date: State of L ) On this,3bday of ,20 'ersonally appeared befo a me W1 ho County of qb& Dom'a ) stated that (s)he Is the of P—V)Ao a1 (-, , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: �� o a u Ic for the State of c".%, ANN1A M AL MARMOOtd My Commission Expires: 14 Aa MY COMMISSION#FF12672 EXPIRES May 27,201 (407)398.0153 FlorldallotaryService.00m ITB 2014-168-SW 22 R&®Electric, Inc. 7447 NW 48th Street Miami, Florida 33166 7447 NW 48 Street Miami,Florida 33166 ELECTRICAL ENGINEERS ELECFRICAL CONTRACY ONS Phone:(3 05)4 03-7849 1 r e r. Inc Farr (3®5)4 03-7842 r.f. www.RDElectricinc.com CITY OF MIAMI BEACH ITB 2014-168-SW INSPECTION AND MAINTENANCE F PARKING LOT LIGHTING BID TENDER FORM APPENDIX E /\AIAMI BEACH Bid Tender Form 2014- 168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING PROCUREMENT DEPARTMENT 700 Convention Center Drive Miami Beach, Florida 33139 I1B 2014.168 SW 34 R 8 0llechiC, Inc. )CO) NW 41th Strati Mlaml,, Florida 33166 APPENDIX E BID TENDER FORM Failure to submit Appendix • Price Form, and fully executed by deadline established;for the receipt, of proposals will-result in proposal being o•• •• non-responsive an• being •• Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Appendix E) shall be completed mechanically or, if manually, in ink. Bid Tender Forms completed in pencil shall be deemed non-responsive.All corrections on the Bid Tender Form shall be initialed. Group I. Parking Lots Lighting Maintenance for all lots listed in Appendix C,Table I: Group Total Extended Cost Group Unit Cost Total (Quantity x Unit Cost Item Description Quantity (per month) Months x Total Months Inspection and Maintenance of Light 11 '92 20 1A Poles,Various Makes& Models 589 $ 36 $ 250,207. — Group II. Additional Services (as referenced in Appendix 3, Minimum Requirements, Section 3) Group 11 Estimated Group Annual Total Item Description service hours UIM Unit Cost (Quantity x Unit Cost Hourly Rate-Regular(7:00a.m.- 5°O— (�(�0 2A 5:00 .m., Mon.-Fri. Hourly Rate 260 19,5 Hourly Rate-Non Regular (after -Rate `��°a g d� 2B 5:002.m.,Mon.-Fri.,Weekends,Holidays) 80 • • - Estimated Annual Net Cost Group Gross Costs % mark-up (Dealer Invoice Cost Item Description Dealer Invoice Cost X% Mark-up 2C Mark-u for Parts and Su lies $75,000 10 % 35C)D Bidd&'s Affirmation Company: ,1 e cA-"c. OA4 Authorized Representative: (2_Pcrp,,E(— c,nAa_(Lk Address: "+zk4+ 0 W 4R Sk- "i k 1 F l 2) (o(� Telephone: aOS 4 O 3 ::t 9 c4 1 Email: fL^P-Ae_ 20 94a�.G.T QZt C 1 IJ G. cow, Authorized Representative's Signature: • ITB 2014-168-SW 35 R&D Electric,Inc. 7447 NW 48th Street Miami, Florida 33166 3a g1 � ! ? 7447i2lW 48 Street ELECTR§CAL ENGINEERS Miami,Florida 339s� . : : ELECTRICAL CONTR I CY®NS Phone:(�®�)4®3-7 49 f r B r®�. Inc f' Fax: (305)403-7842 f; www.RDElectricinc.com CITY OF MIAMI BEACH ITB 2014-168-SW INSPECTION AND MAINTENANCE F PARKING LOT LIGHTING LICENSURES STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD (850) 487-1395 � `` 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 ECHARRI, RAFAEL R & D ELECTRIC INC 7447 NW 48 ST MIAMI FL 33166 Congratulations! With this license you become one of the nearly _ one mutton Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. - PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to EC13001534 ISSUED: 08/24/2014 serve you better. For information about our services,please log onto www.myfloridalicense.com. There you can find more information CERTIFIED ELECTRICAI:.CONTRACTOR about our divisions and the regulations that impact you,subscribe ECHARRI,RAFAEL to department newsletters and learn more about the Department's R&D ELECTRIC-INC initiatives. Our mission at the Department is:License Efficiently,Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, IS CERTIFIED under the provisions of Ch.489 F'S. and congratulations on your new license! a Expiration date.AUG 31.2o1s L140824ODD4457 DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD EC13001534 The ELECTRICAL CONTRACTOR • Named below IS CERTIFIED WE Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2016 Sri ECHARRI, RAFAEL R&D ELECTRIC INC 7447 NW 48 ST • MIAMI FL 33166 F. ISSUED: 08/24/2014 DISPLAY AS REQUIRED BY LAW SEQ# L1408240004457 '`• - %'� f'- -t 4` r "ti .G;,_ ��. '' `.-;�; �� .-,rig; �5,•� ;r.:�: f.i_ .�-_ �-. ;� ` ✓,.,c ::/.�yc. /.}c '!�'�, ��:. :it>t�• F._„�Y /'� -S�:/ , ��' r:'ley'.'r�`•t rrr.. -/'_ti`s'. •- � f- ., ;4. •�- _ r_. ..!-;�' ;T3'�� �. Fr, ..tiT .ti.� %2/. .fr.. �. K� •::�} lj�,•ti. 'r•�?>;. Y. :'.`•�� r;•.t - rn_ � 'i. i .l.s ;�” .'}:� • .l/� .� •,+. .� . , v� �' < ! a_.(.- �,. 'cr., l� ... rti�•,�`.--X."h. �Vr .� f. r./,�" +,. •p , :.� 1`Sll + s► / iT£. fF:dtir.:t f _.i7f!a "11!lil. fil?':�it •i :: iiYiY?' _'17..rlT�lr,7rf!i Ott.Ir '?.t ' 111t. !Pl!!1L,. Ti. t. �11i 'TI� ?TY!I��, .?il�ff� STATE OF FLORIDA DEPARTMENT OF STATE Division of Elections y.. _3 , Secretary of State, do hereby certify that �7 Rafael appointed is duly a-member of the ^:k Electrical Licensing Board y y �lr1 for • term beginning , Tenth day of k until the Thirty-First 1 S' - •t' day 1 .< �> } and is subject be 1 by 4, during the next regular Legislature. � Given under my handa' nd the Great Seal of the State 1 r% �_J21 .. at Taltahassee.the Capital. the F(fth day qfSe�tember,AD, 2014. 7�� J •^ , ••�}..• �• �'. \ (;1. of it DSDE99 (3/03) y fit•; .,..�,4 n' n.I t,,t i•:: t•.ta::"t' r;,:� t -.;, •. .:!It t s;.tt•'t;::,t.It.... .,t n I. t. t t i +11:.f: .+41.•+,..�?.U�.•-.....� �_7r.s.l1JJ�-z4'.ai)tl Ilf, S �J - � .� ._ _ `, lf�, �l+ i �).,! ... I.....�..: 1.,.,...�-•.kSu.i... ,.1.,:.r.L C....1 ! 1. 4_ ..1:..,.�.Ly.,,t.►3..1.�..,�-1�1,...r;:: Ut.�,..�i1�4...c;..r�.lu !�:� 1JU1>;::�R+1.!+,.°e�J,i!ir,::�14-;tJt�- �1 ��•}4� yl\Yt��� ', tii fi i f J� -.l .\Y.' _ •f. J!.f% :` �fi � •f:,.11 -.j:i .�.\� ••Y ,i..r '"Y� 'y. �• Vli• �'S�i`+ .5�,'Slr �i�,n 1 If I t•.=r. '!/J .:1�I \-:.^ \-.J: ,S.�i t.. -ti, .f/.�' tit•'✓�• ,?'rJ•- / 'r/',ti.:f; v=�t r ^z}.:- ,,",r �+�.<s. L{•.J ,�?�i, �v,� •::f,. �'r, R:�if ���i •-:ti., ••�., S�..F. ,�: r '�ki!.<<.^ r.�'� t - �"s ��;.r ':u�' fir �! _:Y \=v"• �Y_i �;ii Vr-.y' v=�4 ..�\l�.%'� �:1 w?.:9 !-J'i ti:r-.1' 7447NW 48 Street Miami,Florida 33 f 66 ELECFR§CAL ENGINEERS ELECTRICAL C®NTRA CYORE Phone:��os�40�-7849 DrD� �r®r, Dnc �- Fair: (305)403-7842 c� www.RDElectricinc.com CITY OF MIAMI BEACH ITB 2014-168-SW INSPECTION AND MAINTENANCE F PARKING LOT LIGHTING Acknowledgement of addendums MIAMIBEACH City of Miami Beath, 1700 Convention Center Drive, Miami Beach, Florida 331 39, www.miomibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 i I I i ADDENDUM NO. 1 ! INVITATION TO BID (ITB) NO. 2014-168-SW FOR INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING September 10, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. REVISION: Effective Wednesday, September 10, 2014, the Mayor and City Commission have approved an ordinance repealing Section 2-372 of Division 3, Article VI, of Chapter 2 of the Miami Beach City Code titled "Procedure to provide preference to Miami Beach based vendors in contracts for goods and contractual services". Due to this change, the Miami Beach-based vendor preference specified in the solicitation has been deleted in its entirety and is no longer applicable. 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 RafaelGranad6@miamibeachfi.gov Contact: Telephone: Email: Lourdes Rodriguez 305-673-7000 ext. 6652 lourdesrodriguez@miamibeachfi.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders 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. ! Si ;rely, i A e s Flroc ent Director V ;I I! !i ii I� R& D Electric, Inc. �I 7447 NW 49th Street Miami, Florida 33166 4+_so ii MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673.7490 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2014-168-SW FOR INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING (the ITB) September 22, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. Underline denotes additions etFike-threes denotes deletions. I. REVISIONS: Appendix C, Section C3. Specifications, Item 1. Inspection, Number 4, is amended as follows: 4) State any suspected vandalism or suspicious activities to City property noted during the inspection immediately to the City representative. II. RESPONSES TO QUESTIONS RECEIVED: Q1: Is the electrical distribution that feeds the lighting accessible? Are there keys? If so, will they be provided to the contractor for duration of the contract or will contractor have to coordinate with the City to have these distributions un-locked on an as needed basis? Al: Yes, the electrical distribution that feeds the lighting is accessible, and keys will be provided to the contractor during the term of the contract. Q2: Who performed the previous inspections and maintenance for this project in the past the City or the contractor? A2: The previous inspections and maintenance were performed by the contractor. Q3: Are prospective bidders to assume all the lights are in good working order on the day that it takes over? A3: Yes, lights are in good working order. Q4. Will the contractor be provided with the electrical as-built drawings showing the circuits, wiring and placement of lights, if awarded? This will aid in the bi-weekly inspections and future repairs of any and all photocells,wiring,etc. A4. The City only has as-built drawings for seven (7) recent rehabilitated parking lots, and not for the others. Q5. Please confirm if Lourdes Rodriguez or Rafael Granado are to receive the bids on September 301h,2014. A5. Sealed bids are to be delivered to City of Miami Beach, Procurement Department, Attention: Lourdes Rodriguez, at 1700 Convention Center Drive, Miami Beach, Florida 33139. The following information should be clearly marked on the face of the envelope or container Bid Number, Bid Title, Bidders Name,and Bidder Return Address. D Electric,Inc. 7447 NW 48th Street Miami, Florida 33166 ITB No.2014-168-SW Addendum No.2 Q6. Please verify the billing. Will the monthly amount be paid prior to performing or billed at the end of the month or can the contractor send weekly billings? i A6. Contractor is to submit monthly invoices to include all the inspection reports requested in Appendix C, Section C3 Specifications, Number 1 Inspection. Contractor will be paid after services have been rendered. Q7. Are the City's payment terms 30 days or prepaid? A7. Pursuant to Appendix D, Special Conditions, Number 8, Payment Terms—Net 30. 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: Telephone: Email: Lourdes Rodriguez 305-673-7000 ext. 6652 LourdesRodriguez @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. S' A e Pro ure ent Director i i i I i i R sae ® Electric, Inc. 7447 NW 48th Street Miami, Florida 33166 :--° 7447NW 48 Street ELECTWCAL ENOWEERS Miami,Florida 33966 ELECTRICAL CONTRACY®RS Phone-.(3®5)4 03-7849 Efertr6r. Inc y Fax. (305)403-7842 www.RDElectricinc.com CITY OF MIAMI BEACH ITB 2014-168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING EXPERIENCE 7447 NW 48 Street E§.EC 7ff©CA§. ENG®NE ENS Miami,Florida 33 966 IYZ . � (305 403-7849 Phone: Electric, 9�r ELECTWCAL CONTRACTORS Pan: (305) 403-7842 EC 13001534 September'30, 2014 To: City of Miami Beach Re: Demonstration of experience To whom it may concern: R & D Electric has the required experience to provide proactive maintenance to the city parking lots. Since 2006, we have provided street lighting maintenance within construction sites for Miami Dade Public Works, the Florida Department of Transportation and for the Miami Dade Expressway Authority. Some projects where maintenance and new installation were required are: • Main Highway from McFairlane to Franklin Ave. Owner: Miami Dade PWD • NW 17Ave & Miami Gardens Dr Owner: Miami Dade PWD • NW 97 Ave from SW 8 St to NW 12 St Owner: Miami Dade PWD • SR 874 & Killian / 3 years maintenance and installation Owner: MDX • SR 836 & 17 Ave/ 1 years maintenance and installation Owner: MDX • NW 25 St W of 826 / 3 years maintenance and installation Owner: FDOT District 6 Awarded street lighting maintenance contracts: • On May, 2013 City of Coral Gables • On July, 2013 Miami Dade County project number 20130017R Please feel free to contact me if you have questions. Respectfully, l Rafael Echarri, President Public Works and Waste Management Department MIAMI-DjADE 111 NW 1St Street- Suite#1410 Miami, Florida 33128 T 305-375-2930; F 305-375-2931 miamidade.gov July 5, 2013 CERTIFIED MAIL No. 7012 2210 0001 6427 4616 FACSIMILE; TELEPHONE No. (305)403-7842; (305) 403-7841 Mr. Rafael Echarri R & D Electric, Inc. 7330 NW 12 Street, Unit 203 Miami, Florida 33124 Re: Recommendation for Award Request for Price Quotation (RPQ) No. 20130017-R (MCC 7040 Plan) Street Lighting Maintenance Dear Mr. Echarri: This letter will serve as your notification that you have been recommended for award for the above referenced RPQ based on your Price Quotation submitted on Tuesday, July 2, 2013. The total RPQ amount is for one million four hundred sixty-two thousand three hundred seventy dollars and twenty cents ($1,462,370.20). This includes a base contract amount of one million three hundred nineteen thousand three hundred ninety-two dollars and zero cents ($1,319,392.00), a contingency amount of one hundred thirty-one thousand nine hundred thirty= nine dollars and twenty cents ($131,939.20), and dedicated allowances totaling eleven thousand thirty-nine dollars and zero cents ($11,039.00). The contract duration is established as 1096-calendar days. However, the recommendation of award is contingent upon the submission of the required items listed below: 1. Performance and Payment Bond as required in Contract No. MCC 7040 Plan, Section 2.0 Special Conditions, Page 16, Article 2.11, PERFORMANCE AND PAYMENT BOND. (The original attached documents must be used and three (3) sets must be provided). 2. Letter from Bonding Agent granting Miami-Dade County authorization to date the Performance Bond. 3. Copies of current insurance certificates. 4. Copies of required license(s). The preceding documents are required as outlined within Contract MCC 7040 Plan and to be submitted within 10 business days. Failure to submit the document(s) within the specified time, or any extension granted, will result in the award being rescinded. Subsequent to the review and approval of the aforementioned documents, you are required to obtain the required permits in the time stipulated in the RPQ. Upon obtaining the permit(s), a copy(s) must be submitted to the Project Manager prior to commencement of work. Page 2 Recommendation for Award RPQ No. 20130017-R No work is to be performed without a permit unless the Project Manager issues a written directive to proceed without permit(s). This letter will also serve as a reminder that all work must be performed according to the scope of work and contract's terms and conditions, all permits and inspections and in accordance with all applicable Federal, State and local laws, codes and regulations. Please be advised that your firm must have the resources to ensure work proceeds without delay once the "Notice to Proceed" is issued. Lack of equipment, personnel or additional contracts with similar completion schedules, will not be reason for delay. Further, no award of this contract shall be effective and thereby give rise to a contractual relationship with the County unless and until a purchase order for this RPQ has been approved, issued and a Notice to Proceed has been executed. Should you have any questions please contact me at (305) 375-2930. Sincerely, Ira ira, P. ., CFM Manager, PWWM Antonio Cotarelo, P.E., PWWM Julio Navarro, PWWM Ruth Rodriguez, PWWM Alvaro Castro, PWWM Alfredo Munoz, P.E., PWWM Bernard Philippeaux, PWWM Marcia Martin, ISD Ultimo De Oliveira, ISD Patrice Hill, SBD Traci Adams-Parish, SBD Clerk of the Board Project File MIAMI-QAlDE July 30,2013 Mr.Rafael Echarri Public Works and Waste Management Department R&D Electric,Inc. Construction Division 7330 NW 12th Street,Suite 203 111 NW 1st Street, 14th Floor Miami,Florida 33126 Miami,FL 33128 T 305-375-1918 F 305-375-5909 Re:Notice of Proceed for MCC 7040 Plan—RPQ NO:20130017-R CERTIFIED MAIL No: 7012 1010 0002 0138 2866 Street Lighting Maintenance See Appendix C to the Special Provisions FACSIMILE: 305-403-7842 TELEPHONE: 305-403-7841 Dear Mr.Rafael Echarri: This letter will serve as your notification that you are to proceed with the work described in RPQ# 20130017-R starting Thursday, August 01, 2013, and that all work must be completed on schedule in accordance with the contract documents. The time allotted for the contract is 1095 consecutive calendar days which results in a scheduled completion date of Sunday, July 31,2016. The complete execution of this notice to proceed shall constitute a contract for the work described in the RPQ under the MCC 7040 Plan. The terms and conditions applicable to this contract are in the 7040 Contract and 7040 Amendment #1, dated 10/18/2002 & 03/01/2005 respectively, which can be found on www.miamidade.gov/cci/MCC7040, and the totality of the contract documents (including but not limited to the RPQ including any special provisions contained therein, drawings and specifications,addenda,and any contract modifications or change orders etc This letter will also serve as a reminder that all work must be performed in accordance with the Contract Documents and in accordance with all applicable Federal, State and local laws, codes and regulations. In accordance the Contract procedure,the Miami-Dade County Purchase Order Number is PCPW1300251. Should you have any question regarding this notification,please contact Julio Navarro at 305-592-8925. Sinc el I/IN li Navar Co ction anager To Be Completed By The Contracting Firm I understand and accept the terms and conditions for the RPQ#20130017-R referenced above. Accepted by: Company Name: R 00 Authorized Representative Name: CL r A ek r_CY��2 Authorized Representative Signature: &Aj_fE��- Dated: 4131`'Z.V t!) Th re om was sw and su switied before me this day of b .Kau o is personally known to me or who duce identi ation who being duly sw ,deposes and says that the above is true to the bes of his knowledge, information and belief. 11 Notary Public$Me of FbAds My Commission expires: :� Manses Garcia. O AR I M 03/31/2015 TA S F LORI DA Note: Whoever is signing above is authoriz d to bind a corporate and m st be an officer of the corporation as veri ie throug t e on Division of Corporations. Cc:Antonio Cotarelo,P.E.PWWM Frank Aira,P.E.,PWWM �I Alvaro Castro,PWWM Julio Navarro,PWWM Ruth Rodriguez,PWWM Mariela Garcia,PWWM Marcia Martin,ISD Alfredo E.Munoz,P.E. Patrice Hill,RER Patricia Carbonell,PWWM Elba Reyes,PWWM Luis O.Perez,P.E.,PWWM Project#20130017-R, PCPW 1300251 �I � .; . 7447NW 48 Street ELECTRICAL ENGINEERS Miami,Florida 33966 ELECTRICAL CONFRAC ORS Phone:(3 05)403-784' Eleurr1r. Inc Farr (3®5)4®3-7642 www.RDElectrlcinc.com CITY OF MIAMI BEACH ITB 2014-168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING INSURANCE A&ORV® �� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/31/2014 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 ZEPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must 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). PRODUCER CONTACT Lopez David M.NAME: Eastern Insurance Group, Inc. PHONE (305)595-3323 FAX No.(305)595-7135 E-MAIL 9570 SW 107 Avenue ADDRE :csr @easterninsurance.net Suite 104 INSURERS AFFORDING COVERAGE NAIC N Miami FL 33176 INSURERA:Star Insurance Company INSURED INSURER B: R & D Electric, Inc. INSURER C: 7447 NW 48 Street INSURER D. INSURER E: Miami FL 33166 INSURER F: COVERAGES CERTIFICATE NUMBER:Master 14-15 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. INSR TYPE OF INSURANCE B POLICY NUMBER MMIDDnYYY POLICY LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY AMA RENTED PREMISES Ea occurrence $ CLAIMS-MADE F]OCCUR MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY PRO F LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ N $ HIRED AUTOS AUTOS Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DIED I I RETENTION$ $ A WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN TORY LIMITA ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 100,000 OFFICER/MEMBER EXCLUDED? � N/A (Mandatory in NH) C0780913 Ol /25/2014 /25/2015 E.L.DISEASE-EA EMPLOYEE $ 100,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,H more space is required) Electrical contractor, conduit construction CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 AUTHORIZED REPRESENTATIVE David Lopez/AMANDA ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INR025 t9n1nnri ni Tho Amin 1 nama and Innn aro ronicfororl marlea t%f ikrnPn ,p�®® ® DATE(MMIDD/YYYY) � CERTIFICATE OF LIABILITY INSURANCE 8/25/2014 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. MPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must 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). PRODUCER CONTACT Wells Fargo Ins Services USA, Inc. (MIA) PHONE Jose Sardinas 2601 S Bayshore Dr, Suite 1600 IA/C,No, xt: (305) 443-4886 A/c,No►:(305) 441-0460 E-MAIL - — --- Coconut Grove FL 33133 ADDRESS: INSURER(S)AFFORDING COVERAGE _ I_ NAIC_#__ -- INSURER A:Fireman s Fund Insurance Compan ; 21873 INSURED INSURER B: R&D Electric, Inc. --- -- --- -- INSURER C: I 7330 NW 12th Street INSURER D: Miami FL 33126 INSURER E: -- (305) 403-7481 INSURER F: COVERAGES CERTIFICATE NUMBER:Cert ID 432388 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 CONTRACTOR 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. ILTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MM DDY/YYYY MM DDY�Y LIMITS GENERAL LIABILITY EACH OCCURRENCE _ $ LIABILITY DAMAGE TORENTED COMMERCIAL GENERAL L ::p � � PREMISES Ea occurrence $_ CLAIMS-MADE �- I OCCUR i MED EXP(Any one person) 1$ _ PERSONAL&ADV INJURY $ — i I _ GENERAL AGGREGATE $ GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 11000,000 A X ANY AUTO MZA80307610 8/21/2014 8/21/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS x NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident _ $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ — i EXCESS LIAB I CLAIMS-MADE AGGREGATE $ DED RETENTION$ 1 $ WORKERS COMPENSATION WC STATU- I OTH- AND EMPLOYERS'LIABILITY Y I N TORY LIMIJS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A ------- (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I I DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ity of Miami Beach ACCORDANCE WITH THE POLICY PROVISIONS. 1700 Convention Center Drive AUTHORIZED REPRESENTATIVE vrl't T Miami Beach FL 33139 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD R&DELEC-01 SSIMEON •`��®WE• CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD,YYYY) �,� 9/9/2014 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 tEPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must 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). PRODUCER CONTACT NAME: Collinsworth,Alter,Fowler&French,LLC PHONE (305)822-7800 A//'C No): (305)362-2443 8000 Governors Square Blvd E-MAIL Ext Suite 301 ADDRESS: _ Miami Lakes,FL 33016 1 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Starr Surplus Lines Insurance Company _ 13604 INSURED---- -- — _------_-_---_ INSURER B: : - R&D Electric,Inc INSURER C 7447 NW 48th St INSURER D: Miami,FL 33166 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 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. INSR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MM/DDNYYY GENERAL LIABILITY j EACH OCCURRENCE $ 1,000,000 A X I COMMERCIAL GENERAL LIABILITY X ISLPGGL0222500 12/20/2013 12/20/2014 PREMISES Ea occurrence $ 100,000 CLAIMS-MADE Fx� OCCUR MED EXP(Any one person) $ 5,00 I PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS COMP/OP AGG $ 2,000,00 JECT POLICY X PRO 7 LOC $ A COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea accident $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED NED i PROPERTY DAMAGE $— Per accident UMBRELLA UAB OCCUR I EACH OCCURRENCE _ $ EXCESS LIAB CLAIMS-MADE I � AGGREGATE $ _ DED I RETENTION$ $ WORKERS COMPENSATION WC LIMIT ER AND EMPLOYERS'LIABILITY T RY LIMIT ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) City of Miami Beach Is listed as Additional Insured on the above captioned policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Miami Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN tY ACCORDANCE WITH THE POLICY PROVISIONS. 1700 Convention Center Drive Miami Beach,FL 33139 AUTHORIZED REPRESENTATIVE C 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 7447NW 48 Street Miami,Florida 33166 y ELEC YRIC 1 L CONTR�l C Y®RS Phone:(305)403-7849 f Fan: (305)403-7842 Electric, I nr www.RDElectricinc.com CITY OF MIAMI BEACH ITB 2014-168-SW INSPECTION AND MAINTENANCE F PARKING LOT LIGHTING TECHNICAL PROPOSAL ..,_ 7447 M!'h'9 46 Street Miami,Florida 33926 ( E§.EC!°R§CAL� EG�C�©NIL ERE 30 403.7841 Office 305.403.7842 Fa;r ELEC1 WCAL CONTRACTORS www.RDElectricinc.com Elperrir. dreg " EC93009534 ITB 2014-168-SW INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING R & D ELECTRIC, INC 7447 NW 48 STREET MIAMI, FLORIDA 33166 305 403 7841 PHONE 305 403 7842 FAX FEIN 61-1428335 RAFAEL ECHARRI RAFAEL @RDELECTRICINC.COM ADDITIONAL INFORMATION 1 - ---- 7447 NW 48 Street Miami, Florida 33926 GL EC WC AL ENOWNEEMS 30 .4 03.7649 Office 305.403.7842 Fax COLE Tf3 CALF CON'rRAC TONS www.RDElectricinc.com Electric. Inc. EC93®®9634 TABLE OF CONTENT EXECUTIVE SUMMARY 3 EXPERIENCE /QUALIFICATIONS 5 STAFFING PLAN 7 TECHNICAL PLAN 8 MAINTENANCE PLAN 10 LOCAL PREFERENCE 12 REFERENCES 16 CERTIFICATION AND ADDITIONAL DOCUMENTATION 18 2 7447 NW 48 Street Miami,Florida 331215 ELEC�TG XAL EMOINEENS 305.403.7841 Office ., Q 305.403.7842 Fax ELEC�TG XAL CONTRACTORS www.RDElectricinc.c®m f0er.frer, Inr EXECUTIVE SUMMARY AND COMPANY INFORMATION To Whom It May Concern: R & D Electric, Inc. is an electrical engineering and contracting firm licensed to do work in the state of Florida. R & D Electric, Inc. is a local business. R&D Electric, Inc. provides a full range of electrical services including, but limited to: street lighting, traffic signals, highway signs, residential and commercial construction, engineering design,fire alarm, security systems, and power generators installation and maintenance. Legal Name: R & D Electric, Inc. Business Address: 7330 NW 12 Street, Suite 203 Miami, Florida 33126 (305)403-7841 (305)403-7842 Fax www.RDElectriclnc.com Contacts: Rafael Echarri, Electrical Engineer, Electrical Contractor (305) 303-6450 Mobile Rafael @RDElectriclnc.com Daniel Echarri, Electrical Engineer, Electrical Contractor (305) 300-5354 Mobile Daniel@ RDElectriclnc.com Guillermo Echarri, Professional Engineer (305)403-7841 Guillermo @RDElectriclnc.com Business Hours: Monday through Saturday from 7:00 AM to S:OOPM Evenings and Sundays as needed Night shift for lighting patrolling and emergency situations Business Status: S Corporation Incorporated on September 25`h, 2002 in the state of Florida. Our People R& D Electric maintains a staff of highly trained professional, electricians and technicians with comprehensive knowledge of the lighting system in Miami. Most of our employees are residents of the Miami Dade County. 3 - 7447 MW 46 Street Miami, Florida 33126 305.403.7841 Office ( 305.403.7842 Fax ELECTWCAL CONTRACTORS www,R®E/ectric/nc.c®m E Q e r P r b r. Inc ECf3®®9534 Our Goal Safety is our primary focus in providing quality safety to our customers. We at R & D Electric work hard to maintain our reputation for no-hassle reliability. We continually strive to be your performance driven partner for safe, reliable delivery of service. What makes us different to our competitor? • We are the only company in south Florida that is owned and operated by electrical engineers. • We cut no corners and the work is done only once simply because it is done the right way. • Even though we meet the requirement of this contract for experience R& D Electric is a fairly new company. We have been in business for 10 plus years and have never been in the public spot light. • Our business is to light up our city. • New appearance,fresh image and clean record for our city. • No collusion. We have signed and enclosed a NO COLLUSION AFFIDAVIT for the record. If you have any further questions on regards of all this information please feel free to contact us at 305- 403-7841. Respectfully, 2 a f aeL Echzwrtl Mr. Rafael Echarri President R& D Electric, Inc. 4 7447 N1�/i 4S Street Miami,Florida 33926 .` E§.EC�TR§C A§. C��LGO�EENS 305.4®3.754 Office CONTRACTORS 3®5 4®3.7642 Fax www.RDElectricinc.com Electric. Inc EC13009534 EXPERIENCE /QUALIFICATIONS R& D Electric, Inc. is an electrical contracting firm owned and operated by electrical engineers. The founders and owners Rafael and Daniel Echarri are both certified electrical contractors licensed to do work in the state of Florida. R & D Electric, Inc. provides professional service and delivers high-quality work with an efficient,well- trained, and skilled workforce. Primary Qualifying Agent: Rafael Echarri State certified electrical contractor License Number EC 13001534 Electrical Engineer Engineer Intern# 1100008405 Secondary Qualifying Agent: Daniel Echarri State certified electrical contractor License Number EC 13002941 Electrical Engineer Engineer Intern# 1100008074 Designer: Guillermo Echarri Electrical Engineer/Professional Engineer License Number PE 56773 R& D Electric currently employs 22 full time employees. R & D Electric is a prequalified contractor with the Florida department of transportation. R & D Electric is certified as a small business enterprise with Miami Dade County and as a local business firm with the Miami Dade Express Way authority(MDX). We have the resources, equipment, and trained personnel to deliver performance based street lighting maintenance and to respond to all emergency situations as specified by this contract. We are equipped and staffed to accommodate the following activities: • Proactive roadway lighting maintenance • System patrolling and inspection • Mapping and tagging load centers and circuits • Group re-lamping and washing of light lenses • Luminaries' conversions/upgrades for energy and cost savings • Underground cable locating and repair • Replacement of knock down lighting pole assemblies • Proper disposal of hazardous materials. 5 7447 NW 48 Street Miami, Florida 33126 ELECTEXAL ENGMEERS 305 403.7841 Office 305.403.7842 Fa;r WCAL COMTRACTORS Ul L ELECT www.RDElectricinc.com EC13001534 Our fleet includes a variety of specialized equipment: • Cranes- 14 tons and 30 tons. • Bucket trucks—42ft and 55 ft • Augers—9 inches to 66 inches • Trenchers • Service Vans • Mini-Excavators • Back hoe • Directional Boring Equipment • Dump trucks,trailers, 6 7447 KW 46 Street Miami, Florida 33926 C ' E E C I��OE�'�I°k EN0jNE Eb7S 3 05e 4 03.7649 Office 305.403.7842 Farr A ELECTRMAL CONTRACTORS www R®E/ectricinc.com EBer¢rbe, brat EC93®®9534 STAFFING PLAN Administration and Management Rafael Echarri - Electrical Engineer and State Certified Electrical Contractor. President and primary qualifying agent for R& D Electric. 19 year experience in electrical construction. Responsible for administration,field operations, safety and training, customet communications,quality assurance. Daniel Echarri- Electrical Engineer and State Certified Electrical Contractor. Vice-President 19 year experience in electrical construction. Responsible for daily communication and coordinating work schedule and all activities with the City representative of this project. Plans, schedules, and assigns work to crews, monitors and coordinate between day.crews and night crews, conduct field audit inspection. Electricians/Foreman—Highly experience in highway lighting from replacing lamps, ballasts,trouble shooting outages, load centers, circuits, pull wire, pole repairs, removing, replacing foundations, poles and underground location. Setting up MOT devices as per FDOT requirements and guidelines. Insure the safety of the crew members and traveling public. Perform work in accordance with the NEC and FDOT requirements. Perform work safely and minimize disruption of traffic to the traveling public and communicate ongoing activities with the City project manager. The following are the key personnel who will be assigned to this project: Rafael Echarri as Project administrator Daniel Echarri as Project superintendent Ricardo Lacaba as Project manager Julio Gomez as Foreman See enclosed detailed information for each of the individuals listed. We anticipate utilizing: 1. Night patroller(pick up truck)—Observe/record load center, circuit, and individual outages. 2. Night crews (bucket truck)—As required to repair individual outages/minimize traffic conflicts with the public. 3. Day Patroller(pick up truck)—Observe/record structural elements of the system such as knock down poles, broken bases, loose or missing covers. 4. Day Crews ( bucket truck)—as required to repair various elements of the system, replace knock down poles, luminaries, mast arms, and conductors. 7 7447 MW 46 Street Miami,Florida 33126 ELEC��°G�?CALF L��9OOdUEERS 3®�. ®3.7 49 Office 305.403.7842 Fax :<. ELECTRICAL 1`L'RICAL% COGS RAC ORS KF50VW RDEfectric/nc.com EOrc trOc. Inr - EC9300934 TECHNICAL PLAN Technical Approach-We have many years of experience in the street lighting industry. We were recently awarded a similar contract for the street lighting maintenance for the city of Coral Gables. To achieve the operational status that he city desires a proactive maintenance approach will be implemented. • Safety First...No One Gets Hurt!—We are a "Safety First" Company, at all times our crews will conduct their operations with the highest regards for public safety. • We will provide an experienced staff with adequate training to perform the work. • We will have well maintained equipment and tools available for our crews. Inventory-We stock above one hundred thousand dollars worth of roadway lighting and electrical material. Our vast inventory allows for minimal response time to repair outages. Patrolling and Maintenance—We intent to provide 24 hour coverage for the lighting system to maximize availability/respond to emergencies that may occur. Each night there will be at least one service crew patrolling/facilitating repairs to the system. During the day there will also be crews working on the system for information provided on the night patrol. If at any time the work load demands additional men or equipment we will pull from our extensive resources to handle the load. Operating Costs- It is our goals to keep operating costs to a minimum. By group re-lamping, maintaining load center equipment and circuit conductor's power loss will be reduced and the lighting system will operate a t a higher efficiency level. This will reduce power consumption there by reducing operating costs. R& D Electric fully intends to hold all suppliers accountable for their products by pursuing all applicable warranties. Quality Control and Testing-We purchase only the highest quality products. By doing this, failure rates are reduced and reliability increases. Thus eliminating the need for return trips or additional outages. The workmanship of our crews is continually being monitored for quality assurance thus providing additional value to our customers. Innovation—Over the years our techniques have become very innovating. With 24 hour coverage of the system we are able to respond to emergencies and other problems very quickly. We schedule specific maintenance activities to provide the least interference with the traveling public. The initial costs are higher but over the long term the savings are realized by creating a less maintenance intensive system. Communication-Our crews are equipped with cell phones and each truck with a GPS system. R& D Electric will also provide the city project manager a cell phone (if needed)at no additional cost,so as the management team, customer,service crews are always in contact. The status of the lighting system, daily work plan and crew performance will be communicated on a daily basis. 8 _ 7447 MW 48 Street Miami,Florida 33f26 I`_0 I (! .11 ELECTRICALS EM09MEENS 3®5 4®3.784f Office LR 3 05.4 03.7842 Fax EL EC TG ICA L COMTRA C ORS www.RDElectricinc.com Efertr6r. inn - EC13 00f534 Facility/Capabilities • Operations for this contract will be conducted from our facility located at 7447 NW 48 Street, Miami, FI 33166. This location has an office with more than ample secure yard space. • We have ample staff and equipment to facilitate the performance requirements of this contract. • We anticipate utilizing: 5. Night patroller(pick up truck)—Observe/ record load center, circuit, and individual outages. 6. Night crews (bucket truck)—As required to repair individual outages/minimize traffic conflicts with the public. 7. Day Patroller(pick up truck)—Observe/record structural elements of the system such as knock down poles, broken bases, loose or missing covers. 8. Day Crews ( bucket truck)—as required to repair various elements of the system, replace knock down poles, luminaries, mast arms, and conductors. 9 7447 NW 46 Street Miami, Florida 33 926 305.403.7841 Office LIS 305.403.7642 Fart EL EC TR§CAL CONTRACTORS Electric, B n r ®EiectricOnc.cons EC93®®9534 MANTENANCE PLAN R&D Electric Inc, Inc proposes to maintain the City owned lighting system, as detailed on the contract specifications, as follows: 1) R&D Electric will have one person in charge of overseeing the administration of the Street Light Maintenance contract. There will be a project manager that will report to the person administrating this contract, and there will be two (2) superintendents reporting to the project manager. 2) R&D Electric does not anticipate utilizing any subcontractors on this project. 3) R&D Electric will assign one person to monitors and make all necessary entries on to the City Street Light Management System. 4) R&D Electric will establish a route schedule so that all lights will be visited at least one per week, at night, in order to verify single light outages. 5) Based on outages reported by the night time patrol and any outages reported to the County, we will schedule our crews to restore any deficiencies to the lighting system, giving priority to locations reported due to County directive and resident complaints. 6) Once a repair has been performed,we will perform a complete safety check at each location. 7) R&D Electric will staff accordingly to have sufficient crews available at all hours to respond to any emergency knockdown in 2 hours or less. 8) In the past, R&D Electric has employed anywhere from one (1) to three (3) crews to patrol the lighting system. The make-up of these crews can vary from one (1) person in a service truck to two-man crews in a bucket truck,with a 55 foot minimum reach. 9) It has been our experience that in order to properly service the County lighting system, there have been occasions where as few as two(2) crews and, at peak outage periods, as many as ten(10)crews have been necessary to properly maintain the lighting system. 10) Maintenance crews will utilize the following equipment throughout the duration of the maintenance contract: minimum 55 foot reach bucket trucks, pressure digger auger trucks, cranes (minimum 14 tons), trenching machines, skid loaders, wire trailers, pole trailers, compressors,equipment trailers, etc. 11) Our crews will have the following material available at all times: wire, lamps cobrahead luminaires, frangible t-bases, ground rods, ground rod connectors, exothermic welds, 2" PVC conduit and accessories, pull boxes,fuses,fuse holders, heavy duty disconnects, etc. 12) It has been R&D Electric's experience that in a maintenance contract, there can be no specific time schedule to complete a task. Since we will be proactive in maintaining the lighting system, we will do everything necessary to correct any items that are malfunctioning at the time of service, as well as proactively replacing any item that we feel will fail in the near future. These items include, but are not limited to, dated lamps, fuses, fuse holders, frangible t-bases, lenses, starters, capacitors, etc. 13) R&D Electric is confident that it can meet all of the requirements of the Scope of Work. R&D Electric has performed this work in the past and has always met or exceeded the requirements of properly maintaining a proper roadway lighting system. 14) R&D Electric has been in business for 10 plus years. Currently, we employ 22 very competent individuals. R&D Electric is licensed to perform work anywhere within the State of Florida. However, we are committed on keeping our focus on Miami-Dade County. 10 ----- 7447 N1�1i 46 Street Miami,Florida 33926 L E&ECTWCAL E(nu/G EENS 3 05.4 03.7649 Office - 3 05.4 03.7642 Fars E B e r.r r 6 ra. Inc www.RDElectricinc.com ELECTWCALCONFRACTONS Administration and Management EC93009534 Rafael Echarri - Electrical Engineer and State Certified Electrical Contractor. President and primary qualifying agent for R& D Electric. 18 year experience in electrical construction. Responsible for administration,field operations, safety and training, customet communications, quality assurance. Daniel Echarri - Electrical Engineer and State Certified Electrical Contractor. Vice-President 18 year experience in electrical construction. Responsible for daily communication and coordinating work schedule and all activities with the City representative of this project. Plans, schedules, and assigns work to crews, monitors and coordinate between day crews and night crews, conduct field audit inspection. Electricians/Foreman—Highly experience in highway lighting from replacing lamps, ballasts,trouble shooting outages, load centers, circuits, pull wire, pole repairs, removing, replacing foundations, poles and underground location. Setting up MOT devices as per FDOT requirements and guidelines. Insure the safety of the crew members and traveling public. Perform work in accordance with the NEC and FDOT requirements. Perform work safely and minimize disruption of traffic to the traveling public and communicate ongoing activities with the City project manager. 11 __.. ._._ 7447 R9P!'fi 46 Street Miami, Florida 33926 ELECTfi` CAL ENGIMEERS 3 05 4 03.7649 Office 3 05.4 03.7542 Fax ELECTWCAL CONTRACTORS Electric, Inc` 1 ,.R®E/ectriclnc.c®r, EC93®®9534 LOCAL PREFERENCE R & D Electric holds a local business certification for the Miami Dade Expressway Authority. The certificate number is 11-01-1127-2 and its expiration date is July 24th 2013. See enclosed certification letter. R& D Electric is a Miami Dade County Community Small Business Enterprise firm. The certificate number is 11757 and its expiration date is July 24th 2016. See enclosed certification letter. R& D Electric is a certified as a Disadvantage Business Enterprise with the State of Florida. The certificate expiration date is April 2nd 2014. See enclosed certification letter. R& D Electric is a Miami Dade County Small Business Enterprise firm. The certificate number is 11756 and its expiration date is April 30th 2016. See enclosed certification letter. . R & D Electric is a FDOT prequalified company. 12 7447 NW 46 Street Miami, Florida 33926 ELECTRICAL TRIC ALA EMOBVL ENE 305.403.7841 Office ELECTRICAL /(/) /J��J�Q(J�/f���� L(/� //��[]/1��0 3®5.4®3.76682 Fax \9©Y V G Y 1:1 A C Y Of/tI l� Inc .R®E/ecfric/nc.c®m Electric, EC93®®9534 REFERENCES AND CERTIFICATIONS Job Name Description Amount Contractor Main highway Street Lighting $ 285,000.00 Miami Dade Public Works From McFairlane to Owner: City of Miami. Franklin Ave PM:Julio Navarro 305-776-0532 Work performed as Prime Contractor. Work was done in 8 weeks setting a record time for installation of 37 decorative light poles. All work was inspected by Miami Dade County Public Works. SR 874& Killian Dr Lighting/Signal/ ITS $ 7,574,000.00 Condotte America Signing / MOT Owner: MDX PM: Brent Marley 305-345-5482 Work performed as subcontractor. The maintenance of existing roadway lighting during the work zone is part of the contract. All work is been inspected by Bermello Ajamil & Partners and MDX. Work from 2008 to 2012. MacArthur Causeway Street Lighting MOT $ 452 000.00 Community Asphalt Traffic Signal Owner: FDOT D6 PM: Andres Luna 786 236 5019 Work performed as subcontractor. The maintenance of existing roadway lighting during the work zone was part of the contract. All work was inspected by FDOT. Project completion date: 2010. SR 874& Kendall Dr Bridge lighting/ $ 1,852,000.00 Condotte America Street Lighting/MOT Owner: MDX PM: Brent Marley 305-345-5482 Work performed as subcontractor. The maintenance of existing roadway lighting during the work zone was part of the contract. All work was inspected by Parsons Brinkerhoff and MDX. Project completion date: 2006-2008. 13 7447 MW 46 Street Miami, Florida 33926 E�'LECTROC AL ENGMEENS �. 4®3.7 49 Office 3 05.4 03.7642 Fam EL CONTRACTORS KIEV .R®ErectricInc.com Electric. Inc EC13001534 References Job Name Description Amount Contractor. NE 2nd Ave%91-101st Street Lighting/MOT $ 1,252,000.00 Community Asphalt Traffic Signal Owner: MDC PW PM: Andres Luna 786 236 5019 Work performed as subcontractor. The maintenance of existing roadway lighting during the work zone was part of the contract. All work was inspected by MDC PWD. Project completion date: 2007-2009. Street Lighting Inst. Lighting/ MOT $ 600,000.00 MDC PW Owner: MDC PM: Garfield Perry 305 216 1528 Work performed as prime contractor. Street lighting installation at 127 Ave from SW 6th St to NW 12 St. Street lighting installation at 97th Ave from NW 12th St to NW 41s'St. Miscellaneous repairs as directed by Mr. Perry. The maintenance of existing roadway lighting during the work zone was part of the contract. All work was inspected by MDC PW. Project began in 2008. Fla's Turnpike @ Lighting/ Electrical $ 175,000.00 Community Asphalt Homestead Plaza modifications/MOT Owner: FTE PM: Aurelio Matos 305 323 1462 Work performed as subcontractor. The maintenance of existing roadway lighting during the work zone is part of the contract. All work is been inspected by Florida's Turnpike Enterprise. Project completion date: 2008. Fla's Turnpike @ Lighting/ Electrical $ 125,000.00 Community Asphalt Bird Road Plaza modifications/ MOT Owner: FTE PM: Aurelio Matos 305 323 1462 Work performed as subcontractor. The maintenance of existing roadway lighting during the work zone is part of the contract. All work is been inspected by Florida's Turnpike Enterprise. Project completion date: 2008. 14 ;, --- 7447 NW 45 Street ..y . Miami,Florida 33926 E§.EC�TR9CA§. E�9OMC9EERS 30 403.7841 Office p 305.403.7842 Fax EL EC TR§C AL CONTRACTORS www.RDElectricinc.com E9�sffrer. 9nr EC13001534 CERTIFICATIONS AND ADDITIONAL INFORMATION 15 V 7O C 01 A p$ N d p®� m M m m Q1 �rqd� _ ^ r �I ; � Q1 °�• 7—O V+ �� v Z cn �^ W � m N 0 COD ppq� 0 0: co caM o r cr m` r//^^ d 6 �.O t W O CD X ® A Z CL Q :mom om' O m -0 D zu or 02 MO quo S O� N r•r a %=,#. �(A POOL Q 0 cr T .y. W M H as p o �� D o W'0 M 1 0 d RI.• AOM A 3 w� M 0 to ® r O Om c m Ul - .F-ori -a TT�P DBE Di.r story +' Ve�lc or Pra 1e As Of: 05/14/2014 I Vendor Name: R & D ELECTRIC INC Certification: UcF Former Name: Business Description: ELECTRI CAI_ COI,iTF�.CTOPS Mailing Address: Physical Address: 7_?C Nhl 112 STREET SUITE 20 7?,=C NhI 12 STREET SUITE 20 P91Af17, F1 33126- 1,1I1-.M1 FL :- District: Cl,,. County: D`:1)= Website: Contact Name; Phone: _C` te Fax: i='C5, 4C-7F4- Contact Contact Email: RAFAEL@!RDELECTRICINC.COM Current DBE Certification: CcItif.-'e6 Certifying Member: Ilianli Lnc;_ Cc'.:Ilt.,• ACDBE Status: 1•' First Certification Date: Statewide Availability: N Certifying Areas Highway: Y Aviation: Transit: Certified NAICS 237310 - Highway, Street, and Bridge Construction 238210 - Electrical Contractors and Other Wiring Installation Contractors Specialty Areas Electrical Wiring _ Highway Lighting System Highway Signing Navigation Lights Traffic Signals Regulatory and Economic Resources Department MIAMI-MDE 111 NW 1 Street,191"Floor Miami,Florida 33128 T 305-375-3111 F 305-375-3160 miamidade.gov CERT. NO: 11757 Approval Date:04/02/2013-CSBE Level 2 April 3,2013 Expiration Date:04/3012016 Mr.Rafael Echarri R&D ELECTRIC,INC. 7330 NW 12th St,Suite 203 Miami,FL 33126-0000 Dear Mr.Echarri: Miami Dade County Small Development (SBD) under Business Affairs, a division of the Department of Regulatory and Economic Resources (RER) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Small Business Enterprise (SBE)in accordance with section 10-33-02 of the Code of Miami Dade County. This certification is valid for three years provided that you submit.a"Continuing Eligibility Affidavit"on or before your anniversary date of April 2, 2014 and there are no changes in your firm pertinent to your certification eligibility. The submittal of a"Continuing Eligibility Affidavit"annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. Pursuant to the applicable section of the code as listed above. 'once your firm has been decertified, your firm shall not be eligible to re-apply for certification for twelve(12)months from the time of the decertification." If, at anytime, there is a material change in the firm, including, but not limited to, ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business or physical location of the firm, you must notify this office, in writing, within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed,if necessary. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with goals. Please note that the categories listed are very general and are used only to assist our customers In searching the directory for certified firms to meet contract goals. The directory for all certified firms can be accessed on the Miami Dade County RER website http:Nwww.miamidade.gov/business/business-certification-programs.asp. Thank YQU for doing business with Miami Dade County. Sin rely, S ri D irector sines Opportunity Support Services all Business Development Division Regulatory and Economic Resources Department(RER) CATEGORIES:(Your firm may bid or participate on contracts only under these categories) ELECTRICAL(CSBE) HIGHWAY,STREET,AND BRIDGE CONSTRUCTION(CSBE) ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS(CSBE) c: Adriana Coba, Certification Specialist Veronica Clark,RER,SBD DUMM020 v201.14M Regulatory and Economic Resources Department MIAMI-MADE 111 NW 1 Street, 19th Floor ® Miami,Florida 33128 T 305-375-3111 F 305-375-3160 miamidade.gov CERT.NO: 11756 Approval Date:04/02/2013-SBE April 3,2013 Expiration Date:04/3012016 Mr.Rafael Echarri R&D ELECTRIC,INC. 7330 NW 12th St,Suite 203 Miami,FL 33126-0000 Dear Mr.Echard: Miami Dade County Small Development (SBD) under Business Affairs, a division of the Department of Regulatory and Economic Resources (RER) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Small Business Enterprise (SBE)in accordance with section 2-8.1.1.1.1 of the Code of Miami Dade County. This certification is valid for three years provided that you submit a"Continuing Eligibility Affidavit"on or before your anniversary date of April 2, 2014 and there are no changes in your firm pertinent to your certification eligibility. The submittal of a"Continuing Eligibility Affidavit"annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in Immediate action to decertify the firm. Pursuant to the applicable section of the code as listed above, "once your firm has been decertified,your firm shall not be eligible to re-apply for certification for twelve(12)months from the time of the decertification." If, at any time, there is a material change in the firm, including, but not limited to, ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business or physical location of the firm, you must notify this office, in writing, within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed,if necessary. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with goals. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. The directory for all certified firms can be accessed on the Miami Dade County RER website http:/l www.miamidade.gov/business/business-certification-programs.asp. Thank you for doing business with Miami Dade County. Si cerely he' c ri , or usiness Opportunity Support Services j Small Business Development Division Regulatory and Economic Resources Department(RER) CATEGORIES:(Your firm may bid or participate on contracts only under these categories) TRAFFIC SIGN INSTALLATION AND/OR REMOVAL SERVICES(SBE) TRAFFIC SIGN MAINTENANCE AND REPAIR(SBE) TRAFFIC SIGNAL INSTALLATION(SBE) TRAFFIC SIGNAL MAINTENANCE AND REPAIR(SBE) WIRING AND OTHER ELECTRICAL MAINTENANCE AND REPAIR SERVICES(SBE) c: Certification Specialist Veronica Clark,RER, SBD DUMV30 VM 0205 Department of Regulatory and Economic Resources MIAMMADE Small Business Development 111 NW 1 Street, 1Ot'Floor 1101111INk Miami,Florida 33128 Carlos A. Gimenez, Mayor T 305-375-3111 F 305-375-3160 April 2,2013 Mr.Rafael Echarri R&D ELECTRIC,INC. 7330 NW 12th St,Suite 203 Miami,FL 33126-0000 Anniversary Date: A01 2 i Dear Mr.Echarri: The Miami Dade County Small Business Development (SBD) under Business Affairs, a division of Regulatory and Econornic Resources Departrrmi(RER),is pleased to notify you of your firm's continuing eligibility as a Disadvantaged Business Enterprise (DBE) under the Florida Unified Certification Program (UCP)in accordance with 49 CFR Part 23 and 26. Your firm is certified in the categories listed below. Your DBE certification is continuing from the Anniversary Date listed above, contingent upon your firm maintaining its eligibllity annually throug h this office. You will be notified of your annual responsibilities in advance of the Anniversary Date. You exist subnvt the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Av1iversaryDate to maintain your eligibility.Your firm will be listed in Florida's UCP DBE Directory, which can be accessed through the Florida Department of Transportation's websile: www.doL state.fl.us/egualopporturityoffice and then selecting `DEE Directory." If,at anythe time,there is a-material change in your firm,you must advise this office,by sworn affidavit and supporting documentation, within thirty(30) days. Changes include, but are not limited to, ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on-going business relationships with other firms or individuals or the physical location of your firm.After our review, )ou will receive instructions as to how you should proceed,if necessary.Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove DBE certification If you have anyquestions or concerns,you may contact our office at 305-375-3111 Si erel heri cGriff,Business Support Services,Director mall Business Development CATEGORIES:(Your firm may b id or participate on contracts only under these categories) Electrical Contractors And Other Wiring Installation Conirac,-tors Highway,Street,And Bridge Construction cc:Veronica Clark RER,SBD (' sP��FtCe �� Y';./0AMR Et OBDRD OBE CONT E G APPROVAL-20121024 IryMIAMI-DADE EXPRESSWAY AUTHORITY 3790 N.W. 21 St. Miami, FL 33142 T 305.637.3277 F 305.637.3283 www mdxwaV.com 05-13-14 CERTIFICATION#: 11 - 01 - 1127 - 4 R&D Electric,Inc. / / RE: Local Business Certification EFFECTIVE DATE: 05 0� 2014 Dear Mr. Rafael Echarri, EXPIRATION DATE: 04 / 30 / 2015 The Miami-Dade Expressway Authority("MDX"),is in receipt of the Local Business Certification Application inclusive of all required documentation, (the "Application"), submitted by your firm, (the "Applicant"), MDX has reviewed and processed the Application pursuant to the requirements of the MDX Local Business Participation Policy(the"Policy"). Based on the information included in the Application, MDX hereby certifies the Applicant as a Local Business that has met the criteria described in the Policy. This certification is valid for one (1)year from the effective date on this letter, conditioned upon the Applicant's continuous compliance with the criteria described in the Policy. It is the responsibility of the Applicant to ensure its annual recertification prior to expiration. To avoid a lapse in certification,the Applicant shall submit a completed Application along with required documentation to MDX in sufficient time to allow for processing. An Applicant that provides fraudulent information on the Application or misrepresents its qualifications as a Local Business in a Proposal or Bid submitted to MDX will lose the privilege to Local Business Certification for a period of up to two (2) years. In addition,the firm may be debarred from all future MDX procurements for a period not to exceed one (1) year from the date the misrepresentation was discovered by MDX. It is the responsibility of the Applicant to notify MDX of any changes in the information provided in the Application that may affect the Applicant's certification status. In addition, MDX reserves the right to require further verification and updated information at any time. Should you have any questions,please feel free to contact me. Sincerely, Helen M. Cordero,CPPB Manager of Procurement&Contract Administration i 1 1 I i I _- � � - -. i Y N {{: .. b ,..:� 3 Y 8.��aF � � ,;y � , �..; _ /